ST0702-CN090430
.
.
THE . C I T .y . 0 F
.
.
COPPELL
S \
CONSTRUCtION SPECIFICATIONS
AND
CONTRACTDOC~NTS
FOR
Coppell Road South
Project No. ST 07-02
Bid No.
Q-0509-02
FOR
THE CI1Y OF COPPELL
April
2009
I-I
....,",\,\
--~t.. OF r",',
~~~ eeeeeeoeoe'1r "
-0 ee * oe-<1(\,
;' sf$) @El V - I
-' * eO eo * ,~
,,*e e*"
'" lIloll/<HI)(!)(JlClleClllllill<ilaleCII/lll>l1Il1l(f)lD@lil$41 ~
, B.CALEB THORNHLL ,
~ eee~El@eee.Ele@@ee@e@@e$~8~@~
"-00 oll:"
;,~eo 92823 oe/.,J-'
Q 0 e~-,
" "X\;'ee~!CENSX-~..~~:
"'~~/eee.ee.ex-~c,_~
'"ONAL ....--
;;: .6/j) <il nl. ,
Bidding Documents
ADDENDUM NO. 1
May 8, 2009
"",,\\\
--~t. Or r",'.
-~l>- ..........'-+- I,
:'0 ..' * .....,..!',
-. .' '. .',
:.: ",.1
, e.I......e....ce.............cCl ~
, B.CALEB THORNHLL ,
~..\..............I...../~~
;;~" 92823 :4.J:
o' .~-
'J "X\...<ICr-N"'tO...~-
" ~'. l;. ;;;>.0 r~ -
~~J1%-:/~/,~
CITY OF COPPELL
COPPELL ROAD SOUTH RECONSTRUCTION
PROJECT NO. ST 07-02
CPL07392
BID DATE:
Tuesday, May 12, 2009, 2:00 pm
The following additions, deletions, modifications, or clarifications shall be made to the
appropriate sections of the plans and specifications and shall become a part of the Contract
Documents. Bidders shall acknowledge receipt of this Addendum in the space provided on the
Bid form.
CLARIFICATIONS:
A1-1 A. During construction phasing, temporary railroad signals will be maintained by sig contractor
and paid for by the City of Coppel!.
B Barbwire fence on east side of Coppell Road to be removed. There will be no relocation.
C. The City will not mandate a particular method for maintaining traffic safety through the work
zone. Safety of the traveling public is the responsibility of the contractor. All traffic control
devices shall comply with TMUTCD.
D. If the on-site material meets the specification for topsoil, it may be stockpiled and re-used.
All stockpiled materials shall be protected against erosion and sedimentation. Areas
disturbed for stockpiling of materials shall be restored at the end of the project at the sole
expense of the contractor.
E. A staging area located on City property adjacent to the project will be available if needed.
Contractor will coordinate with City staff to determine final area. Contractor will be
responsible for any public safety requirements in and around staging area. Staging area
shall be protected against erosion and sedimentation. Areas disturbed for staging of .
materials shall be restored at the end of the project at the sole expense of the contractor.
BIDDING REQUIREMENTS:
A1-2 SECTION 1 - BIDDING REQUIREMENTS
A Reference Page 1-20 - 1-26.
Modification: Delete these pages and replace it with the Bid Schedule included with this
Addendum. The revised form is to be attached to the contract documents and submitted
with the Bid.
A1-3 SECTION 4 - SPECIFIC PROJECT REQUIREMENTS
A Addition: Add "Standard Construction Agreement and Contractor's Right of Entry (DART)
pg. 4-13 - 4-17 included with this Addendum.
TECHNICAL SPECIFICATIONS:
A1-4 SECTION 3 - STANDARD SPECIFICATIONS SUPPLEMENTARY CONDITIONS
A Reference Page 3-9,
Addendum No.1
Project No. ST 07-02 - CPL07392
00900-1
Modification: Modify the paragraph 303.5.4.3 by deleting "Contraction or dummy joints shall
be sawed to T/4 inches in depth, and 1/4 inch in width, and installed every 20 linear feet of
pavement, and extend through curb, unless otherwise directed by the Engineer." and replace
with the following "Contraction or dummy joints shall be sawed to T/4 inches in depth, and 1/4
inch in width, and installed every 20 linear feet of pavement, and extend through curb, unless
otherwise directed by the Engineer."
A 1-5 SECTIO~ 5 - Description of Pay Items
A. Reference Page 5-10,
Modification: Modify the paragraph for Pay Item #122 by deleting "CONTRACTOR shall pay
close attention to NCTCOG Item 303.5.4.3 "Contraction Joints" regarding sawing of joints.
In general, joints shall be sawed into the completed pavement surface as soon after initial
concrete sets as possible so the some raveling of the green concrete is observed in order
for the sawing process to prevent uncontrolled shrinkage cracking. Failure to perform the
work in compliance with these requirements and those in Hem 303.5.4.3 will subject the slab
to rejection. All joints shall be spaced a maximum of 15-18 feet apart ", and replace with the
following "CONTRACTOR will comply with City of Coppell Standard Construction Details
and NCTCOG Item 303.5.4.3 "Contraction Joints" regarding sawing of joints. In general,
joints shall be sawed into the completed pavement surface as soon after initial concrete set
as possible so that some raveling of the green concrete is observed in order for the sawing
process to prevent uncontrolled shrinkage cracking. Failure to perform the work in
compliance with these requirements and those in City of Coppell Standard Construction
Details and Item 303.5.4.3 will subject the slab to rejection. All joints shall be spaced a
maximum of 20 feet apart."
B. Reference Page 5-11,
Modification: Modify the paragraph for Pay Item #125 by deleting "This pay item shall
consist of the construction of HMAC driveways and driveway transitions as shown in the
plans", and replace with the following "This pay item shall consist of the construction of
HMAC temporary pavement, driveways and driveway transitions as shown in the plans."
C. Reference Page 5-12,
Clarification: Item # 128 will include all barrier free ramps. Ramps are shown on plans and
. must comply with City of Coppell Standard Construction Details for configuration and
details.
D. Reference Page 5-14,
Clarification: Item # 135 will include all disturbed areas, including back of curb and any
areas not covered by pavement.
E. Reference Page 5-20,
Modification: Modify Pay Item #163 by deleting "12" PVC Wasterwater Pipe (SDR-26)" and
replace with the following "12" PVC Wastewater Pipe (SDR-35)"
DRAWINGS:
A1-6 SHEET PP-2 - PP-3, SEQ. 9 OF 10
A Modify the callout by deleting "Remove and relocate existing barbwire fence ", and replace
with the following "Remove existing barbwire fence".
A1-7 SHEET CD-1, SEQ. 21 OF 48
A. Replace sheet with the attached version.
A 1-8 SHEET SD-1, SEQ. 24 OF 48
A. Replace sheet with the attached version.
Addendum No.1
Project No. ST 07-02 - CPL07392
00900-1
A1-9 SHEET PH-1, SEQ. 37 OF 48
A. Replace sheet with the attached version.
END OF ADDENDUM NO.1
Addendum No.1
Project No. ST 07-02 - CPL07392
00900-1
Coppel! Road South
(Coppel! Road from Bethel Road to Southwestern Blvd
Project # ST 07-02
Bid No. Q-0509-02
UNIT PRICE BID SCHEDULE
BASE BID
Item Plan Unit Description and Price In Words Unit Total
Nn Pri~A Pri~A
Mobilization (Max. 5% of Contract)
101 1 LS
Dollars
Cents Per Lump Sum
Traffic Control
102 1 LS
Dollars
Cents Per Lump Sum
Preparing ROW
103 22 STA
Dollars
Cents Per STA
Prepare and Implement SWPPP
104 1 LS
Dollars
Cents Per Lump Sum
Project Signs
105 2 EA
Dollars
Cents Per Each
Unclassified Street Excavation
106 10747 Cy
Dollars
Cents Per Cubic Yards
Unclassified Compacted Earth Fill
107 1009 CY
Dollars
Cents Per CubIc Yards
J - 20
,Bidding DonmrellLr
Cappel! Road South
(Cappel! Road from Bethel Road to Southwestern Blvd
Project # ST 07-02
Bid No. Q-0509-02
Item Plan Unit Description and Price In Words Unit Total
Nn - PricR Prir.A
Remove and Dispose of Existing
Asphalt Pavement
108 6569 SY
Dollars
Cents Per Square Yards
Concrete Removal
109 1070 SY
Dollars
Cents Per Square Yards
Remove Existing Concrete Curb
110 556 LF
Dollars
Cents Per Linear Foot
Remove and Reset Existing Mailboxes
111 2 EA
Dollars
Cents Per Each
Remove and Reconstruct Existing
Mailbox
112 1 EA
Dollars
Cents Per Each
Remove Existing Culvert Pipe (<=24"
Dlam)
113 734 LF
Dollars
Cents Per Linear Foot
Adjust Existing Valve Box to Grade
114 4 EA
Dollars
Cents Per Each
Remove Existing and Install New Water
Service, Water Meter and Meter Box
115 3 EA
Dollars
Cents Per Each
1-21
Rldd/Jlg DoCllntflllS
Coppel! Road South
(Coppell Road from Bethel Road to Southwestern Blvd
Project # ST 07-02
Bid No. Q-0509-02
Item Plan Unit Description and Price in Words Unit Total
Nn Price Price
Connect Existing Water Service to
Existing 16" RCCP Water Line
116 10 EA
Dollars
Cents Per Each
Abandon Existing Water Line
117 1 LS
Dollars
Cents Per Lump Sum
Remove Existing and Install New Fire
Hydrant and Valve Assembly
118 3 EA
Dollars
Cents Per Each
Adjust Existing Sanitary Sewer
Manholes
119 1 EA
Dollars
Cents Per Each
8" Lime Subgrade Treatment.
120 11983 SY
Dollars
Cents Per Square Yards
Lime
121 252 TON
Dollars
Cents Per Tons
a" Reinforced Concrete Pavement with
6" Integral Curb
122 10977 SY
Dollars
Cents Per Square Yards
Reinforced Concrete Stamped
Roadway - Crosswalks (a")
123 30 SY
Dollars
Cents Per Square Yards
J - 22
BJddlng Doctm/tltu
Coppell Road South
(Coppell Road from Bethel Road to Southwestern Blvd
Project # ST 07-02
Bid No. Q-0509-02
Item Plan Unit Description and Price in Words Unit Total
~o - Pri~p. Prkp
6" Reinforced Concrete Driveways
124 1474 SY
Dollars
Cents Per Square Yards
2" HMAC Pavements
125 216 SY
Dollars
Cents Per Square Yards
Asphalt Pavement for Pavement
Transition (6" HMAC)
126 1287 SY
Dollars
Cents Per Square Yards
Reinforced Concrete Street Headers
127 153 LF
Dollars
Cents Per Linear Foot
4" Reinf. Concrete Sidewalks (Incl
Ramps)
128 1942 SY
Dollars
Cents Per Square Yards
Repair and Replace Gravel Driveway
129 50 SY
Dollars
Cents Per Square Yards
Raised Pavement Marker, Class C, Type
y
130 590 EA
Dollars
Cents Per Each
Raised Pavement Marker, Class C, Type
II.A
131 145 EA
, Dollars
Cents Per Each
J .23
Bidding Documw(s
Coppell Road South
(Coppell Road from Bethel Road to Southwestern Blvd
Project # ST 07-02
Bid No. Q-0509-02
Item Plan Unit Description and Price in Words Unit Total
No - Price Price
Pavement Markings
132 1 LS
Dollars
Cents Per Lump Sum
Roadside Sign Assembly (Relocation)
133 7 EA
Dollars
Cents Per Each
Roadside Sign Assembly (New
Installation)
134 12 EA
Dollars
Cents Per Each
Block Sodding
135 2300 SY
Dollars
Cents Per Square Yards
Repair, Replace and/or Modify ExIsting
Irrigation Systems
136 2 LS
..
Cents Per Lump Sum .
4" PVC Conduit
137 300 LF
Dollars
Cents Per Linear Foot
10" Steel Casing
138 100 LF
Dollars
Cents Per Linear Foot
21" RCP (CL III)
139 356 LF
Dollars
Cents Per Linear Foot
J-U
RiddIng DOC1JnJfnLS
'-
Coppell Road South
(Coppell Road from Bethel Road to Southwestern Blvd
Project # ST 07-02
Bid No. Q-0509-02
Item Plan Unit Description and Price in Words Unit Total
Nn - Pril'P Prir.p
24" RCP (CL III)
140 54 LF
Dollars
Cents Per Linear Foot
30" RCP (CL III)
141 155 LF
Dollars
Cents Per Linear Foot
36" RCP (CL III)
142 1141 LF
Dollars
Cents Per Linear Foot
42" RCP (CL III)
143 401 LF
Dollars
Cents Per Linear Foot
6'x4' Concrete Box
144 501 LF
Dollars
Cents Per Linear Foot
8' Concrete V-Lined Channel
145 700 SY
Dollars
Cents Per Square Yards
Trench Safety System
146 2107 LF
Dollars
Cents Per Linear Foot
Std. 10' Curb Inlet
147 3 EA
Dollars
Cents Per Each
1- ]j
BIdding Docllments
Coppell Road South
(Coppell Road from Bethel Road to Southwestern Blvd
Project # ST 07-02
Bid No. Q-0509-02
Item Plan Unit Description and Price in Words Unit Total
Nn - Price Prir.1'!
Std. 15' Curb Inlet
148 1 EA
Dollars
Cents Per Each
Std, 20' Curb Inlet
149 2 EA
Dollars
Cents Per Each
Drop Inlet (4'x4')
150 2 EA
Dollars
Cents Per Each
Storm Drain Manhole
151 3 EA
Dollars
Cents Per Each
Hanson S'x5' Standard Junction Box
152 1 EA
Dollars
Cents Per Each
8'x6' Junction Box
153 1 EA
Dollars
Cents Per Each
CH-FW.Q Headwall
154 1 EA
Dollars
Cents Per Each
CH-PW-Q Headwall
155 3 EA
Dollars
Cents Per Each
J.26
Biddmg Documents
Coppell Road South
(Coppell Road from Bethel Road to Southwestern Blvd
Project # ST 07-02
Bid No. Q-0509-02
r
Item Plan Unit Description and Price In Words Unit Total
No - Price Prkp-
24" Rock Rip Rap
157 14 SY
Dollars
Cents Per Square Yards
12" C900 DR 14 PVC Waterline
158 365 LF
Dollars
Cents Per Linear Foot
16" x 12" Tee
159 1 EA
Dollars
Cents Per Each
12" x 12" Tee
160 1 EA
Dollars
Cents Per Each
12" Gate Valva
161 1 EA
Dollars
Cents Per Each
Trench Safety System for Waterlines
162 365 LF
Dollars
Cents Per Linear Foot
12" pve Wastewater Pipe (SDR-35)
163 20 LF
Dollars
Cents Per Linear Foot
Trench Safety Protection for Sanitary
. Sewer Lines
164 20 LF
Dollars
Cents Per Linear Foot
J -27
Bidding Docunlellu
Coppell Road South-
(Coppell Road from Bethel Road to Southwestern Blvd
Project # ST 07-02
Bid No. Q-0509-02
Item Plan Unit Description and Price in Words Unit Total
No Prir.A Pl'it'P
Street Light Foundation
165 41 EA
Dnll::l ffi
Cents Per Each
2" PVC Electrical Conduit
166 2460 LF
Dollars
Cents Per Linear Foot
TOTAL BID ITEMS BASE BID 101 thru 166
$
TANGIBLE PERSONAL PROPERTY COST
$
I
!
\
I
(
!
I
I
\
J - 18
Bidding Doroments
STANDARD CONSTRUCTION AGREEMENT
AND CONTRACTOR'S RIGHT OF ENTRY
THIS AGREEMENT, dated , 20_, is made by and between
Dallas Area Rapid Transit, a regional transpOliation authority created and existing
pursuant to Article 1118y, as amended, Texas Revised Civil Statutes, as confirmed by a
vote of the people, hereinafter caned f1DART" and
hereinafter called "Contractor".
WIT N E SSE T H:
1. For the period not to extend beyond , 20_, DART hereby
permits Contractor to enter upon the property of DART adjacent to
at Mile Post in , _ County, Texas, as may be
necessary in connection with work to be perfom1ed on DART premises by
Contractor under agreement between Contractor and the City of (the
"Contractlt), and for no other purpose. Contractor understands that the Contract
and all work to be performed thereunder is subject to the terms and conditions
contained in License Agreement No. , dated the _ day of
20_, issued by DART to the , which is incorporated herein by
reference.
2. Contractor agrees to:
(a) Perform that portion of the work on DART premises in accordance with plans and
specifications approved by DART and Fort Worth Western Railroad Company
(the "Railroad") in such manner and at such times as shall not endanger or
interfere with DART's or Railroad's representatives. Contractor shall submit to
DART and Railroad for approval all construction details, falsework and other
incidentals not detailed in plans, insofar as they affect DART and Railroad.
(b) Maintain, at Contractor's expense, competent flagmen to protect and control
movement of vehicles and equipment of Contractor while upon DART premises.
(c) Notify DART and Railroad at least five (5) working days before commencing
work on DART premises and within five (5) working days after such work is
completed and notify Dig TESS at 1-800-344-8377 to determine if a
telecommunications system or other utilities are buried about work area and
to make arrangements to relocate or othenvise protect the facility prior to
beginning work.
(d) Keep all equipment, tools and materials stored at least fifteen (15') feet fi:om the
centerline of any operable track. Explosives or other highly inflammable
substances or any hazardous materials regulated pursuant .to federal or state
4-13
Specific Project Requirements
I
!
!
.1
I
regulation will not be stored on DART premises without the prior approval of
. DART's representative.
(e) Remove all of Contractor's tools, equipment and materials from DART premises
promptly upon completion of work, restoring DART premises to the same state
and condition as when Contractor entered thereon.
(f) Reimburse DART and Railroad for all costs and expense incuned by DART
and/or Railroad in connection with said work, including without limitation the
expense of furnishing such inspectors, watchmen and flagmen as DART and
Railroad deem necessary, the installation and removal of [alsework beneath
tracks, and restoration of DART's property to the same condition as when
Contractor entered thereon, or to a condition satisfactory to DART's
representative.
(g) Remove any lien against DART's propeliy arising from performance of work
hereunder by Contractor or any subcontractor.
3.
Contractor agrees to release, defend and indemnify DART and Railroad, from and
against all loss, damage, claims, costs, expenses, including attorney's fees, and
liability for bodily injury to or death of any persons and loss of or damage to any
property and loss of use thereof (including but not limited to employees,
subcontractors, agents, invitees and the property of each patty hereto) arising out
of or in any way connected with the work under said agreement upon or adjacent
to DART property, whether or not caused or contributed to by the presence or
operation of DART or Railroad tTains, engines, cars or other equipment, structures
or facilities of DART or Railroad or any other party, or by negligence or alleged
neglhience on the part of DART or Railroad, or any of DART's or Railroad's
agents, employees, contractors, subcontractors or invitees. In the event any part
of the provisions of this section are determined by any statutory enactment or
judicial decision to be void or unenforceable, then this section shall not fail in its
entirety but will be enforceable to the extent permitted by law. For the purposes
ofthis section, the term "Railroad" shall include any other railroad company using
DART property with DART's consent and any affiliate, subsidiary or lessor of
DART.
4.
Prior to start of work or occupancy of premises under this agreement, Contractor
agrees to procure and maintain at its sole cost and expense, the following types
and amounts of insurance with an insurer or insurers and form satisfactory to
DART:
Comprehensive general and automobile liability insurance with
contractual liability endorsement and products and completed operations hazards
included, which shall provide coverage for combined single limits of not less than
$2,000,000, as further outlined below.
4-14
Specific Project Requirements
I
I
I
I
I
i
I
1
I
I
r
I
1
I
I
I
(d)
All insurance coverages required by the attached agreement shall provide
the following as a minimum standard:
(a) Comprehensive General Liability With Contractual Liability Endorsement.
- Combined single limit of at least $2,000,000.
- DART and Railroad are named as additional insureds without any qualifications
or restrictions.
- Contractual liability endorsement must have exclusions for operations within 50
feet of a railroad and for XCD hazards deleted.
- DART must have 30 days notice of cancellation or modification.
(b)
Comprehensive Automobile Liability Policy
- Combined single limit of at least $2'million.
- DART and Railroad are named as additional insureds without any qualifications
or restrictions.
- DART must have 30 days notice of cancellation or modification.
(c)
Workers' Compensation Insurance
- Providing Statutory Benefits under the Workers' Compensation Act of the State
of Texas and/or any other State or Federal Law or Laws applicable to the
Contractor's employees perfOlming the work under this agreement.
- Employer's Liability Insurance with limits of liability of not less than $100,000
each accident, $100,000 each employee for disease and $500,000 policy limit for
disease.
- Endorsed with a Waiver of Subrogation Endorsement, waiving the carrier's right
of recovery under subrogation or otherwise from the Authority.
Contractor agrees to furnish DART Certificates of Insurance (or, as and when
DART may direct, copies of the actual insurance policies) as evidence of the
coverages outlined in (a), (b) arid (c) above. Approval will be expedited if all
required coverages and the following endorsements are included on the
Celiificates.
- Endorsement showing the DART and Railroad named as additional insureds in
(a) and (b) above and requiring that DART be given 30 days notice of
cancellation or modification,
4-15
Specific Project Requirements
- Contractual liability endorsement.
- Endorsement removing exclusions from contractual liability endorsement for
operations within 50 feet of a railroad and for XCU hazards.
- Waiver of subrogation endorsement.
5. All policies should contain a cross liability ~ndorsement reading as follows:
''It is agreed that the inclusion of more than one person, corporation,
organization, fInn or entity as insured under this policy shall not in any way affect
the rights of any such person, corporation, organization, firm or entity with
respect to any claim, demand, suit or judgment made, brought or recovered by or
in favor of any other insured. This policy shall protect each person, corporation,
organization, fum or entity in the same manner as though a separate policy had
been issued to each; provided that this endorsement shall not operate to increase
the company's limits ofliability as set forth elsewhere in this policy."
6. Contractor shall deposit with DART the sum of _-0-_ ($_-O-~
representing the estimated expense to be incuned by DART in connection with
said work. Contractor shall deposit with Railroad the sum of _-0-_ ($_-
O---.J representing the estimated expense to be incwTed by Railroad in cormection
with said work.
I
I
I
I
I
I
I
I
I
If there is no amount indicated in the blank space provided above for the deposit
to be made by Contractor, in lieu of such deposit Contractor shall cause the
attached performance bond to be executed by a reliable surety acceptable to
DART and Railroad,
condition upon the faithful performance of the provisions of this agreement.
7. The permission herein given shall not be assigned by Contractor without the prior
written consent of DART except in the case of subcontractors who shall be
deemed agents of Contractor subject to the terms of this agreement.
8. No vehicular crossing over DART's track shall be installed or used by Contractor
without prior written permission of DART.
9. No work shall be done between the hours of 6:00 p.m. and 6:00 a.m., nor on
Saturdays, Sundays or legal holidays without prior written permission of DART.
10. At DART's request, Contractor shall remove from DART premises any employee
of Contractor or any subcontractor who fails to conform to the instructions of
DART's or Railroad's representatives in connection with work on DART
premises, and any right of Contractor to enter upon DART premises shall be
suspended until such request of DART or Railroad is met. Contractor shall
4-16
Specific Project Requirements
indemnify DART and Railroad against any claim arising from the removal of any
such employee from DART premises.
IN WITNESS WHEREOF, the parties hereto have caused these presents to be
executed in triplicate the day and year first above written.
DALLAS AREA RAPID TRANSIT
By
Kathryn D. Waters.
Vice President
Commuter Rail & Railroad Management
CONTRACTOR
By:
Title:
Address:
4-/7
Specific Project Requirements
o
~(,;.f.O ....! 1/,"L~ lLlllS lull) U".,,..v.;.
t:.:ia;t.t~~:~:6f'f:"''''~\~oaWT~CL~~,'-~,L.A~~'~1C70,~~ coppcu ItOA.O CONDUlf
S .. ~ . t _ _<: \ _ "... _ _
FCllV.
F"lQ" Q.rv,
"'
.
'"
o
~ 18 I~ I~ I~ I~ I~
i
~,. !
~. ;:Ill i I , !
S ;, 60 _0' l I I
';JiLtC; p,u~ 80 I I I
e I~ "CO DUI
T''1iT I
I i I i'
I i i I i I
; ! : I \1 !
$1$_1
S~A7.~~ I I, I ! i I
2".~
o/~..
T'P;-f1lJ ~~; ! , , I
;
ST~ ;.1.1, I, ~~I I I i ; ,
,
B GIN <f'St 11P n",1 j., \ :
1~".~6 ( T. 9 N
tr. - >~
: h~ I
Oz
". ; , ~h;
<; : DI I
" I , c T
:i I
Z 'i -;--12'
~ , I
r; ; i I ~T ,.b
~. 9
~ 01 I I " I !
"
~ 9. , 0 el I I r ~ I
'"
z . X
I , <Q ,
z:::! , I
z n i
~ I
I ;;; ; 1 I , ! I
i I
I i
"J I I I
i ! ;
~ 9.74 ,^U I f-. I ,
T " , 6 I I
, :4" 6 f. B N: ~ lr:-' \
L , . .' 0 ,
, I ", V
~ 4" 60' vr T.IBEN~ I I \: I
I i I I! Ii I !
,,,
~1&~2 I I :1 I ;
! I I I
1 I I :
i I i I i
I I I q' I
I I
, I :: i i
I I I
". ,I I
". i i , I
I : , r:-
! I , I I I i I
: I ;g:
I I ! ~ 1
, 0
'^
T , 00 01 1\ I ~ :
, >:LC
,:; '16 II ~. "
r:
!l1l_J i : I ~ I n
I
! I + i : I I
- .0 I I
I I <; i
: !: I i
! I I '^ I I
" n
'7 I ! I I
I g !
I i ~ i I : I
\ ,
I I-I i-
! ! I i
-
" I II
~ 7, 7 I I I I ,
, oe o. LT i ,
L P , '1c;;;:fu~OX : I I I !
t ,._~5H..D
, I : I,
I I i
I 1 ! /1 i I : : I I
"J I i I I II , !
I
:"7.14
I I~ I~ I~ I~ I~
. \'"
"' 18
'"
+
'"
o
'"
+
o
o
'"
.
~
"'
+
o
o
'"
o
'"
o
'"
o
I;.
o
~
8
~
.
'"
o
'"
'"
.
o
o
'"
'"
.
'"
o
'" "<I. I'>ill(
a
(')
~ ?
o
'"
CPl.07J92
~T'I' 04/\7/09
~ ""
'-
COPPELL ROAD SOUTH RECONSTRUCTION
CITY OF COPPElL. TEXAS
..
Freese aM Nichols
;'::"1l..==~~lI'l
_ _ p,.) '110-~ /1
r.. '~'''l.ze>..~ I~
(~~~
"'i4~':O"Xt:.i}'.J/.
' . '--'1f.~
1\'':'
a~;j
~~~
~::;I"
~!6
<'"
z_
~o
On
'0
~~
~?i
~g
()
:l>
C
::!
o .~
~ i~
.- II'~
:~
~-:
:>:
~,~
,
n
]
~
:'.;i
"'-
_G_.C
"'ZC)Vl
_c~~;~,-
ooo;!"
g :: L-!.-\-
clll.( 1 I
r~r-J--T----t-
~-
,"'"
=
G
~~ ,/
I
~~
) ~~
~~
?~
,~, Ar
:.H'II
~~ I
;- ; "i ~
;~~o D' ~ ~I
:; ~ ,;
_.....:.... "'Ne~
-,,--,,- ~ I ~ ~
I~
I';
~
,~
~
\' ~-:+-
~ H
~~
I
I
\
I
\
~
~
:-
0
0 '^~
0 ~'"
",
~u
il
0;
"
\ ;: ~
\ " ~
1/,'"
\ -
\
\
;)~
.~~
~"
0_
,
"
n
'ld ;;
lj"I,....'c
}I. .' .... ."
- /f,;'i ~X
J 1;:~I'8,..
--. ';'CLL,'\
? ~J ~,) <~.I '. \..)
lJ...sl. s~s ~~--'i,S:
-s--SS-SS:::'L_-t. . '" i' r---
/-::]! ~ PI; I,": \ I -
~ . ~,:;g; I' -. \ ~ I
r-. ~~~ :::t j ___.-_...._~_~ ~
--""~~--- --,:f)_w-, ~ 0:"
~ ::.:.;;'~~-:;~- '11.., /l.. L:>I~.+ ~ ~ N
g ,
"
:i1
~
CIVIL
COPPELL ROAD CONDUIT
STA 17+50 TO 22+50
~
AllO(NOU'" I
lJC1 !l/6/09
~tJfJN SCAU, ~i~":~Q~~r '::," CI~~ ::;~~i":~ ....c _ ~~
~ I"I'~ ~"e~l. od:,,~1 'cu~ CV-flfT-CO/otD01'''''q
I
I I I
. 1 ' I!
.. 0 P[ R Jr.... 0 8 .6 . b' R~_
g; A ~ ~. ~ ~'~~O JJNdnoN is
( '.' -~ll3 IN ~li I !
(I ) ,- OI~5 "1" R9 I !
~ iipLI II I
.;~~~~ I :'I:);; I i
~ I ~~ ! ~~l~. I I
II lia.~ I 1'111 ,
MATCH LINE STA
...
.
'"
o
.
. -
o
o
'"
8
I~
f-,'"
co
co
;i!.
(j)
C
III
;::
=<
-<
~
~ -
~:~ ~ ; ~ y<. <
I ,,,,r --7 2. -t--- ~
i-n~ 8 I ~ ;~~9- ~
// ~G Vl, I ~ +- !.
/I ~ / S2 ~ ..
--- ~-/~~r~~'d~
ff; ~ V:~ ~8~~:~; ~ ~O~ ;-~;' J~'
~!- ~ 1ff/f-Ji 1!"i'! ~ i ii I
~iV":h">1~" !l) !I
~."o. m 11)" '1',f;~ <0 I'
~-~~~~~ ~: k:f \ - ;n< > ~~ , I
-~~g~~/~fL/' A' ,I P 8> i:
, I;:; i ~~y~, "'L' I/'~ - : I
Ii T:':: ~~ 1~~-=--F----"-r
I; '\ '\ ern;=+rt>I';f~ ~~MAI
: /(~~ ~"8ft~ 1 ~!< f~ . " ~~ si~:7-
I a:t I ''''1 ~~*'~~!
~i I / {?" ': ~..----- i:~i~~1
~: :; f~-I~ 0; 8>).\~ W~U'
~; //!//lf~ 'I':]': '~ . I ~ 0
';.~ )' II t ~;I! YV'I, !
: f ti ~:.' : d~~, !
.----~~~.II~.\~i:,: \ \ .:;5 'I
~ ~ -I, t~ 1~1: (" _) :>5~;
,:$~ f if~" L ~.C' 0 :
,~~~ I. J,{'lt)Jt.. ~ 0__ ~~~ I
: 1~lhl/ ~~~1i :,
I ~ i LJ 'f.:';,,:)::/ /r-oZ:nU--V1
I ! i :'~~: ~;; . / m;ll; .1
! i I l;-- ~~ @:jk~f\I7C~~~i(; 'c;~
I i _.' ~ ..- r~'."., """." 5,'~~, J ~'!: " '2-'
I: 8~, ~U J ;k.x>, 1,--; ~~ ,: 1'!:2
I lilli/ /1t'l:1 I'.~q! 1'_ ~~ ~ :~:
;' I 0</\ O'lsil It,., Vln -< ~
~o ~,,< JI ~'I!..:-_.t c5 10"-
-<~ ~=- tr.: ~'~~'l ';- lDZ iO I
h~, .1(.,' :' / I~ f\ s1'l aj I
~~ ~'~fV.'i[.i.. I~ 1.-.' ~~! :-/1,
~. ~ I I.,-_{L__~~_ ~
}'-: -:... _=~::oat9W.~ _ "=--_ _ ;jf=
:= ~",-" ~ ~~ . ^' ".' .'-..,"'- "'--.. ..-
., ----'-. ., J' *~+:,IIl;~~ BffilEL ROAD' _.
........... ..... ",...~ \~...," 'K"/ -,,-: _.
~~ll9itL~':i:J~\IF\o-...~;\~/-:)R..O~~~Olr:s,= ~~i SO-I 5"011.. O.u..lo ~I"( ,0,\ Sf'" ll(1:'''' TO )'00
Ite.....r...........,. u\
..,.....r.., .. '^ ~_\ _ _ _._
'"
'"
I~
'" /6 I~ I~
0
'"
I I ; ! ,
I T II
I
i
I I
co '"'1LN51.6
0
z
0
: I l
v - 02.2
N 5 J.~..
I~ 18
~
'"
o
~
i i i it'
I I f
I I ~
~
6
o
~o
>~
.. c:)\ tlJ'
l~~ t
o
o
0] ~ ~~
!1 l;o:;.
+ ~ ;:>;:1 "
::; ~:;~-1
;g[3~
~r~
~~
~l'=
1\
I
I
,\
"
+
o
o
z~ or. i I I
~ ,,;
I I r : I I
~ ,
i JP
';; I I I
'" i 1\ ~~
; i _t
i I j i , ~
i i i I ! ~
i I
- - -I
"
+
~
o
i I
I I
i ,
1 ,
, I i
] ,
I !
I ! I
,
! I j I !
I ,
I!
Co
+
o
o
!
I ,
i ,
" -
"
I" ,
" -LP.
~ ~
= I
I :
I
'I
i
I
i
I
Iii
i I I
!
I
I
I I
I 1
. "
!
! - ~
,
... ,
I
I
! I
: i I
! i i I
~; I
.1 ,-
, I
.J i
1 MFL! I .'0 5
11II i ill r I
1+00
I~
I~ 18
I~
I~
I'"
I~
'"
o
'"
. ~ ~
"J 0 a
. VJ
~ ?
.,. _ /l\!AOOOIi)Uu 1 Bel ~/6/C9 0I['ftlU
m ~N ~ ~~;.:~901r ~~~,. o~; ~~~'n~~ I nlC _( ~
~ II'I~ ~"_\, odl..~t :(01. C'V-O~-P,.-S'1'tlN02 d..~
CPl01.l91
1)4/11/09
,-
st'
COPPEll ROAD SOUTH RECONSTRUCTION
eML
.,,... - ., _D, _~...~ , .....,. ~..
~~~ 8>
H-j
"
~
~R::~
g;~~
~~=
~ ~
,..~M~TCH. LINE STA 1+00
CClVI:fVlVl :IVlC'" ~
~~~i~~ ~~~~
2:;:;~~~C 1)r- ~.~
80o:<:~ ~~.,~
~~~~z~ ~7~2
.....o~o~z _3~:I'tl f'-.....
.l:ll:l1:d3roo) ti\P~ < V""
~~~~~i~;~~
~ z ~~ i' ~ g <
~ O\'~y
~l:
! :
~
o
~
N
,
CITY or COPPElL. TEXAS
..
Freese .-.:II Nichols
''''''-_.__(1)1
-,'_1)lQ2_rool
_ - (JuJ nc-noo
'''-(IH)120-~
....\i...0}~'>;111
~~~
4 ~~~r/:ltJ1
STORM DRAIN LINE "A 1"
.... ...."'10 'Io.'W.J{
~ 0 -06 I
~ T
~ -
'"
'""""'"""
~rY ~ ~~;.~~n~ ~~~h ll~~ ::;~~'ng~ "" -'l
---........ 1";::; ~"ect. lld).r.\ ~elll~ C'V-TIl'T-P:,-P"S(;.d_9
SeT 5/6/09
/
/
I
--'
~Ir
~,. ."--.;,-.t-.-.:......
I~-
~-,
r-- - ---.
J.........~K....o~.1
VOl.19~Oe2, PC.~~. .
261 ,OR.D.G r .
,
-,---
NE"OA JMr~Rl CC _ 0
r----
o I ~~~~~
- z I~ E
,,. F.
on
zn
@~
O~
~~ ~. ~ ~
~ ~ ~
~
0 " "
!ij
J: ~ n n
~ i ~
. ~
~ is ~ !~: ~
~ %
N
z . I
M
M
~
CPLD1Jn
IoIt O./17/i)g
""'" ""
CITY OF CCPPELL. TEXAS
COPPELL ROAD SOUTH RECONSTRUCTION
eML
..
~=~~~~~
"__(llO\nO_25llO
''''-:Z'.I'2G-J)l)
ti~~2~
;;\. 9282.1 ...~
Ai!!IJ"~: S;';/'1
CONSTUCTION PHASING PLAN
ADDENDUM NO. 2
May 8, 2009
"""'"
--~t OF r""l
-'":< l>- ..........'-+- t t
:0'... *: "o-1J' "
" 0 0,
, . .. .0 * I
,,*: ~*;
II' ....e.....I..........e.... I
, a.CALEB THORN~LL ,
~ ..........,.....Q......./~'
;,"11.. 92823 :4;:
"b. .!<.j-
" "X\;...f!CENSt~..~~:
'.I~~/..oo....t~c,~..
(0/!J}5);-- sNOj
CITY OF COPPELL
COPPELL ROAD SOUTH RECONSTRUCTION
PROJECT NO. 5T 07-02
CPL07392
BID DATE:
Tuesday, May 12, 2009, 2:00 pm
The following additions, deletions, modifications, or clarifications shall be made to the
appropriate sections of the plans and specifications and shall become a part of the Contract
Documents. Bidders shall acknowledge receipt of this Addendum in the space provided on the
Bid form.
BIDDING REQUIREMENTS:
A2-1 SECTION 1 - BIDDING REQUIREMENTS
A Reference Page 1-26
Modification: Delete this page and replace it with the page 1-26 included with this
Addendum. The revised page is to be attached to the contract documents and submitted
with the Bid.
END OF ADDENDUM NO.2
Addendum No.2
Project No. 51 07-02 - CPL07392
00900-2
.
Coppell Road South
(Coppel! Road from Bethel Road to Southwestern Blvd
Project # ST 07-02
Bid No. Q-0509-02
Item Plan Unit Description and Price in Words Unit Total
Nn_ Price Prir.~
Std. 15' Curb Inlet
148 1 EA
Dollars
Cents Per Each
Std. 20' Curb Inlet
149 2 EA
Dollars
Cants Par Each
Drop Inlet (4'x4')
150 2 EA
Dollars
Cents Per Each
Storm Drain Manhole
151 3 EA
Dollars
Cents Per Each
Hanson 5'x5' Standard Junction Box
152 1 EA
Dollars
Cents Per Each
8'xG' Junction Box
153 1 EA
Dollars
Cents Per Each
CH-FW-Q Headwall
164 1 EA
Dollars
Cents Per Each
CH-PW-Q Headwall
165 3 EA
Dollars
Cents Per Each
FW-Q Headwall
156 1 EA
Dollars
Cents Per Each
t - 26
BKJding Documenls
TABLE OF CONTENTS
Page #
Section 1 - Bidding Documents
Notice to Bidders
Instructions to Bidders
ProposallBid Schedule
Prevailing Wage Rates
1-5
1-6
1-19
1-28
Section 2 - Contract Documents
Standard Form of Agreement (Contract)
Certificate of Insurance
Instructions for Bonds
Performance Bond
Payment Bond
Maintenance Bond
Conflict of Interest
2-2
2-8
2-9
2-10
2-12
2-14
2-16
For this project, the Standard Specifications for Public
Works Construction - North Central Texas Council of
Governments Fourth Edition, the City of Coppell
Standard Construction Details (Ord.#2006-1129), and
Appendix 'c' Design Criteria and Standards in the
City of Coppell Subdivision Ordinance (Ord.#94-643)
shall govern all work to be done, together with any
additional Supplementary Conditions, Specific Project
Requirements, General Notes, Description of Pay
Items and/or Technical Specifications included herein.
Section 3 - City of Coppell's Supplementary Conditions
To the NCTCOG General Provisions
3-1
Section 4 - Specific Project Requirements
Standard Construction Agreement and Contractor's
Right of Entry (DART)
4-1
4-13
Section 5 - Description of Pay Items
5-1
Section 6 - Technical Specifications
Project Sign
02231 Tree Protection and Trimming
02271 Riprap and Bedding Material
6-1
1-2
Bidding Documents
02402 Care of Water During Construction
I
I
!
I
I
I
l
I
1
I
\
1-3
Bidding Documents
TH E.CITY.OF
COPPELL
If
l'
e x
t\ <5
1-4
SECTION 1
BIDDING
DOCUMENTS
Bidding Documents
NOTICE TO BIDDERS
The City of Coppell is accepting bids for the construction of Coppell Road South (Coppell Road
from Bethel Road to Southwestern Blvd) -Project No. ST 07-02. The work shall consist of the
installation of 10,977 S.Y. of 8" concrete pavement, related drainage and utility improvements, the
removal of existing pavement, and all appurtenant work necessary to complete construction of the
project.
Bidding documents, including Construction Plans, Construction Specifications and Contract
Documents, may be obtained for a non-refundable cost of $50.00 (half size only) from the office of
Freese and Nichols, Inc., 1701 North Market Street, Suite 500, Dallas, Texas, 75202; or telephone
(214) 920-2500 for additional information. Sealed bids addressed to the Purchasing Agent, City of
Coppell, Texas, for the construction of Coppell Road South - Project No, ST 07-02 will be
received in the Purchasing Office at the City of Coppell Tovm Center, 255 Parkway Boulevard, until
2:00 p.m., May 12th, 2009 and then publicly opened and read aloud. Each Bidder shall submit two
identical copies of this bid with the City of Coppell Bid No. 0-0509-02 designated clearly on the
exterior of the bid envelope.
A Pre-Bid Conference has been scheduled for this project at the Coppell City Hall in the
Engineering Department (255 Parkway Boulevard) at 2:00 p.m. on May 5, 2009. The conference is
not mandatory; however, all interested bidders are strongly encouraged to attend.
This project will be awarded on the A + B bidding format with an incentive of up to $80,000 for
early completion. Bids submitted with more than 250 Calendar Days for the time of completion will
be considered non-responsive and will be rejected. The Owner reserves the right to reject any or all
bids and to waive formalities. Unreasonable or unbalanced unit prices will be considered sufficient
cause for rejection of any bid or bids. NO BID TRANSMITTED BY FAX WILL BE ACCEPTED.
Bidders are expected to inspect the site of the work and to inform themselves regarding local
conditions and conditions under which the work is to be done.
Complete sets of bidding documents must be used in preparing Bids; the City of Coppell assumes no
responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding
Documents.
NO SALES TAX ON TANGIBLE PERSONAL PROPERTY INCORPORATED INTO OR MADE A
PART OF THE PROJECT. The bidder shall not include or provide for sales tax on tangible personal
property to be incorporated into the project. (Note: This procedure may not be used, however, for materials
which do not become a part of the finished product, such as, equipment rental or purchase, form materials,
etc.). In order to be exempt from the sales tax on such tangible personal property, the contract shall separate
and provide separate charges for materials to be incorporated into the project from charges for labor. The
City will provide the Contractor with an exemption certificate for the materials. The contractor is expected
to issue a resale certificate in lieu of paying a sales tax at the time of purchase. The bidder shall show the
cost of materials (tangible personal property) in the space provided on the bid form. The successful bidder's
bid form will be used to develop a separated contract and determine the extent of the tax exemption.
1-5
Bidding Documents
BIDDING AND CONTRACT DOCUMENTS
INSTRUCTIONS TO BIDDERS
1. Defined Terms.
Terms used in these Instructions to Bidders which are defined in the Standard Specifications
for Public Works Construction - North Central Texas Council of Governments Fourth
Edition and the Supplementary Conditions of Agreement have the meanings assigned to
them in these General Conditions. The term "Bidder" means one that submits a Bid directly
to Owner, as distinct from a sub-bidder, who submits a bid to a Bidder. The term
"Successful Bidder" means the lowest, qualified, responsible Bidder, as determined after
review of calendar days, overall price, and qualifications, to whom the Owner (on the basis
of the Owner's evaluation as hereinafter provided) makes an award. The term "Bidding
Documents" includes the Notice to Bidders, Instructions to Bidders, the Bid Form, the
Construction Plans and Specifications, and the proposed Contract Docwnents (including all
Addenda issued prior to receipt of bids). Specific defined terms are:
Owner: Wherever the word "OWNER" is used in the specifications and Contract
Documents, it shall be understood as referring to the City of Coppell, Texas.
Engineer: Wherever the word "Engineer" is used in the Specifications and Contract
Documents, it shall be understood as referring to the City Engineer or his authorized
representative, City ofCoppell, P.O. Box 9478, Coppell, Texas 75019.
Consulting Engineer: Wherever the word "Design Engineer" is used in the Specifications
and Contract Documents, it shall be understood as referring to the Design Engineer or his
authorized representative, Freese and Nichols, Inc., 1701 N. Market Street, St #500, Dallas,
TX 75202.
Inspector: The authorized representative of the City of Coppell assigned to observe and
inspect any or all parts of the work and the materials to be used therein.
2. Scope of Work.
This work shall consist of the reconstruction of Coppell Road from Bethel Road to
Southwestern Blvd (approximately 2,000 feet). This road is currently a 2-lane asphalt
roadway and will be reconstructed as a two-lane concrete roadway, with parking on both
sides for approximately 950 feet. Sidewalks will be constructed along both sides and an
underground storm drain will be installed. There will be an at-grade DART crossing and
approximately 300 feet of new waterline. Work shall include all components necessary for
the "turn key" construction of the roadway and related improvements as shown in the plans
for Project No. ST 07-02.
3. Copies of Bidding Documents.
1-6
Bidding Documents
3.1 Complete sets of the Bidding Documents may be obtained from the office of Freese and
Nichols, Inc., 1701 N. Market Street, Suite 500, Dallas, Texas, telephone (214) 920-2500 for
a non-refundable cost of $80.00. The following general requirements pertain to the Bidding
Documents:
A) No bidding documents will be issued later than two (2) days prior to the bid opening
date.
B) After award of the Contract, the successful Bidder will be furnished five (5) sets of
Contract Documents at no charge. Additional sets over five (5) will be furnished for
$25.00 per s~t.
C) Bidding documents may be examined free of charge at the offices of the City
Engineer, City of Coppell, 255 Parkway Boulevard, Coppell, Texas.
3.2 Complete sets of Bidding Documents must be used in preparing Bids; the City of Coppell
assumes no responsibility for errors or misinterpretations resulting from the use of
incomplete sets of Bidding Documents. No partial sets of plans, specifications or proposal
forms will be issued.
3.3 The Owner, in making copies of Bidding Documents available on the above tenns, does so
only for the purpose of obtaining Bids on the Work and does not confer a license or grant for
any other use.
4. Qualifications of Bidders,
The Bidder shall submit within five (5) days of the Owner's request such evidence as the
Owner may require to establish his financial responsibility, experience and possession of
such equipment as may be needed to prosecute the work in an expeditious, safe and
satisfactory manner. The required information to be submitted shall consist of, but shall not
necessarily be limited to, the following:
A. Current Project Experience (within five [5] days if requested).
A list of all projects presently under construction by the bidder including approximate
cost and completion date shall be submitted upon request.
B. Past Project Experience (required to be submitted within five [5] days if requested).
The Bidder shall submit a list of comparable projects completed within the previous
five years including approximate cost(s), quantities, and completion date(s).
C. Equipment (within five [5] days if requested).
The Bidder shall provide a list of equipment, which will be used on this project.
1-7
Bidding Documents
The Bidder shall demonstrate that he has adequate equipment to complete this
project, properly and expeditiously and shall state what additional equipment, if any,
that he must rent/lease as may be required to complete this project.
D. Financial (within five [5] days if requested).
Each Bidder shall be prepared. to submit upon request of the Owner a balanced
financial statement with no evidence of threatening losses as evidenced by an audited
certified financial statement (current within the last six (6) months of bid date). This
information will be used to confirm that the Bidder has suitable financial status to
meet obligations incidental to perfornling the work.
E. Technical Experience.
The Bidder shall demonstrate to the satisfaction of the Owner that he has the
technical experience to properly complete this project.
F. Proof that the bidder maintains a permanent place of business.
5. Conflict of Interest.
City Charter states that no officer or employee of the City shall have a financial interest,
direct or indirect, in any contract with the City, nor shall be financially interested, directly or
indirectly, in the sale to the City of any land, or rights or interest in any land, materials,
supplies or services. This prohibition does not apply when the interest is represented by
ownership of stock in a corporation involved, provided such stock ownership amounts to less
than one percent (1%) of the corporation stock. Any violation of this prohibition will
constitute malfeasance in office. Any officer or employee of the City found guilty thereof
should thereby forfeit his office or position. Any violation of this prohibition with the
knowledge, expressed or implied, of the persons or corporations contracting with the City
shall render the contract voidable by the City Manager or the City Council. By submitting a
bid, the Contractor represents that no employee or officer of the City has an interest in the
Contractor.
6. Examination of Contract Documents and Site.
6.1 Access to the site shall be from Southwestern Boulevard and Bethel Road. It shall be the
Contractor's responsibility before submitting a Bid, to (a) examine the Contract Documents
thoroughly, (b) visit the site to become familiar with local conditions that may affect cost,
progress, performance or furnishing of the Work, (c) consider federal, state and local Laws
and Regulations that may affect cost, progress, performance or furnishing of the Work, (d)
study and carefully correlate Bidder's observations with the Contract Documents, and (e)
notifY Engineer of all conflicts, errors or discrepancies in the Contract Documents. Failure to
make these examinations shall in no way relieve any Bidder from the responsibility of
fulfilling all of the terms of the contract, without additional cost to the OWNER.
1-8
Bidding Documents
6.2 Information and data reflected in the Contract Documents with respect to Underground
Facilities at or contiguous to the. site is based upon information and data furnished to the
Owner by Owners of such underground Facilities or others, and the Owner does not assume
responsibility for the accuracy or completeness thereof. All existing structures,
improvements, and utilities shall be adequately protected, at the expense of the Contractor,
from damage that might otherwise occur due to construction operations. Where construction
comes in close proximity to existing structures or utilities, or if it becomes necessary to move
services, poles, guy wires, pipe lines, or other obstructions, it shall be the Contractor's
responsibility to notify and cooperate with the utility or structure owner. The utility lines and
other existing structures shown on the plans are for information only and are not guaranteed
by the City to be complete or accurate as to location and/or depth. It shall be the Contractor's
responsibility to verify locations and depths sufficiently in advance of construction such that
necessary adjustments may be made to allow for the proper installation of proposed
improvements as indicated in the plans. The Contractor shall be liable for damage to any
utilities resulting from the construction of this project.
6.3 Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any
additional examinations, investigations, explorations, tests and studies and obtain any
additional information and data which pertain to the physical conditions (surface, subsurface
and underground facilities) at or contiguous to the site or otherwise which may affect cost,
progress, performance or furnishing of the Work and which Bidder deems necessary to
determine its Bid for performing and furnishing the Work in accordance with the time, price
and other terms and conditions of the Contract Documents.
6.4 On request in advance, the Owner will provide each Bidder access to the site to conduct
explorations and tests as each Bidder deems necessary for submission of a Bid. Bidder shall
fill all holes, clean up and restore the site to its forn1er conditions, according to the City
standards, upon completion of such explorations.
6.5 The lands upon which the Work is to be performed, rights-of-way and easements for access
thereto and other lands designated for use by Contractor in performing the Work, are
identified in the Contract documents.
6.6 The submission of a Bid will constitute an incontrovertible representation by Bidder that
Bidder has complied with every requirement of this Article 6, that without exception the Bid
is premised upon performing and furnishing the work required by the Contract Documents
and such means, methods, techniques, sequences or procedures of construction as may be
indicated in or required by the Contract Documents, and that the Contract Documents are
sufficient in scope and detail to indicate and convey understanding of all terms and
conditions for performance and furnishing of the Work.
7. Interpretations and Addenda.
7.1 All questions about the meaning or intent of the Contract Documents are to be directed to the
Purchasing Agent. Interpretations or clarifications considered necessary by. the Purchasing
Agent in response to such questions will be issued by Addenda mailed or delivered to all
bidders recorded as having received the Bidding Documents. Questions received less than
1-9
Bidding Documents
two days prior to the date for opening of Bids may not be answered. Only questions
answered by formal written Addenda will be binding. Oral and other interpretations or
clarifications will be without legal effect. Each Bidder shall acknowledge on the bid
proposal that all Addenda issued h'ave been received. .
7.2 Addenda may also be issued to modify the Bidding Documents as deemed advisable by the
Ovvner.
8, Contract Time.
The time of completion of the project will be set through the bidding technique used in the
Proposal Form. A more detailed explanation of the bidding technique and completion
time is given in Item 1.6 of the Specific Project Requirements.
8.1 Prior to the issuance of the Notice to Proceed by the Owner, the Contractor shall submit a
detailed Progress and Schedule chart to the Ovvner for approval.
8.2 Extension of the contract time shall be based on a Change Order or written amendment as
specified in Item 103.7 of the General Provisions.
9. Liquidated Damages.
Provisions for liquidated damages are set forth in the Contract and Item 1.6 of the Specific
Project Requirements.
10, Substitute or "Or-Equal" Items.
The Contract, if awarded, will be on the basis of materials and equipment described in the
Drawings or specified in the Specifications without consideration of possible substitute or
"or-equal" items. Whenever it is indicated in the Drawings or specified in the Specifications
that a substitute or "or-equal" item of material or equipment may be furnished or used by
Contractor if acceptable to Engineer, application for such acceptance will not be considered
by Engineer until after the Effective Date of the Agreement. No substitutions should be
considered during the bidding process.
11. Subcontractors, Suppliers, and Others.
11.1 If the Owner requests the identity of any Subcontractors, Suppliers, or other persons or
organizations to be submitted to the Owner in advance of the specified date prior to the
Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so
requested, shall within seven (7) days after the request submit to the Owner a list of all such
Subcontractors, Suppliers and other persons and organizations proposed for those portions of
the Work for which such identification is requested. Such list shall be accompanied by an
experience statement with pertinent information regarding similar projects and other
evidence of qualification for each such Subcontractor, supplier, person or organization if
requested by the Owner. If the Owner, after due investigation, has reasonable objection to
any proposed Subcontractor, Supplier, other person or organization, Owner may, before the
1-10
Bidding Documents
Notice of A ward is given, request the apparent Successful Bidder to submit an acceptable
substitute in which case the apparent Successful Bidder shall submit an acceptable substitute.
Bidder's Bid price may be increased (or decreased) by the difference in cost occasioned by
such substitution, and the Owner may consider such price adjustment in evaluating Bids and
making the contract award.
If the apparent Successful Bidder declines to make any such substitution, the Owner may
award the contract to the next lowest Bidder that proposes to use acceptable Subcontractors,
Suppliers, other persons and organizations. The declining to make requested substitutions
will not constitute grounds for sacrificing the Bid security of any Bidder.
11.2 No Contractor shall be required to employ any Subcontractor, Supplier, other person or
organization against whom Contractor has reasoriable objection.
12. Bid Proposal.
12.1 'Two (2) completed Bid Proposals must be submitted in a sealed envelope as described in
Item 15. The blank spaces in the Bid Form shall be filled in for each item for which a
quantity is given and the Bidder shall state the price for which he proposes to do each item of
work. All blanks on the bid form must be completed in ink or typed. No substitutions,
revisions, or omissions from the plans and/or specifications will be accepted unless
authorized in writing by the Owner.
12.2 The legal status of the Bidder, that is, as a corporation, partnership, or individual, must be
stated on the Bid Form. A corporation Bidder must name the state in which the organization
is chartered. Bids which are signed for a corporation shall have the correct corporate nan1e
thereof, its post office address, and the signature of the president or other authorized officer
of the corporation, manually written below the corporate name in the following manner: "By
"
If the bid is made by an individ,ual, his post office address shall be given. Bids which are not
signed by the individuals making them shall have attached thereto a power of attorney
evidencing authority to sign the bid in the name of the person for whom it is signed.
If the bid is made by a firm or partnership, the name and post office address of the managing
. member of the firm or partnership shall be given or the bid may be signed by an attorney-in-
fact. If signed by an attorney-in-fact, there shall be attached to the bid a power of attorney
evidencing authority to sign the bid, executed by the members of the firm or partners.
13. Provision Concerning Escalator Clauses.
Bids containing any condition which provides for changes in the stated bid prices due to
increase or decrease in the costs of materials, labor, or other items required for this project,
may be rejected and returned to the Bidder without being considered.
14. Estimates of Quantities.
1-/1
Bidding Documents
The quantities listed in the Bid Form will be considered as approximate and will be used for
the comparison of bids, unless stated othern'ise in the description of pay items. Payments
will be made to the Contractor only for the actual quantities of work performed or materials
furnished in accordance with the contract. The quantity of work to be done and the materials
may be increased or decreased as provided for in the Contract Documents. If an item is
noted as a "Plans Quantity" then only the Quantity shown in the unit bid price schedule
will be paid.
15. Submission of Bids.
Bids will be received by the Purchasing Agent, and shall be submitted to the Purchasing
Agent, City of Coppell, at the Town Center, 255 Parkway Boulevard, P.O. Box 9478,
Coppell, Texas 75019 until, 2:00 /J,m., Mav lih, 2009, and then publicly opened and read
aloud. Two identical copies of the bid enclosed in an opaque sealed envelope and marked
with the Project title, City of Coppell Bid No. 0-0509-02, and the name and address of the
Bidder shall be submitted. If the Bid is sent through the mail or other delivery system the
sealed envelope shall be enclosed in a separate envelope with the notation "BID
ENCLOSED Construction of: CO/J/Jell Road South, (Co/J/Jell Road from Bethel Road to
Southwestern Blvd. - Pro;ect No. ST 07-02 on the face of it and addressed to the
Purchasing Agent, City of Coppell, Texas.
16. Modification and Withdrawal of Bids.
16.1 Bids may be modified or withdrawn by an appropriate docun1ent duly executed (in the
manner that a Bid must be executed) and delivered to the place where Bids are to be
submitted at any time prior to the opening of Bids.
16.2 If, within twenty-four hours after the Bids are opened, any Bidder files a duly signed written
notice with the Owner and promptly thereafter demonstrates to the reasonable satisfaction of
Owner that there was a material and substantial mistake in the preparation of the Bid, that
Bidder may withdraw his bid. Thereafter, that Bidder will be disqualified from further
bidding on the work.
17. Rejection of Bids.
Bids may be rejected if they show alterations of form, additions not called for, conditional
bids, incomplete bids, erasures or irregularities of any kind. The Owner reserves the right to
waive any irregularities in the bids as received and to reject. any and all bids without
qualification(s). More than one bid from an individual, firm or partnership, corporation or
association, under the same or different names, will not be considered. Reasonable grounds
for believing that a Bidder is interested in more than one such bid may cause the rejection of
all bids in which said Bidder is interested. Bids in which prices are obviously unbalanced
may be rejected. Bids submitted without a Proposal Guaranty, per NCTCOG's Item 102.5 of
the Standard Specifications for Public works will be rejected. Bids with more than 210
Calendar Days for the time of completion will be rejected.
1-12
Bidding Documents
18. Bids to Remain Subject to Acceptance.
All Bids will remain subject to acceptance for ninety (90) calendar days after the day of the
Bid opening, but the Owner may, in its sole discretion, release any Bid prior to that date.
19. Award of Contract.
19.1 For the purpose of award, each bid submitted shall consist of two parts whereby:
Base Bid (A) = The correct summation of the products of the estimated quantities shown in
the proposal, multiplied by their bid unit prices.
Time Bid (B) = (CD x Daily Value) = the product of the number of calendar days (CD)
provided by the Contractor and the Daily Value established by the Ovmer.
For the purposes of this Contract, the Daily Value is $1,000.00.
The lowest evaluated bid (Total Bid) will be determined by the Owner as the lowest sum of
the Base Bid (A) plus the Time Bid (B) according to the followi!1g formula:
Total Bid = Base Bid (A) + Time Bid (B)
Time Bid (B) from the preceding formula will not be used to determine the final payment to
the Contractor. All payments will be based on actual quantities and bid unit prices.
The Owner desires to expedite construction on this contract to minimize the inconvenience
to the traveling public and to reduce the time of construction. In order to achieve this, an
incentive/disincentive provision is established for this contract. The total incentive
payment shall not exceed $80,000.00. A bid with more than 250 calendar days will be
considered non-responsive and will be rejected.
19.2 The Owner reserves the right to reject any and all Bids, to waive any and all informalities
except for the time of submission of the Bid and to negotiate contract terms with the
Successful Bidder. The Owner also reserves the right to reject all nonconforming,
non-responsive, unbalanced or conditional Bids. Also, the O'WTIer reserves the right to reject
the Bid of any Bidder if the Owner believes that it would not be in the best interest of the
Project to make an award to that Bidder, whether because the Bid is not responsive or the
Bidder is unqualified or has doubtful financial ability or fails to meet any other pertinent
standard or criteria established by the Owner. Discrepancies in the multiplication of units of
Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the
indicated swn of any column of figures and the correct swn thereof will be resolved in favor
of the correct swn.
19.3 In evaluating Bids, the Owner will consider the qualifications of the Bidders, whether or not
the Bids comply with the prescribed requirements, and such alternates, unit prices, and other
1-/3
Bidding Documents
data, as may be requested in the Bid form or prior to the Notice of A ward. Time of
completion will be a consideration in the award of the bid.
19.4 The O\\'l1er may consider the qualifications and experience of any Subcontractors, Suppliers,
or other persons or organizations proposed for those portions of the Work as to which the
identity of Subcontractors, Suppliers, and other persons and organizations must be submitted
as requested by the Owner. The Owner also may consider the operating costs, maintenance
requirements, performance data and guarantees of major items of materials and equipment
proposed for incorporation in the Work when such data is required to be submitted prior to
the Notice of A ward.
19.5 The Owner may conduct such investigations as the Owner deems necessary to assist in the
evaluation of any Bid and to establish the responsibility, qualifications and financial stability
of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to
perfonn and furnish the Work in accordance with the Contract Documents to the Owner's
satisfaction within the prescribed time.
19.6 If contract is to be awarded, it will be awarded to the lowest and best qualified Bidder whose
evaluation by the Owner indicates to the O\\'l1er that the award will be in the best interests of
the Project.
19.7 If the contract is to be awarded, the Owner will give the Successful Bidder a Notice of
A ward within ninety (90) calendar days after the date of the Bid opening.
20. Execution of Agreement.
Within fifteen (15) days after written notification of award of the contract, the Successful
Bidder shall execute and fUrnish to the Owner three (3) original signed contracts and a
Certificate oflnsurance.
21. Affidavit of Bills Paid.
Prior to final acceptance of this project by the Owner, the Contractor shall execute an
affidavit that all bills for labor, materials, and incidentals incurred in the project construction
have been paid in full, and that there are no claims pending.
22, Bid Compliance.
Bid must comply with all Federal, State, county and local laws. Contractor shall not hire nor
work any illegal alien.
23. Notice to Proceed.
Upon execution of the Contract, the Owner will issue a written Notice to Proceed to the
Contractor requesting that he proceed with the construction. The Calendar day count on the
project shall commence within ten (10) calendar days after the date of the Noti~e to Proceed
or when the contractor begins work, whichever occurs first.
1-14
Bidding Documents
24. Sales Tax.
The bidder shall not include or provide for sales tax on tangible personal property to be
incorporated into the project. In order to be exempt from the sales tax on such tangible
personal property, the contract shall separate and provide separat~ charges for materials to be
incorporated into the project from charges for labor. . The City will provide the Contractor
with an exemption certificate for the materials. The contractor is expected to issue a resale
certificate in lieu of paying a sales tax at the time of purch~se. The bidder shall show the cost
of materials to be incorporated into the contract (tangible personal property) in the space
provided on the bid form. The successful bidders bid form will be used to develop a
separated contract and will determine the extent of the tax exemption. Upon execution of the
construction contract, the successful bidder shall provide a per item breakdown of 1)
materials incorporated into the project; and 2) labor, equipment, supervision and materials
not incorporated into the project.
25. Silence of Specification.
The apparent silence of these specifications as to any detail or to the apparent omission from
it of a detailed description concerning any point, shall be regarded as meaning that only the
best commercial practices are to prevail. All interpretations of these specifications shall be
made on the basis of this statement by Owner or their authorized representative.
26. Change Orders.
No oral statement of any person shall modifY or otherwise change, or affect the terms,
conditions or specifications stated in the resulting Contract. All change orders to the
Contract will be made in writing by the Owner.
27. Assignment.
The Successful Bidder shall not sell, assign, transfer or convey this Contract, in whole or in
part, without the prior written consent of Owner.
28. Venue.
This agreement will be governed and construed according to the laws of the State of Texas.
This agreement is performable in Dallas County, Texas.
29. Maintenance Bond.
The Contractor shall provide a two-year Maintenance Bond in the amount of 50% of the
value of the work at the completion of the project. The bond must be provided prior to final
payment by the City.
30. Testing Requirements.
1-15
Bidding Documents
The Owner shall make arrangements with an independent laboratory acceptable for testing
as required by the construction plans and standard specifications. The Contractor shall
bear all related costs of retests or reinspections. The Contractor shall notify the
ENGINEER in a timely manner of when and where tests or inspections are to be made so
that they may be present. One copy shall be provided to the Contractor of all reports and
laboratory test results. Testing by the City does not alleviate the contractor's responsibility
for his own quality assurance/quality control testing. Contractor shall replace any deficient
construction items at his own expense.
31. Overtime.
"Hours worked before 8:00 a.m. or after 5:00 p.m., all weekends and holidays are subject to
overtime. Overtime request or scheduled testing must be made in writing and approved by
the City of Coppell. Seventy-two hours notice required. All overtime incurred by the City
for inspection services shall be paid by the Contractor. If not paid, such cost may be
deducted from partial payments."
32. Payment.
CONTRACTOR shall submit Applications for Payment in accordance with Item 190.5 of
the General Provisions. Applications for Payment will be processed by ENGINEER as
provided in the General Provisions.
33. Documentation of existing conditions.
Contractor must video and provide copy to City of existing conditions within entire work
area prior to the start of construction. This is subsidiary to Pay Item # 1 04 Preparing ROW.
34. Bid Security.
Contractor must submit a bid security in the amount of five (5%) percent of the amount of
the maximum total bid as a guarantee that the Bidder will promptly enter into a Contract and
execute a Performance, Payment and Maintenance Bonds on the forms included in the
Contract Documents if awarded the contract.
Acceptable Bid Security are:
Certified or cashier's check made payable to the Owner.
An approved Bidder's Bond underwritten by a surety named in the current list of "Surety
Companies Acceptable on Federal Bonds" as published in the Federal Register by the Audit
Staff Bureau of Accounts, U.S. Treasury Department.
35. Bonds
Performance, Payment and Maintenance Bonds are required for this project and shall be
provided in accordance with the General Conditions.
1-16
Bidding Documents
BID FORlVl
PROJECT IDENTIFICA nON:
. Coppell Road South
ST 07-02 in Coppell, Texas
BID OF
DATE
t;'-__ \'7-..- [.:.:'1
,- ," _.
,-". .' _0 l.'. . " .
\ ." ') I: / l "v
....J i L--, v,) ~ U.....d ~ ,~-._
(NAME OF FIRM) .'
.' ,,-, .. t::,' ll" . .' L rt' t. '-l
! '-;.,.~, ,";- I I ",' . .' " ....,....;--1 \ -.. t
, ........... I' ~..'-( ~~- ,. .,
"', '... t ..~. .""1.. . "
n, /'" . ....- "'~.,(. '-1....-..., '-L' <'. 'j' '-\W. -li"';l" .- I"~ "~.. u.'C'
\ /' ( \.. ~, ........ . . j - lJ l...- ~ .\ ."\
TI-IlS BID IS suBrvirrTED TO: City ofCoppell 01ereinafter called OWNER)
c/o Purchasing Agent
255 Parkway Boulevard
P.O. 9478
Coppell, Texas 75019
CITY OF COPPELL BID NO:
Q-0509-02
1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an
agreement with OWNER in the form included in the Contract Docwnents to perform and
furnish all Work as specified or indicated in the Contract Documents for the Contract Price
and within the Contract Time indicated in this' Bid and in accordance with the other terms
and conditions of the Contract Documents.
2. BIDDER accepts all of the terms and conditions of the' Advertisement or Notice to Bidders
and Instructions to Bidders. This Bid will remain subject to acceptance for ninety (90) days
after the day of Bid opening. BIDDER will sign and submit the Agreement with other
documents required by the Bidding Requirements within fifteen (15) days after the date of
,O\VNER's Notice of Award.
3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that:
(a) BIDDER has examined copies of all the Bidding Docwnents and of the following
Addenda (receipt of all which is hereby acknowledged):
No:
Date:
Rec'd:
1
5/glo~
~
"2.
S/8!fft,
t1I?
1-17
Bidding Documents'
(b) BIDDER has familiarized itself with the nature and extent of the Contract
Documents, Work, site, locality, and all local conditions and Laws and Regulations
that in any manner may affect cost, progress, performance or furnishing of the Work.
(c) BIDDER has studied carefully all reports and drawings of subsurface conditions
contained in the contract documents and which have been used in preparation of the
contract documents. CONTRACTOR may rely upon the accuracy of the technical
data contained in such reports, but not upon nontechnical data, interpretations or
opinions contained therein or for the completeness thereof for CONTRACTOR's
purposes. Except as indicated in the immediately preceding sentence,
CONTRACTOR shall have full responsibility with -respect to subsurface conditions
at site.
BIDDER has studied carefully all drawings of the physical conditions in or relating to
existing surface or subsurface structures on the site, which are contained in the
contract documents and which have been utilized in preparation of the contract
documents. CONTRACTOR may rely upon the accuracy of the technical data
contained in such drawings, but not for the completeness thereof for
CONTRACTOR's purposes. Except as indicated in the inunediately preceding
sentence, CONTRACTOR shall have full responsibility with respect to physical
conditions in or relating to such structures.
(d) BIDDER has obtained and carefully studied (or assumes responsibility for obtaining
and carefully studying) all such examinations, investigations, explorations, tests and
studies (in addition to or to supplement those referred to in (c) above) which pertain
to the subsurface or physical conditions at the site or otherwise may affect the cost,
progress, performance or furnishing of the Work as BIDDER considers necessary for
the performance or furnishing of the Work at the Contract Price, within the Contract
Time and in accordance with the other terms and conditions of the Contract
Documents; and no additional exan1inations, investigations, explorations, tests
reports or similar information or data are or will be required by BIDDER for such
purposes.
(e) BIDDER has reviewed and checked all information and data shown or indicated on
the Contract Documents with respect to existing Underground Facilities at or
contiguous to the site and assumes responsibility for the accurate location of said
Underground Facilities. No additional examinations, investigations, explorations,
tests, reports or similar information or data in respect of said Underground Facilities
are or will be required by BIDDER in order to perform and furnish the Work at the
Contract Price, within the Contract Time and in accordance with the other terms and
conditions of the Contract Documents.
(f) BIDDER has correlated the results of all such observations, examinations,
investigations, explorations, tests, reports and studies with the terms and conditions
of the Contract Docwnents.
1-18
Bidding Documents
(g) BIDDER has given ENGINEER written notice of all conflicts, errors or
discrepancies that it has discovered in the Contract Documents and the written
resolution thereof by ENGINEER is acceptable to BIDDER.
(h) This bid is genuine and not made in the interest of or on behalf of any undisclosed
person, firm or corporation and is not submitted in conformity with any agreement or
rules of any group, association, organization or corporation; BIDDER has not directly
or indirectly induced or solicited any other Bidder to submit a false or sham Bid;
BIDDER has not solicited or induced any person, firm or corporation to refrain from
bidding; and BIDDER has not sought by collusion to obtain for itself any advantage
over any other Bidder or over OWNER.
(i) It is understood and agreed that the following quantities of work to be done at unit
prices are approximate only, and are intended principally to serve as a guide in
evaluating bids.
(j) It is understood and agreed that the quantities of work to be done at unit prices and
materials to be furnished may be increased or diminished as may be considered
necessary in the opinion of the OWNER to complete the work fully as planned and
contemplated, and that all quantities of work, whether increased or decreased, are to
be performed at the unit prices set forth, except as provided for in the Contract
Documents.
4. Bidder understands that the work will be completed in multiple phases. Phasing will require
move-ins by utility and paving contractors. It is understood and agreed that all work under
this contract will be completed within the bid calendar days. Completion date will be
established in the Notice to Proceed. It is understood that time of completion will be a
consideration in the award of the bid.
5. It is understood and agreed that the contractor's experience in this type of work will be a
strong consideration in the award of the bid.
6. It is strongly recommended that each bidder visit the site prior to submitting a bid.
Construction constraints exist, including traffic that could affect productivity.
7. BIDDER will complete the Work for the following price(s):
/ -/9
Bidding Documents
Coppell Road South
(Coppell Road from Bethel Road to Southwestern Blvd
Project # ST 07-02
Bid No. Q-0509-02
UNIT PRICE BID SCHEDULE
BASE BID
rr;m~~:~ r ~~t:;~~~~:~;;'~---U:J;:!j
101 1 ' I LS ,M obHization (Max. 5% of ContraGtL, "" ""'^ 14.11001
J ",Jt-.:" €.\tj ~~I '! -IY~'" '.J
I f..Q!.H.it~~__DoHars I
-----I~ .------ --- ,_AlQ _ Cents Per lump Sum -~r13;'>1 -~
102 1 LS ~raff!c Control "",dr.J. Sev,,^'b 11>J. . leB}?:?7
Ig; ~~~~_.Dollard I
---f- ----1-~~ 'w..Cenls Pe~ lump Sum -- I j;5-:;T-t---
103 I 22 STA Preparing ROW ~...~. t{.,
I 8f.('_ ~~ reel .s~~~ +:;vlt., Dollars ;J
-+_ 't~~Cenls Per Station ~,_--'____.
L 104 L" LS Prepare and Implement SWppp :1 ~
'" ... . '" . " <,' ,""" ' 'I J \.9E,1 ~ '111.''-
M,-~_~r~ Dollars
[I 'i 05 I 2 I EA Project Signs /,,-,_1' ~ l6 ..,......._' .00,
~.l:.~,h<J S~'Ii~ hJ() Dollars ~o
.Df:.ty 'Cents Per Each .
~8B
8ft bft. ~
106
10747
CY
Unclassified Street Excavation
Gev Dollars
-,-_Cents Per Cubic Yards
107
1009
CY
Unclassified Compacted Earth Fill
fo ~ Dollars
..a..t'.~_Cents Per Cubic Yards
Remove and Dispose of Existing
Asphalt Pavement
108 I
~I
I, '109 '!O'I'O I BY Concrete Removal
1 ~ 11 Dollars
1- f'~~.t.... Cents Per Square Yards
r~-:- - 556 - -:- Repove Existing Conc.'ete Curb
I I j'~fJ/ Dollars f111[.J.c.(QCents Per
L____._L_,______.__L_~:!~ear F!?~________
6569
Sy
Dollars
ents Per Square Yards
113
10753, ~"
I
I~
I ~~"IZi
10..0;
1.2:)
BiO(iing Docum,;,nts
Cappel! Road South
(Cappel! Road fr:om Bethel Road to Southwestern Blvd
Project # ST 07-02
Bid No. Q-0509-02
i'ten1fP~ ~ un~s~p;~-;;;':;;" i;;';;d~'T~l.~(]
, 111 2 EA '::ve~ndR:~~E:jsting~:;::5 ~ I ::1
I ~~ i=~{:,~t__Dollars t~() ,cOil . J
L- -- .AJ oJ _ Cents Per Each ._--J
I ,.. . I~emove and Reconstruct Existing I
; 12 1 I EA Mailbox I .
1 l' ;~v..ff'\ \.-~V\~B{~_,_DOllars I ~
1--- -------__ ___ _6.J.jJ __.Cents Per c.ach 1Z6Q<~1 7[;r.>.C>(J
I _. I I Remove Existing Culvert Pipe (<:::NfI !. -"'/ P,
113 734 LFJDiam) Ill.I>- I
::]wrI vtj'____.__Doll<lrs I I 07'2, b,t
--.----- lI4J::l:."f-=~-Ce."!ts P_~!:.. Linear F~ot --r--'~---
114 ,I 4 EA IAdjU5t Ex;s,ting Valve Box topradQ \23,'" I 'f;~ILI(
I /Jt:;! -~! eJ \'v"-$~1hf1)ollars I I
1/------- ---- ~;:;;; _Cents Por Each --t--t-l
I, I Rernov. e Existing ai'.dlnst.all New' watp..-/ Sf.jZ.,7.~ .. l'
1151 3 EA Servico, Water Me:ter and ~.iIleter Box I I
hLkillk~h..J:wJl._Doilam I, ...-/ J.
---- ------- --- :l V!..:, Cents Per Each __.___ --._--.t~:!..", .:J
Connect Existing Water Service to I
EA Existing 16" RCCP Water Line iO;7y::J I ,
:att'\ Dollars. I [t:>3,<<:J
_Cents Per Each . 4_
LS Abandon Existing Water Line ~~ t'f;rJ.. I
;V Ilfl1l. (",~r<c4 tw-&fQollars 0'1 .~ 'fG!7/)(J
AI (') Cents Per L.ump Sum
Remove Existing and Install New Fire
EA Hydrant and Valve Assembl~Jy N~(l
IWO -t{~~Md s..<v.;n \"".vJt.!!iDollam
ilE-/ Cents Per Each
Adjust Existing Sanitary Sewer
EA Manholes
oN:- kYlJrJ rt1</ (qr +y ~~ Dollars
- ---------.--... -.----..-__1.:~~;::-,- Cents ?e~ Each __..____/--_.
1'16
10
117
1
118
3
1j12q~
I~I f1~'5 ~)
---!----
119
1
I t.fu" "l-O I !.fq, . ;}
I
I '-1
i I
'120 11983 SY 3" Lime Subgrade Treatment
~ T "L . ''1 ".6) 't.t 13 " "(::.
_~G __Dollars
-- -.---- _~L~~_Cents Per Squ~e Yards __ __
I J J TON ON?- iMP <-ef)i Dollars I . ~-~ 'rj'-I . '{ r:.J
L__ ___ __ 4.... -"Ls~~.ce~J2"'1cJ2'!_______-----L-__
1-21
a.i(/t'jin~~~ {1':;(;lJri1f3'1fs:
Coppell Road South
(Coppell Road from Bethel Road to Southwestern Blvd
Project # ST 07-02
Bid No. Q-0509-02
.lr:mi--~:~~~~~scri~~~~~-;0v~JE::=r~~~~~
I 8" Reinforced Concrete Pavement W.'ith r:, ,1'.,... ,..;.
"22 1 0977 SY 6" integral Curb t 7. 4) .,
I -rh~r'7 i-\-r~ ____Dollars 32,.]5 _, b~, ~~
:-1 Iiff'~Cents Per Square Yards J .....
. - -.---- Reinforcec1-Concrets- Stamped --. --,--
123 30 SY Roadway - Crosswalks (8") I
, ~.~JcrJ ::l~~n~ol!ar. \., I - _, _ 00
,---j--- -l;k~ __Cents Per Square Yards , . ~ll{)F
124 1474. j SV 'S" Reinforced Concrete Drivewaysl II I'
-'1_, L \ I
\ 0'1,.\ ( .~,.~ h. -r- Dollars . .
1125 ~ SY 2" HMft.C Pavements I J
.'7/ G,' '-T:&Y.>' _.Dollars II l,; -1
1-- -==----- "~~~~:n~~;~~~~::n;ards"_II_I~:~.___~.~~P ,1'3; "C
. 126 ~ SY Transition {6" HMAC) I
J.:2ff"7 ~ -rt4~_ D~)lIars ~'1'3." I
~ -- ~cen~ POT sp,:'ro Yards i::':+ &:>~ 5 I ,~ 3
/127 15:3 LF Re~nfofced C<mcreie Street Headers I. I
fe.1\ Dollars, (J(;I I c. a-:
-- -- --d.LcP. Cents Per Lil)eczr Fo?t .16 '---L-.!.E!9, '.-'
I 4" Reinf. Concrete Sidewalks (Incl
t '128 1942 SY Ramps)
-cf.... ; r O(\e., Dollars "2.\ 1'1..1
JI7T16\'~50'O
':::('"Cent." Per Square Yards ~
,--
129 50 SY Repair and Replace Gravel Driveway
-rw.vJ...1 Dollars -%I I c.t::J
--.IYO Cents Per Square Yards 10/ .l20Cb,
Raised Pavement Marker, ClassC, Type --r
130 590 EA Y . I
-~- DOllars. . ~ I \ S $ L z...:>>
,-..- --,--- .' x: e~'icents Pe! Each "2...., ~ ~
Haised Pavf:ment Marker, Class C, Type I
I 131, 145 E.i~ 1-;.\ 1 I. 1 .
~ '0 I X .__Dollars' 1'P3 I qqo'~ 5
~~~nts Per Each .:=.-L__. I
- 132 - - 1 LS payemen! Markings ..,.Ju.A 1I,Iftf-_ ~'.0 ..)"2< (, t5
If":'" 1..r -1':"" . I
I :clf!<'1 ~~~~__~e____Do/lars .:s:l
L__ _._-_J_~__._____.L_.___.__. -{:"iLl-t-fl~l:~Cents Per Lump S~:~___ 5~i,JL.._
1-.22
Bkfrjj,:g DtlCUtlwnl::
Cappel! Road South
(Cappel! Road from Bethel Road to Southwestern Blvd
Project # ST 07-02
Bid No. Q-0509-02
rml~p'~unjt~;;Ptj~~~~~~
(133 7 EA i3!1adside Sign Assembly (Relocation) I I
.h>b..f "\........oltt?o~-~~ Dollars fI? I
~Cents Per EaCh__:t20~."2,~tfl~_ ~(j(;)
I Roadside Sign Assembly (New I .
I 134 12 EA Installation)
I fQw _ hv...\~.t'tc) fOlA(_____DolltJl's I
-~
135 j €5D SY Block Sodding I ~f
~ __._Dollars _ I
f__ ,---... . ~ .~en!s Per Square Yarl:!'~_'f ;rJ17~1?> '/-, ,. ,.
(' Repair, RePlace. iil." ti/or Modif.j Existing I I .
136 "'1.. LS Irrigation Systums ,L ~ .I J
. ' ,^v.r-~."-~ I
12'~ ~.,... 5' """!t_~__Q.Qll?.lE.. I _
------r----I' I-'/I.J.Q _Ceil!..:"> ~er '-::l:!.mQ.g.!Jm_--t\:') ~ClO ~ 3:" OCl(')
131' I 3001 I LF 4" PVC Conduit I
\W.12 J ~ DQ.lI(jr~ l ~ "7 ..... .")<!.'
L138 100 LF 10" Steel Casing 'Lk.f . I I
Ofue.. "'.......Jl'e~ e. 'j~ -, Dollars 'J
1T....t~~ \ \/(,Cents Per Linear Foot I ~ 0 ,1.,~, l ~j () tz...5 · "',-,
- ...j
139
356
IF 21" RCP (Cl III)
-rhJ.d-y e \)"'1~ Do"~~
~'ie~ Cents Per Linear Foot
3<6 ,\ \ 1 3.) Sb 7
140
54
IF 24" RCP (Cl Ill)
f\(?..,. Dollars
Cent~ Linear Foot
'i VLO '2- ~ I gC/
141 '155
IF 30" ~~p (el Ill)
FI'tf.'Y ~r Dollars 9. t,S '1 1J)lfC L ';?
?l :.wb.t:- Ccnt~ Pcr Li.near Foot I
IF 36" Rep (CL Iii). L r I
I~ ~ "t Dollarn. II / 11 i '/ 'Y1 ,3}/7, Lf jf
'~ ,~'i~"t;.nls Per linear Foot ~
LF /42" RCP (eL IU) [I
,v1\Atd-y Jt...r~~____..:__DOilq:DL 0 .73 Z-) .$"65, .;~3
2:~~~~~(Hl~S Per ~jDJ~af F.o_Q! .__.L~_.~_~~I '"
142 1 M.1
143 401
; -23
Bitioing f)oC!)ti'(:.'!nt.~_l
-14~ I _~
149 ,- 2
Coppell Road South
(Coppell Road from Bethel Road to Southwestern Blvd
Project # ST 07-02
Bid No. Q-0509-02
W~ it;~~ ~Pfa--;~rU=~=t =r;;:D" ~=d -p-'~ '-. '==W'-=:---- ---Unit=rT~talll
~-h, " "' '1)L"::'" I eSCriP1:!~._~~::~nA' "~::_:Jl{!JfJy-ti.GJi. I'
_'1:J44 __50_1 LF 6'x4' Concrete Box I
, .~ fA 7J:-:.l:d ""A- Dollar?_ ... I. ,'. .(.
---'-- .s.:i~~nts Pe~ Li~e~Foo~_ .:,tPll ~ I \0 ~I.; ,tJ t
14'5J' 700 SY U' Concrete V-Lined Chanm~1 '_~ I
I -,7,~}(' -I-:y Dg1l3!}?., I ."t.:.
r-- -----t--- . r-~f' - 1-_.1> Cents Per SQ!lar,'LYa!d"-. tq\ ,Z I u~z'.)r <.\ ,
1__~4e L~~_-+-LF :~~~fe::;t:: qn;~~;; _lo~~ '2-P6!<c \
147 3 EA S~d. 10' Curb In1r.:w.-Io..,o,d ":~eltl'/J.. i I
F.lCl ~!"'5~~__Dollars I. ~ i J~
i .-~~~cen~erE'Ch_~_~Zf ,Ii"
EA /Std. 15' Curb Inlet ) J .s~~ -ry' I
-:1~... J.I J f'v.../t"V'!'..:( i3
J~4- _p,".~q Dollars
-~"'Y _Cents Pe!:.~ac~_ 4'fp.~ ,$6
EA IS, td. 20' Curb Inlet' /LoL k<'t,l.;~'. I'
, -e'c,\,,\I "\'-'1'01'1 '~
::Ttv'~ '..t _DollarsY ?
r Cents Per Each ~5, ,..
'ISO 2 EA Drop Inlet (4IX~ \,wP(~ f,H'-(~~
.:?(\~~ ^{I\~__Dollars)1
--- ..:.... ~~Cents Per Each -
'151 3 EA Storm Drain Manhole ~$
~ S\ ~w.~ Dollars
--- ~_Cents Per Ea~
152 1 EA Hanson S'xS' Standa{d JUncti~~)~
tv I f\<-r"..........4 . '
J:~e-1~-vd Dollars
_ /1 r~ Cents Per Each
-----
.,'16
1)6
~
" "~J
'r..r~
1
EA a'xG' Junction Box ~...J +",t r~ I
I -tL'W. -r~ ~d~~_Dollars It-lJiq . "I
---~-- -- _Cents Per Each l~/~Y;>~t
~rJ I
154 1'2t' 1 EA ICH-R"J1Q Hoadwall \rl.l,~lftA. e ~:Jd- I
I I v I I T~ ~~.~~.~.e __Dollars l":IO<t/1l 4,tO~.
L----l..__.______L--.t ~~!.."3, Cents ~er Eac!.l_______.-I~_"L___.J._~___
1- 24
BidrffnQ [](;currmr.l,t;
Coppell Road South
(Coppell Road from Bethel Road to Southwestern Blvd
Project # ST 07-02
Bid No. Q-0509-02
l~~i;=' De~:=;;~~'~~w~~-J. J~it~~
~.- '~N_.',,_,~ ~__ U _.._ LIlr&-Lf::r .
I I
EA CH-PW-O Headwall 1'\f'!',(\"l.\I\~f~~ . I
'\IN L1 - - ~'i f'.c. I
, (>.....- v ",!o,.~ ~ ^~ Ool!:ars . i
_ Cents Per Each_____ '}7113i-!- ~
I
SY 24" Rock Rip Rap. w+t ^ ~ ^-e..... . I'
Q.ilt:._k~.J".ea fO -.!..-[)o!ianL I. I I
1'i,.\'!!;L.fi\..~~ent5 p~_::.t~.r.'Z"yal'{i~ -r'~t1r~'r ;(f<1 p J ';.4
LF 12" e900 DR 14 PVC VVatcrline I I
:!~~:J .\. r -<'1 JA.:+ Dollars L I I .
.el_l.e~ ___ C_!".)!s P9r _LinR'i':. F"-9! --+3% 1 iLp3 ~ '~, l:5
fA 16".]( '12" Tee '\V.-.::>ft',lot('I"H~~ c.'tf7, 1 I
~~,,~ ":-"1_ -- Dolla""""""i I
~ ^ ~ I'd; \ VI......... ::>k
:)\ f\ ~ tt,~ ~____Dollars !. .. .
:r.W(~.t.~'f:..._Cents Per Each k:. '1);1.) c.. q5 I ' ):...15
------,--- _._~_.- -------r,
1 I EA '12" Gate Valve )J I r-e.. !'\.w-aJ('~ ft'r~ J I
. .f~r.... ~ Dollars
-E:~ I' ~ Cents Per E~~___~, .---.L'!Q5 56
LF Trench Safety System for VY~~lines
AJo) __Dollars~'"tents Per
Linear Foot ;-ZL '2$!\ ~,
r-rem
Plan
155
"~~
157
14
3
1..-_ _______ __
I 158
I
f-- ------
I 159
I
l_
365
1
'160
161
162
365
163 20
164 20
165 41
---- --..--...-
166 2460
..--- I --....
'I 1.
<~/- I~({J
LF 12" pve Wastewater Pipe (SDR-26)
~ ~o...V\.~ Dollars
f~ e..Cents Per Linear Foot
Trench Safety Protection for Sanitary
LF Sewer Lines
~ ~ Ve Doilar~ r2 L 7(;, <; t:.
--.--. ~IL~t.4l'er Linear ':?~-? ~I I
Eft. ~treel Light Found.tion ., II i .
..-II/'p,. \Jw.~('etA fWt.t~t Dollars I ~ _...
-- "1 ,. - . S""" 'Z'I" ~
.~- ~~~7=--cents Per _cach . t :r~t::::j ...... J<.-'" .. J
LF 2" PVC Eiectric~' Conduit I I'
f(".>tI\(' ___ Dgliars ~ 1la . . &'?
______1~~~~~.f\ ~_e"_~~er .!::~~cU!.OO~_.l__~,_l._J. O/:12..J i'>" r'"'
/' '? ~
Ii :1 II .// I ~t,.. ,.)
h e~.1~ r:__ t-"~ i ?, I.~ 01, ~ 5;- it J/ ~'~--
Ii> -. /
\75 1'"
IE" A
1- 25
5j.:kHi1g DocurrHHJ1.s
Coppell Road South
(Coppel! Road from Bethel Road to Southwestern Blvd
Project # ST 07-02
Bid No. Q-0509-02
PL::T;:a~:T~~i; IDes~riP~~~nd p;;;';;~~~~~itT~l~
I . jJan I I ;n~t:.LICfL~
TOTAL BID ITEMS BASE BID 101 thiU 165
$J~ '2. ~;)J25<J . ~~ 7
TANGIBLE PERSONAL PROPERTY COST
$ _._.~b ~~.l!j i Z-- I L~ l..)
'I -- 26
!3idUmg ')ocumen's
BID SUrvl1\fARY
g2~7. 71
"'";) ,-... ~"--2'-'-;1""
<t- L ..... If " , , . ,.....,t.._
...11 VI' V'\Jt~ - '"
'- ~--'--2>-7rJ.7 ,.<-11
$ _t~ 3~ b:;:~:;:;:;z..
SUBTOTAL BID ITEMS 1-100 THRU [-166
'\
'fOT AL InD JTEIHS BASE Bll) (A)
TOTAL TIME BID
S:,~?_, CALENDAR DA YS
TOTAL OF CALEt'-i'DAR DAYS X 51,000 (B)
$ "'"2- \{:J O~ 0
c_.____~-,------
'\ "\'....,;".'i' -, C. ii.. -::-/
~ ,.... '~'. ~ {,t,,;> .,' ()!.) J " /
~ -..-J._,~_._..=-~\-__
J
BASIS FOR COivfPAIUSON OF Bll)S (A) + (R)~'
*The bid with the lowest: amount for (A) + (B) will be considered the JOIN bid. 'TIle mvardcd coutract
amount wiIl be on tbe ba<;is of the Base Bid (A) only.
NOTE: A TIME BID OF Ivl0RE THAr~ ~5Q CALENDAR DAYS SH.ALL HF~
CONSIDERED NOI-,'P.ESI>ONSIVE lLND \VILL BE .REJECTk3D.
8. Communications concerning this Bid shall be addressed to the address of BIDDER indicated
on the applicable signature page.
9. BIDDER understands that tlle O\vner'is exempt from State Limited Sales and Use Tax on
tarlbtible personal property to be incorporated into the prqject. Said taxes arc not included in
the Contract Price (see Instructions to Bidders).
I
I
I
I
I
I
I
10. The terms used in this Bid which are defined in the General Conditions of the Construction
Contract included as part of the Contract DocUInents have the meanings assigned to them in
the General Conditions.
The City of Coppell reserves the right to delete any portion of this project as it may deem llCCeSSCIJ)'
to stay 'vvilhin the City's available .funds. Should the City elect to delete any portion, the contract
quantities will be adjusted accordingly.
PROI>OSAJ.J G1JARANTY
? A Proposal Guaranty shaH be provided in accordall(~e wid) Hem 102.5 of the NCTCOG's
StanifRrd Spedfkathms fDr Puhlic Works Con~~tn~r:tion.
SUBMITTED ON
cifnLO:l //
...-.-.._..,,~ , II...... ~____
/' ~'. "-"-l o. /'''''~''''
.;.:'/ /,1'
~.-.-_--.......___..;<~...L__........._____..._...... ... . _..
/}
{ !
I.
1/
jf
t/"
Signature:
1-27
fJiLhih!g {)Ot;1lrnents
PREVAILING WAGE RATES
Air Tool Operator... ...... ... .......;........ .... 9.00
Asphalt Raker.................................... 9.55
Asphalt Shoveler... .............................. 8.80
Batching Plant Weigher ........................1 1.51
Carpenter............ ...... ....................... 10.30
Concrete Finisher-Paving...................... 10.50
Concrete Finisher-Structures................... 9.83
Concrete Rubber... .............................. 8.84
Electrician.. . ... .. . .. . . .. .. . ... ... . .. ... ... ... . . .. 15.37
Flagger ......... ... ... ... .. . ... ... .. . ... . .. ... ... ... 7.55
Form Builder-Structures ...... ... ............... 9.82
Form Liner-Paving and Curb .................. 9.00
Form Setter-Paving and Curb.................. 9.24
Form Setter-Structures ......................... 9.09
Laborer-Common ......... ... ... .............. ... 7.32
Laborer:'Utility ................................... 8.94
Mechanic .........................................12.68
Oiler. .. ... ... . .. ... ... . . . ... ... ... ...... . . . ... . ... 10. 17
Servicer ... ... .. . ...... ..... . ... .... .. ... . " .. . . ... 9.41
Painter-Structures............................... 11.00
Pipe Layer........................................ 8.98
Blaster... ... .. ... .. .. . .. .... ..... ... ... .. .... .. ... 11.50
Asphalt Distributor Operator.................. 10.29
Asphalt Paving Machine..................... 10.30
Broom or Sweeper Operator .................... 8.72
Bulldozer....................................... 10.74
Concrete Curing Machine. .. ...... ... .... . ..... 9.25
Concrete Finishing Machine... ....... ..... ... 1 1.13
Concrete Paving Joint Machine............... 10.42
Concrete Paving J oint Sealer ............ . .. ... 9.00
Truck Driver LowboylFloat ............. ....... 10.44
Truck Driver-Transit Mix... ...... ...... .. ..... 9.47
Truck Driver- Winch............................ 9.00
Vibrator Operator-Hand Type.................. 7.32
Welder........................................... 11.57
Concrete Paving Saw...............................: 10.39
Concrete Paving Spreader........................... 10.50 .
Slipform Machine Operator. .. ... ... ......... ........ 9.92
Crane,. Clamshell, Backhoe,
Derrick, Dragline, Shovel........................... 11.04
Foundation Drill Operator Crawler Mounted..... 10.00
Foundation Drill Operator Truck Mounted....... I 1.83
Front End Loader. . . . .. . . . . . . . . . . . . . . . . .. . . . . . . . . . .. .. 9.96
Milling Machine Operator............;.............. 8.62
Mixer.. . ... .. . .. . .. . . .. .. . . .. ... . .. . .. .. . .. . .. . .. . . . ... 10.30
Motor Grader Operator Fine Grade............... 1 I .97
Motor Grade Operator............................... 10.96
Pavement Marking Machine.. .. .. .. ... ... .. .. ... .... 7.32
Roller, Steel Wheel Plant-MLx Pavements......... 9.06
Roller, Steel Wheel Other Flatwheel or
Tamping.................. ....................... 8.59
Roller, Pneumatic, Self-Propelled.................. 8.48
Scraper:.................................................. 9.63
Tractor-Crawler Type... .. ..... ... .. .... ... ... .... ... 10.58
Tractor-Pneumatic.................................... 9.15
Traveling Mixer....................................... 8.83
Wagon-Drill, Boring Machine..................... 12.00
Reinforcing Steel Setter Paving.................... 13.21
Reinforcing Steel Setter Structures................ 13.31
Steel W orker- Structural...... ... .. . ......... ....... ] 4.80
Spreader Box Operator.............................. 10.00
Work Zone Barricade................................. 7.32
Truck Driver-Single Axle Light..................... 8.965
Truck Driver-Single Axle Heavy.................... 9.02
Truck Driver -Tandem Axle Semi Trailer......... 8.77
1-28
Bidding Documents
PREVAILING WAGE RATES
Air Tool Operator ................................ 9.00
Asphalt Raker... . .. ... . ... .. . . . .. . . . . . . . . . . . . . . .. 9.55
Asphalt Shoveler .................................8.80
Batching Plant Weigher ....................:... I 1.51
Carpenter... ... .... .. ...... ... ...... ... . .. .. . ..... 10.30
Concrete Finisher-Paving...................... 10.50
Concrete Finisher-Structures... ... ... ... ... . . .. 9.83
Concrete Rubber. ................................ 8.84
Electrician.. . ..... . . .. ... ... ... ... ... ... ... .. . . . .. 15.37
Flagger ............ .................................7.55
Form Builder-Structures ........................ 9.82
Form Liner-Paving and Curb.................. -9.00
Form Setter-Paving and Curb.................. 9.24
Form Setter-Structures ......................... 9.09
Laborer-Common ............ ... ... ... ... .... .... 7.32
Laborer-Utility... ................................ 8.94
Mechanic .........................................12.68
Oiler......... ...... ............................... 10.17
Servicer ......... ... ... ...... ... ... . .. .. . .. . ... . ... 9 Al
Painter-Structures...................,........... 11.00
Pipe Layer........................................ 8.98
Blaster ............................................11.50
Asphalt Distributor Operator.................. 10.29
Asphalt Paving Machine..................... 10.30
Broom or Sweeper Operator.................... 8.72
Bulldozer ....................................... 10.74
Concrete Curing Machine...... ... ...... ... .... 9.25
Concrete Finishing Machine .................. 11.13
Concrete Paving Joint Machine............... IOA2
Concrete Paving Joint Sealer.................. 9.00
Truck Driver LowboylFloat ................... IOA4
Truck Driver-Transit Mix ...................... 9.47
Truck Driver- Winch............................ 9.00
Vibrator Operator-Hand Type ..................7.32
Welder. . . .. . .. . ... . .. ... .. . ... .. . . ... .. . .. .. . .. .. 11.57
Concrete Paving Saw................................ 10.39
Concrete Paving Spreader...........................1 0.50
Slipform Machine Operator.......................... 9.92
Crane, Clamshell, Backhoe,
Derrick, Dragline, Shovel........................... 11.04
Foundation Drill Operator Crawler Mounted..... 10.00
Foundation Drill Operator Truck Mounted....... 11.83
Front End Loader. . .. .. . .. . . . .. .. . .. . . . .. ... . . .. . .. . .. 9.96
Milling Machine Operator........................... 8.62
Mixer ...... ... .. . .. . .. . . . .. . . ... . . . . . . . . . .. .. .. . . . . .... 10.30
Motor Grader Operator Fine Grade... . .. . .. . . . . .. 1 1.97
Motor Grade Operator............................... 10.96
Pavement Marking Machine.. .. . ... . ... ... .. . . ...... 7.32
Roller, Steel Wheel Plant-Mix Pavements ........, 9.06
Roller, Steel Wheel Other Flatwheel or
Tamping......................................... 8.59
Roller, Pneumatic, Self-Propelled.................. 8A8
Scraper. .. ... . .. . . . .. . . . . . . . . . . .. . .. . . .. . .. . . . . .. .. . . .. .. 9.63
Tractor-Crawler Type............................... 10.58
Tractor-Pneumatic... .. . ... ... ... . .. ... ... ... ... ... ... 9.15
Traveling Mixer....................................... 8.83
Wagon-Drill, Boring Machine..................... 12.00
Reinforcing Steel Setter Paving ...... ... . . ... . ..... 13 .21
Reinforcing Steel Setter Structures.. . . .. .. . ... .... 13.31
Steel Worker- Structural............................ 14.80
Spreader Box Operator ... .. . . . . . . . . .. . .. . .. .. . . . .. .. 10.00
Work Zone Barricade...... ... . .. . .. .. . ... ..... . ... ... 7.32
Truck Driver-Single Axle Light..................... 8.965
Truck Driver-Single Axle Heavy .................... 9.02
Truck Driver -Tandem Axle Semi Trailer'... . .. ... 8.77
1-28
Bidding Documents
I
I
I
I
I
I
I
I
I
i
THE. CI TY. 0 F
COPPELL
Jf ~.
l'
~ X \ ~
1\ 8
SECTION 2
CONTRACT
DOCUMENTS
STANDARD FORM OF AGREEMENT
BETWEEN OWNER AND CONTRACTOR
ON THE BASIS OF A STIPULATED PRICE
THIS AGREEMENT is dated as of the day of in the year 2009 by and
between the CITY OF COPPELL, TEXAS, a municipal corporation (hereinafter called OWNER)
and JRJ PAVING, LP
(hereinafter called) CONTRACTOR).
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree
as follows:
Article 1. WORK.
CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The
Work is generally described as follows:
This work shall consist of the reconstruction of Coppell Road South, extending
from Bethel Road to Southwestern Blvd. This project will include the removal of
existing pavement, unclassified excavation, the construction of new pavement, the
installation and/or adjustment related drainage, a water line, and all appurtenant
work as laid out and described in the construction plans. Work shall include all
components necessary for the "turn key" construction of the roadway and related
improvements as shown in the plans for Project No. ST 07-02.
The Project for which the Work under the Contract Documents may be the whole or only a part is
generally described as follows:
Construction of the
Coppell Road South - Project N~. ST 07-02 for the City of Coppell
Bid No. Q-0509-02
Article 2. ENGINEER.
The Project has been designed by Freese and Nichols, Inc. Contract administration will be
provided by the City of Coppell Engineering Department who is hereinafter called ENGINEER and
who is to act as OWNER's representative, assume all duties and responsibilities and have the rights
and authority assigned to ENGINEER in the Contract Documents in connection with completion of
the Work in accordance with the Contract Documents.
2-2
Contract Documents
Article 3. CONTRACT TIME.
3.1. The Work will be completed within 250 calendar days from the date when the
Contract time commences to run as provided in Item 103.2 of the General Provisions, and
completed and ready for final payment in accordance with Item 109.5 of the General
Provisions.
3.2. Liquidated Damages. For the purposes of this project, an incentive/disincentive
procedure shall be incorporated into the contract based upon the provisions for the
incentive/disincentive as set forth in Item 1.6 of the Specific Project Requirements.
Article 4. CONTRACT PRICE.
4.1. OWNER shall pay CONTRACTOR for completion of the Work in accordance with the
Contract Documents in current funds subject to additions and deductions by Change Orders
as provided in the contract documents in accordance with the unit prices listed in Section I _
Proposal and Bid Schedule. The contract sum shall be the amount of ~
1,326,827.99. The total tangible personal property cost included in the contract sum is
$862,412.44 .
Article 5. PAYMENT PROCEDURES.
CONTRACTOR shall submit Applications for Payment in accordance with Item 109.5 of the
General Provisions. Applications for Payment will be processed by ENGINEER as provided in the
General Provisions.
5.1. Progress Payments. OWNER shall make progress payments on account of the Contract
Price on the basis of CONTRACTOR's Applications for Payment as recommended by
ENGINEER, each month during construction as provided below. All progress payments
will be on the basis of the progress of the Work measured by the schedule of values
established in Item 109.5 of the General Provisions (and in the case of Unit Price Work
based on the number of units completed) or, in the event there is no schedule of values, as
provided in the General Provisions.
5.1.1. Prior to Completion, progress payments wi 11 be made in an amount equal to the
percentage indicated in Item 109.5.2 of the General Provisions, but, in each case, less the
aggregate of payments previously made and less such amounts as ENGINEER shall
determine, or OWNER may withhold, in accordance with Item 109.4 of the General
Provisions.
5.2. Final Payment. Upon final completion and 'acceptance of the Work in accordance with
Item 109.5.4 of the General Provisions, OWNER shall pay the remainder of the Contract
Price as recommended by ENGINEER as provided in said Item 109.5.4.
2-3
Contract Documents
Article 6. INTEREST.
No interest shall ever be due on late payments.
Article 7. CONTRACTOR'S REPRESENTATIONS.
In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following
representations:
7.1. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface
conditions and drawings of physical conditions which are identified in the Supplementary
Conditions as provided in Item 102.3 of the General Provisions, and accepts the
determination set forth in Item SC-105.1.3 of the Supplementary Conditions of the extent of
the technical data contained in such reports and drawings upon which CONTRACTOR is
entitled to rely.
7.2. CONTRACTOR has obtained and carefully studied (or assumes responsibility for
obtaining and carefully studying) all such examinations, investigations, explorations, tests,
reports, and studies (in addition to or to supplement those referred to in paragraph 7.1
above) which pertain to the subsurface or physical conditions at or contiguous to the site or
otherwise may affect the cost, progress, performance, or furnishing of the Work as
CONTRACTOR considers necessary for the performance or furnishing of the Work at the
Contract Price, within the Contract Time and in accordance with the other terms and
conditions of the Contract Documents, including specifically the provisions of Item 102.3 of
the General Provisions; and no additional examinations, investigations, explorations, tests,
reports; studies, or similar information or data are or will be required by CONTRACTOR
for such purposes.
7.3. CONTRACTOR has reviewed and checked all information and data shown or
indicated on the Contract Documents with respect to existing Underground Facilities at or
contiguous to the site and assumes all responsibility for the accurate location of said
Underground Facilities. No additional examinations, investigations, explorations, tests,
reports, studies, or similar information or data in respect of said Underground Facilities are
or will be required by CONTRACTOR in order to perform and furnish the Work at the
Contract Price, within the' Contract time and in accordance with the other terms and
conditions of the Contract Documents, including specifically the provisions of Items 102.3,
103.1 and 104.1 of the General Provisions.
7.4. CONTRACTOR has correlated the results of all such observations, examinations,
investigations, explorations, tests, reports, and studies with the terms and conditions of the
Contract Documents.
7.5. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or
discrepancies that he has discovered in the Contract Documents and the written resolution
thereof by ENGINEER is acceptable to CONTRACTOR.
2-4
Contract Documents
Article 8. CONTRACT DOCUMENTS.
The Contract Documents which comprise the entire agreement between OWNER and
CONTRACTOR concerning the Work consist of the following:
8.1. This Agreement (pages 2-2 thru 2-7, inclusive).
8.2. Exhibits to this agreement (immediately following this Agreement, inclusive),
including Performance Bond, Payment Bond and Maintenance Bond.
8.3. Certificate ofInsurance.
8.4. Conflict of Interest
8.5. Notice of Award.
8.6. Part 1: Standard Specifications for Public Works Construction - North Central Texas
Council of Governments Fourth Edition.
8.7. Supplementary Conditions to the NCTCOG, Part 1: General Provisions (pages 3-2
thru 3-1 0, inclusive).
8.8. Specifications bearing the title: "Construction Specifications and Contract
Documents for the" Coppel1 Road South - Project No. ST 07-02 for the City of
Coppel1 ".
8.10. Drawings (Construction Plans) entitled: "Coppel1 Road South - Project No. ST 07-
02 for the City ofCoppell".
8.11. The following listed and numbered addenda:
1&2
8.12. CONTRACTOR's Bid Proposal and Bid Schedule of Section 1 - Bidding
Documents.
8.13. Documentation submitted by CONTRACTOR prior to Notice of Award.
8.14. The fol1owing which may be delivered or issued after the Effective Date of the
Agreement and are not attached hereto: All Written Amendments and other
documents amending, modifying, or supplementing the Contract Documents
pursuant to Items 104.2 and 109.3 of the General Provisions.
8.15. The documents listed in paragraphs 8.2 et seq. above are attached to this Agreement
(except as expressly noted otherWise above).
2-5
Contract Documents
The Contract Documents may only be amended, modified, or supplemented as provided in Items
104.2 and 109.3 of the General Provisions.
Article 9. MISCELLANEOUS.
9 .1. Terms used in this Agreement which are defined in Item 101. of the General Provisions
will have the meanings indicated in the General Provisions.
9.2. No assignment by a party hereto of any rights under or interests in the Contract
Documents will be binding on another party hereto without the written consent of the party
sought to be bound; and specifically but without limitation moneys that may become due
and moneys that are due may not be assigned without such consent (except to the extent that
the effect of this restriction may be limited by law), and unless specifically stated to the
contrary in any written consent to an assignment no assignment will release or discharge the
assignor from any duty or responsibility under the Contract Documents.
9.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assignors and
legal representatives to the other party hereto, its partners, successors, assignors and legal
representatives in respect of all covenants, agreements and obligations contained in the
Contract Documents.
2-6
Contract Documents
Article 10. OTHER PROVISIONS.
IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in
triplicate. One counterpart each has been delivered to OWNER, CONTRACTOR and
ENGINEER. All portions of the Contract Documents have been signed or identified by OWNER
and CONTRACTOR or by ENGINEER on their behalf.
I
I
This Agreement will be effective on
,2009.
OWNER:
City of Coppell
255 Parkway Boulevard
Coppell, TX 75019
CONTRACTOR: JRJ Paving, LP
1805 Royal Lane, Suite 107
Dallas, X 75229
BY:
TITLE: f)
'ATTEST: 2)Jl~ C~rfLJ
J
Address for giving notices:
t
BY:
Marty y
TITLE:
ATTEST: ~
Address for giving notices:
P.O. Box 9478
Coppell, Texas 75019
Attn: Ken Griffin, P.E.
Dir. of EngineeringlPublic Works
1805 Royal Lane, Suite 107
Dallas, TX 75229
(If OWNER is a public body, attach
evidence of authority to sign and
resolution or other documents
authorizing execution of Agreement.)
(If CONTRACTOR is a corporation, attach
evidence of authority to sign.)
2-7
Contract Documents
MINUTES OF A SPECIAL MEETING
OF THE MEMBER OF
JRMJ HOLDINGS, L.L.C.
BY
UNANIMOUS \VR.ITTEN CONSENT
April 30,2004
Pursuant to the provisions of Article 2.23 of the Limited Liability Company Act,
the un.dersigned being the sole member entitled to vote at the annual meeting of
. JRMJ'Holdings, L.L.C., ("Lil1li.redLlltbility .C;:_oropany~') for the following described
actions, authorizes by his signature below,' the following resolutions:
RESOL YED, that the following named individuals; be and they hereby are,
elected to the offices set forth by their name, each to se~e the Limited Liability
Company until their respective successors are duly elected and qualified:
John R Marriott, Jr.
Vickie Marriott
Tery Chapman
Marty Murphy .'
Glenn Highland
General Manager
Manager/Operations
Manager/Sales
Man agerfEstimatin g
Manager/Finance
FURTHER RESOLVED, tbat the General Manager or the
Manager/operations shaH each be granted unlimited authority to bind the Limited
Liability Company to any contract, agreement or other docnment subject to the
Regulations of tbe Limited Liability Company and that the Managers/Sales or the
ManagerlEstimating shaH each be granted authority to enter into construction
contracts, agreements or change orders on behalf of JRJ Paving, LP (JRMJ
Holdings, L.L.C. is the General Partner of JRJ Paving, LP), and that the
Manager/Finance be authorized to sign financial and tax reporting documents of the
Limited Liability Company.
SUBSCRfB.ED and SWORN TO before me, on this, the,. 3(1-jd;'~.
;' I ('/ .
i~ /:f/'",c,/ , 2004.
i
day of
l
I
t
\
/' \
i
I
.....-.~.j~':~;.: ../\{",..
.~
CommissioD Expires: /~i 1'?".!C-:::
!~1~'j: 'L~~::b L, ':'~./
.NOTARY PUBL1C
~; W~~)'~':;~]*~~i;~:~'.'\\
~ - '.~=-- . ~~_.~.-..'!""',,;~'.-;:~-;:;;:.:
Certificate of Insurance
After award of contract, Contractor will provide Owner With Certificate of Insurance, which will
be executed and bound here with final documents.
Please see the Standard Specifications for Public Works Construction - North Central Texas
Council of Governments Fourth Edition, Item 103.4 for insurance policies required.
. Contractor's Insurance
o Worker's Compensation - As set forth in the Workers Compensation Act
o Commercial General Liability - $1,000,000 Accident/Occurrence
o Automobiles - $500,000 Combined single limit per occurrence
o Owner's Protective Liability - $600,000/occurrence; $1,000,000 aggregate
o "Umbrella" Liability - $1,000,000 per occurrence wi drop down covereage
o Liability (Public) - $1,000,000 Aggregate; $1,000,000 Products & Completed
Operations Aggregate.
o Railroad Protective Insurance - See pg 4-13 "Standard Construction Agreement and
Contractor's Right of Entry", 4(a) for insurance requirements
. Additional Insured - The Owner and. Freese and Nichols, Inc. shall be named as an
additional insured on the Commercial General Liability (Public), Owner's Protective
Liability, and Excess/Umbrella Liability Insurance Policies furnished by the Contractor
Please see the Standard Specifications for Public Works Construction - North Central Texas
Council of Governments Fourth Edition, Item 107.2 for indemnification requirements.
2-8
Contract Documents
PRODUCER Phone: 972-455-1400 Fax:
Allied North America Insurance
Brokerage of Texas, LLC
12770 Coit Road, Suite 750
Dallas TX 75251
972-387-8837
DATE (MMIODIYYYY)
6 26 2009
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER, THIS CERTIFICATE DOES NOT AMEND EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
ACORD",
CERTIFICATE OF LIABILITY INSURANCE
IHSURED
JRJ Paving, LP
P. O. Box 59934
Dallas, TX 75229
INSURER A:
INSURER B:
INSURER c:
INSURER 0:
INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.
NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THB
TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
~ POUCYNUMBER POUCYEFFECTIVE POUCYEXPlRATlON LIMITS
A ~NERALUABIUTY lA2CG4 883 0802 8/29/2008 8/29/2009 EACH OCCURRENCE S 1 000.000
lL 3MMERCIAL GENERAl LIABILITY PREMISES Ie. oca.<encal s<;nn nnn
- ClAIMS MADe [i] OCCUR MED EXP (An. onl penon) SSO 000
PERSONAl & MJV INJURY S, nnn. nnn
GENERAl AGGREGATE S2.000.000
~N1.AG~E~LIMITAPnPER: PRODUCTS - COMPIOP AGG s? nnn.nnn
POLICY I X ~~g: LOC
A ~OMOBILE UABIUTY !A2CA48830802 8/29/2008 8/29/2009 COMBINED SINGLE LIMIT
X- AH'f AlJTO (Ea IICCldlnl) $1,000,000
- ALL OWNED AUTOS BODILY INJURY
(per pe<ICII) S
- SCHEDULED AlJTOS
- HIRED AlITOS BOOIL Y INJURY
S
NON-OWNED AUTOS (per occtdenl)
-
PROPERlY DAMAGE S
(Per occident)
GARAGE UABJUTY AUTO ONLY - EA ACCIDENT S
R ANY AUTO OTHER THAN EAMX. S
AlITO ONLY: AGG $
B EXCElISlUMBRELLA UAIIlUTY TUU6627691 8/29/2008 8/29/2009 EACH OCCURRENCE $10 000 000
~'OCCUR 0 CLAIMS MADE AGGREGATE S 10 000 000
S
==i DEDUCTIBLE S
RETEIIITlON $ $
A WORKERS COMPEHSAnoN AHD !A2CW48830802 8/29/2008 8/29/2009 X'WCSTATU- 1OJ~-
EMPLOYERII' UABIlITY $1 000 000
ANYPROPRETO~ARTNE~ECUT1VE E.L. EACH ACCIDENT
OFFICERlMEMBER EXClUDED? E.l. DISEASE. EA EMPLOYEE Sl 000 000
~~~~~~Sb'low E.L. DISEASE. POLICY LIMIT $1 000 000
OTHER
DESCRIPTION OF OPERATIONS' LOCATIONS 'VEHICLES' EXCLUlIlOHS ADDEO BY ENDORSEMENT' SPECIAL PRO\ll$lONS
~roj ect : Coppell Road South, Coppell. TX / Project No. ST07-02, Bid No. Q-0509-02
f required by written contract signed by Named Insured, City of Coppell (Project OWner), Freese and Nichols, Inc.
(Project Engineer) and Dallas Area Rapid Transit are named Additional Insured as Primary and Non-Contributory basis,
xcluding Professional Liability, for coverages except Workers' Compensation and are provided Waiver of Subrogation for
11 coverages. General Liability includes Endorsement CG2503 - Per Project Aggregate and Carrier Form CGENGN002l -
mendment of Contractual Exclusion - Railroads and Municipalities as equivalent to 032417 - Contractual Liability
ailroads for operations performed within Railroad Right of Way.
City of Coppell
Purchasing Department
255 Parkway Boulevard
Coppell TX 75019
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED
BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER
WILL MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER
NAMED TO THE LEFT.
CERTIFICATE HOLDER
AUTHORIZED REPREsENTATIVE
RD CORPORATION 1988
ACORD 25 (2001/08)
General Instructions For Bonds
A. The surety on each bond must be a responsible surety company that is qualified to do
business in Texas and satisfactory to the Owner.
B. The name and residence of each individual party to the bond shall be inserted in the body
thereof, and each such party shall sign the bond with his usual signature on the line opposite
the scroll seal, and if signed in Maine, Massachusetts or New Hampshire, an adhesive seal
shall be affixed opposite the signature.
C. If the principals are partners, their individual names will appear in the body of the bond,
with the recital that they are partners composing a firm, naming it, and all the members of
the firm shall execute the bond as individuals.
D. The signature of a witness shall appear in the appropriate place, attesting the signature of
each individual party to the bond.
E. If the principal or surety is a corporation, the name of the State in which incorporated shall
be inserted in the appropriate place in the body of the bond, and said instrument shall be
executed and attested under the corporate seal, the fact shall be stated, in which case a scroll
or adhesive seal shall appear following the corporate name.
F. The official character and authority of the person or persons executing the bond for the
principal, if a corporation, shall be certified by the secretary or assistant secretary according
to the form attached hereto. In lieu of such certificate, records of the corporation as will
show the official character and authority of the officer signing, duly certified by the
secretary or assistant secretary, under the corporate seal, to be true copies.
G. The date of this bond must not be prior to the date of the contract in connection with which
it is given.
2-9
Contract Documents
Bond No. 08977052
PERFORMANCE BOND
STATE OF TEXAS }
COUNTY OF DALLAS }
KNOW ALL MEN BY THESE PRESENTS: That JRJ Paving. LP
whose address is' 1805 Royal Lane, Suite 107, Dallas. TX 75229
hereinafter called Principal, and Colonial American Casualty and Surety Company , a
corporation organized and existing under the laws of the State of Maryland , and fully
licensed to transact business in the State of Texas as Surety, are held and firmly bound unto the
CITY OF COPPELL, a municipal corporation organized and existing under the laws of the State of
Texas, hereinafter called "Beneficiary", in the penal sum of One Million. Three Hundred Twenty
Six Thousand. Eight Hundred Twenty Seven and 99/100 DOLLARS
($ 1,326,827.99 ) in lawful money of the United States, to be paid in Dallas County,
Texas, for the payment of which swn well and truly to be made, we bind ourselves, our heirs,
executors, administrators and successors jointly and severally, firmly by these presents. This Bond
shall automatically be increased by the amount of any Change Order or Supplemental Agreement
which increases the Contract price, but in no event shall a Change Order or Supplemental
Agreement which reduces the Contract price decrease the penal swn of this Bond.
THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal
entered into a certain Contract with the City of Coppell, the Beneficiary, dated the of
, A.D. 20 , which is made a part hereof by reference, for the construction
of certain public improvements that are generally described as follows:
I
I
,
I
\
I
I
\
Construction of the:
Coppell Road South
Project No. ST 07-02
Bid No. Q-OS09-02
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all'
of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance
with the plans, specifications and Contract docwnents during the original term thereof and any
extension thereof which may be granted by the Beneficiary, with or without notice to the Surety,
and during the life of any guaranty or warranty required under this Contract, and shall also well and
truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any
and all duly authorized modifications of said Contract that may hereafter be made, notice of which
modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all
defects due to faulty materials and workmanship that appear within a period of one (1) year from
the date of final completion and final acceptance of the Work by Owner; and, if the Principal shall
fully indemnifY and save hannless the Beneficiary from all costs and damages which Beneficiary
may sutTer by reason of failure to so perform herein and shall fully reimburse and repay Beneficiary
all outlay and expense which the Beneficiary may incur in making good any default or deficiency,
t.hen this obligation shall be void; otherwise, it shall remain in full force and effect.
2-/0
Contract Documents
PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue
shall lie in Dallas County, Texas.
AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates
and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to
the Work to be performed thereunder or the specifications accompanying the same shall in anyway
affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of
time, alteration or addition to the terms of the Contract, or to the Work or to the Specifications.
This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government
Code, and any other applicable statutes of the State of Texas.
The undersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent in Dallas Coupty or Denton County to whom any requisite notices may be delivered
and on whom service of process may be had in matters arising out of such suretyship, as provided
by Article 7.19-1 of the insurance Code, Vernon's Annotated Civil Statutes of the State of Texas.
IN WITNESS WHEREOF, t '~strument is executed in 4 copies, each
one of which shall be deemed an orig' ai, this the 26th day of June , 20~
By:
Title:
SURETY
I
PRINCIPAL
By:
Marty
Title: Christine Davis Attorney-in-Fact
Avt~ W~
ArrEST:
rtll~
Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and service of the process is:
NAME: Aon Risk Services Southwest, Inc,
ADDRESS: 2711 N. Haskell Avenue, Suite 800. Dallas. TX 75204
NOTE: Date of Performance Bond must be date afContract.. If Resident Agent is not corporation, give person's name.
2-11
Contract Documents
Bond No. 08977052
PAYMENT BOND
STATE OF TEXAS }
COUNTY OF DALLAS }
KNOW ALL MEN BY THESE PRESENTS: That JRJ Paving. LP
whose address is 1805 Royal Lane, Suite 107, Dallas, TX 75229
hereinafter called Principal, and Colonial American Casualty and Surety Company , a
corporation organized and existing under the laws of the State of Maryland , and fully
licensed to transact business in the State of Texas as Surety, are held and firmly bound unto the
CITY OF COPPELL, a municipal corporation organized and existing under the laws of the State of
Texas, hereinafter called "Beneficiary", in the penal stun of One Million, Three Hundred Twenty
Six Thousand, Eight Hundred Twenty Seven and99/100 DOLLARS
($ 1,326,82799 ) in lawful money of the United States, to be paid in Dallas County,
Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs,
executors, administrators and successors jointly and severally, firmly by these presents. This Bond
shall automatically be increased by the amount of any Change Order or Supplemental Agreement
which increases the Contract price, but in no event shall a Change Order or Supplemental
Agreement which reduces the Contract price decrease the penal sum of this Bond.
"
THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal
entered into a certain Contract with the City of Coppell, dated the of , A.D.
20 , which is made a part hereof by reference, for the construction of certain public
improvements that are generally described as follows:
Construction of the:
Coppell Road South
Project No. ST 07-02
Bid No. Q-OS09-02
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and
make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying
labor and/or material in the prosecution of the Work provided for in said Contract and any and all
duly authorized modifications of said Contract that may hereafter be made, notice of which
modification to the Surety is hereby expressly waived, then this obligation shall be void; otherwise
it shall remain in full force and effect.
PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue
shall lie in Dallas County, Texas.
AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates
and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to
the Work to be performed thereunder or the Plans, Specifications, Drawings, etc., accompanying
the same, shall in anyway affect its obligation on this Bond, and it does hereby waive notice of any
2-12 Contract Documents
such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to
be performed thereunder.
This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government
Code, and any other applicable statutes of the State of Texas.
The undersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent in Dallas County or Denton County to whom any requisite notices may be delivered
and on whom service of process may be had in matters arising out of such suretyship, as provided
by Article 7.19-1 of the insurance Code, Vernon's Annotated Civil Statutes of the State of Texas.
IN WITNESS WHEREOF, this instrument is executed in
one of which shall be deemed an original, this the 26th day of June
4
copies, each
,20~.
PRINCIP AL
SURETY
By:
Colonial American Casualty and Surety Company
By: (JJn ~ dtlJJl Va (IV)
Title:
Title: Christine Davis, Attorney-in-Fact
ATTEST: fEST:
V!naLdeo.. tI~AV !V2fAh(f-rv-nJ .
The ReSIdent Agent of the Surety In Dallas or Denton County, Texas, for. delIvery of notIce and
service of the process is:
NAME:
Aon Risk Services Southwest. Inc.
ADDRESS:
2711 N. Haskell Avenue. Suite 800
Dallas, TX 75204
NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a person's
name.
2-13
Contract Documents
Bond No. 08977052
MAINTENANCE BOND
STATE OF TEXAS }
COUNTY OF DALLAS }
KNOW ALL MEN BY THESE PRESENTS: THAT JRJ Paving, LP
as Principal, and Colonial American Casualty and Surely aompany
corporation organized under the laws of Maryland , as sureties,
do hereby expressly acknowledge themselves to be held and bound to pay unto the
City of Coppell a Municipal Corporation, Texas, the sum of
One Million. Three Hundred Twenty Six Thousand, Eight Hundred Twenty Seven Dollars and 99
Cents ($ 1.326.82799 ), for the payment of which sum will and truly be made unto said
JRJ Pavinq. LP , and its successors, said principal and sureties do hereby
bind themselves, their assigns and successors jointly and severally.
THIS obligation IS conditioned; however, that whereas, the said
JRJ Paving, LP
has this day entered into a written contract with the said JRJ Paving, LP
to build and construct Coppell Road South, Project - No. ST 07-02, Bid No. 'Q-OS09-02, which
contract and the plans and specifications therein mentioned, adopted by the
JRJ Paving, LP are hereby expressly made a part thereof as through the same
were written and embodied herein.
WHEREAS, under the plans, specifications, and contract, it is provided that the Contractor
will maintain and keep in good repair, the work herein contracted to be done and performed, for a
period of two (2) years from the date of the acceptance of said work, and to do all necessary repairs
and/or reconstruction in whole or in part of said improvements that should be occasioned by
settlement of foundation, defective workmanship or materials furnished in the construction or any
part thereof or any of the accessories thereto constructed by the Contractor. It being understood that
the purpose of this section is to cover all defective conditions arising by reason of defective material
and charge the same against the said Contractor, and sureties on this obligation, and the said
Contractor and sureties hereon shall be subject to the liquidation damages mentioned in said
contract for each day's failure on its' part to comply with the terms of said provisions of said
contract. Now, therefore, if the said Contractor shall keep and perform its' said agreement to
maintain said work and keep the same in repair for the said maintenance period of two (2) years, as
provided, then these presents shall be null and void, and have not further effect, but if default shall
be made by the said Contractor in the performance of its' contract to so maintain and repair said
work, then these presents shall have full force and effect, and said JRJ Paving, LP
shall have and receive from the said Contractor and its' principal and sureties damages in the
premises, as provided; and it is further agreed that this obligation shall be a continuing one against
the principal and sureties, hereon, and that successive recoveries may be and had hereon for
successive branches until the full amount shall have been exhausted; and it is further understood
that the obligation herein to maintain said work shall continue throughout said maintenance period,
2-/4
Contract Documents
and the same shall not be changed, diminished or in any manner affected from any cause during
said time.
IN WITNESS WHEREOF, the said JRJ Paving, LP
caused these presents to be executed by
and the said Colonial American Casualt and Suret Company
be executed by its Attorney in fact and the said Attorney in fact
, has hereunto set his hand, the 2 h day of June
has
has caused these presents to
Christine Davis
,20 09
By:
PRINCIP AL
SURETY
Colonial American Casualty and Surety Company
By ~/ae Ut.U/J
Title:
Title: Christine Davis, Attorney-in-Fact
WITNESS:
"'(J lA-D.>> JJ.. . If ~
I
NOTE: Date of Maintenance Bond must not be prior to date of Contract.
f/]/lntf
I
I
!
I
2-/5
Contract Documents
o
Power of Attorney
, FIDELITY AND DEPOSIT COMPANY OF MARYLAND
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
~
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations ofth~S' :\~aryland, by M. P.
HAMMOND, Vice President, and ERIC 0: BARNES, Assistant Secretary, in pur~'Jal1~ ~ ~ranted hy Article VI,
Secti.on 2, of th~ .By-Laws of said Co~panies, which are ,set forth on, t 'fr':~~~ here~. 'nt'~~rehy c~rtified to be in
full force and eUect on the date hereof, docs hereby nomlE-'1 ' t t \iwh;ppo1Pi~~J\ ". ~on E. CORNELL,
Robbi MORALES, Lisa M. BONNOT, Ricar4o.JrBtf~ u <<9h~~@~ hristine DA VIS, all of Dallas,
Texas, EACH its true and lawful a~H~)t~~J}ri>Y~~S.nP~r:i~, seal and deliver, for, and on its hehalf as
surety, and as its act~' nd de . ,~~U\D~lolJdS m~ngs,""EXCEPT bonds on behalf of Independent
Executors, Comm~qj' 0 vo~ andf'~1 ~G~~ans. and the execution of such bonds or undertakings in
pursuance of these plriS s, s 'll~~~~nb -pon said Companies, as fully and amply, to all intents and purposes, as if
they had heen duly e~p~ aUM~ledged by the regularly elected officers of the Compa~y at its office in Baltimore,
Md., in their own pn}cii?r rsons. This power of attorney revokes that issued on behalf of Jerry p, ROSE, Don E.
CORNELL, Rohbi MORALES, Lisa M. BONNOT, Chris J. KUTIER, Luke J. NOLAN, JR., Christine DA VIS, dated March
30, 2006. '
The said Assistant Secretary does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI,
Section 2, of the By-Laws of said Companies, and is now in force.
IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscrihed their names and
affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL
AMERICAN CASUALTY AND SURETY COMPANY, this 20th day of March, A.D. 2007.
A TIEST:
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
/J ......!':,'
r~/ /-J, (~1--
~~
Eric D. Barnes
Assistant Secretary
By:
M. P. Hammond
Vice President
State of Maryland } ss:
City of Baltimore
On this 20th day of March, A.D. 2007, before the subscriber, a Notary Public of the State of Maryland, duly
commissioned and qualified, came M. P. HAMMOND, Vice President, and ERIC D. BARNES, Assistant Secretary of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND
SURETY COMPANY, to me personally known to he the individuals and officers described in and who executed the
preceding instrument, and they each acknowledged the execution of the same, and heing hy me duly sworn, severally and
each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the
preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as sllch
officers were duly affixed and subscribed to the said instrument hy the authority and direction of the said Corporations.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above
written.
\,\ \:~ :,,'1 ~.' ',:"1",
(l~~;:::~t')
111",,\1"
f' ~- . ("'J"' ) )
\ - .,. i-....._._ .)....I,../..;..\~r",_.--
__<::r'r'.....-- I~V:Y_- '-' ~
Constance A. Dunn Now/)' Public
My Commission Expires: July 14, 2011
POA-F 168-0589
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"Article VI. Section 2. The Chairman of the Board. or the President. or any Executive Vice-President. or any of the Senior
Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee.
shall have power. by and with the concurrence of the Secretary or anyone of the Assistant Secretaries, to appoint Resident
Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require. or to
authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances. stipulations,
policies. contracts. agreements. deeds. and releases and assignments of judgements, decrees. mortgages and instruments in
the nature of mortgages....and to affix the seal of the Company thereto."
EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
"Article VI. Section 2. The Chairman of the Board. or the President, or any Executive Vice-President. or any of the Senior
Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee.
shall have power, by and with the concurrence of the Secretary or anyone of the Assistant Secretaries. to appoint Resident
Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to
authorize any person or persons to execute on behalf of the Company any bonds. undertaking, recognizances, stipulations,
policies. contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in
the nature of mortgages,...and to affix the seal of the Company thereto."
CERTIFICA TE
I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the foregoing Power of
Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice-President who
executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors
to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the respective By-Laws of the FIDELITY AND
DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the
Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on
the 10th day of May. 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY
COMPANY at a meeting duly called and held on the 5th day of May. 1994.
RESOL VED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically
reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or
hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and
binding upon the Company with the same force and effect as though manually affixed."
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies,
this
(:)(0 t-h
day of Jll nQ.-
. d2CA
;~ jf;! /]
.J):.~.,4I. .r' .
I 1
'I .
NX..{~7
(;
Assistant Serrelory
~.D.....
~.
~
F ideIity and. Deposit Companies
Home Office: 39/0 Keswick Road Ballimore, MD 212ft
IMPORTANT NOTICE
To obtain infonnation or make a complaint:
... ... ..Y ou-rnay-<:alJ.the Fidelity and Deposit Company ofMaryfand; Colonial Americ~ (~~~~!y~g_
.. .-..--.----Burety-€ompany;andior-ZmidrAmencan Insurance Compa-riYls"Iolf-fiee-tdephone number for
information or to make a complaint at:
1-800-654-5155
You may contact the Texas Department of Insurance to obtain information on companies,
coverages, rights, or complaints at:
1-800-252-3439
You may write the Texas Department of Insurance:
P.O. Box 149104
Austin, TX 78714~9104
FAX # (512) 475-1771
PREMIUM OR CLAIM DisplITES: Should you have a dispute concerning the premium or
., about a claim, you should first contact Fidelity and Deposit Company of Maryland or Coloma!
American Casualty and Surety Company. If the dispute is not resolved, you may contact the Texas
Departnient of Insufance.
~ ITACH THIS NOTIcE TO YOUR POLICY: This notice is for information only and does
not become a part or .condition of the attached document.
S8543f\'IX) (08/01)
o
SECTION 3
STANDARD SPECIFICA TIONS
SUPPLEMENTARY
CONDITIONS
THE .CI TV. 0 F
COPPELL
>fi.~ ...:, .,
*~' ..
_ ," ~
q
8
CITY OF COPPELL
SUPPLEMENTARY CONDITIONS.
TO THE
NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS
GENERAL PROVISIONS
THESE SUPPLEMENTARY CONDITIONS AMEND THE STANDARD SPECIFICATIONS FOR THE
PUBLIC WORKS CONSTRUCTION - NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS,
FOURTH EDITION AS INDICATED BELOW. ALL PROVISIONS WHICH ARE NOT AMENDED
OR SUPPLEMENTED REMAIN IN FULL FORCE AND EFFECT. ALL PROVISIONS AMENDED
REMAIN IN FULL FORCE AND EFFECT AS AMENDED.
DIVISION 100: GENERAL PROVISIONS
ITEM 101. - DEFINITIONS & ABBREVIATIONS
SC-101.1
Engineer: The word "Engineer" in these contract documents and specifications shall be understood
as referring to CITY ENGINEER, City of Coppell, P.O. Box 9478, Coppell, TX 75019, Engineer of
the Owner, or such other representatives as may be authorized by said owner to act in any particular
position.
Owner: The word "Owner" in these contract documents ai1d specifications refers to the CITY OF
COPPELL acting through its authorized representatives.
Consulting Engineer: Wherever the word "Design Engineer" is used in the Specifications and
Contract Documents, it shall be understood as referring to the Design Engineer or his authorized
representative, Freese and Nichols, Inc., 1701 N. Market Street, St #500, Dallas, TX 75202.
r
Calendar Day: Add the following sentence to the end of the working days definitions: "Hours
worked before 8:00 a.m. or after 5:00 p.m., all weekends and holidays are subject to overtime.
Overtime request or scheduled testing must be made in writing and approved by the City of Coppel!.
Seventy-two hours notice required. All overtime incurred by the City for inspection services and any
overtime incurred by the testing laboratory shall be paid by the Contractor. If not paid, such cost may
be deducted from partial payments." The pay rate scale for Inspector overtime charges will be $54/hr.
All other terms used in these Supplementary Conditions which are defined in the General Provisions
shall have the same meanings used in the General Provisions.
ITEM 103.3 - SURETY BONDS
3-2
Standard Specifications
Supplementary Conditions
SC-I03.3.1
Add following sentence to Item 103.3.1:
"Maintenance Bond shall be required in the amount of 50% of the cost of the public improvements
for a 2 year period."
ITEM 103.4 - INSURANCE
SC-I03.4.6
Add the following new item:
"103.4.6 If OWNER requests in writing that other special insurance be included in the property
insurance policy, CONTRACTOR shall, if possible, include such insurance, and the cost
thereof will be charged to OWNER by appropriate Change Order or Written Amendment.
Prior to commencement of the Work at the site, CONTRACTOR shall in writing advise
OWNER whether or not such other insurance has been procured by CONTRACTOR."
SC-I03.4.7
Add the following new item:
"103.4.7 CONTRACTOR intends that any policies provided in response to Item 1.26 shall protect
all of the parties' insured and provide coverage for all losses and damages caused by the
perils covered thereby. Accordingly, all such policies shall contain provisions to the
effect that in the event of payment of any loss or damage the insurer will have no rights of
recovery against any of the parties named as insured or additional insured, and if such
waiver forms are required of any Subcontractor, CONTRACTOR will obtain the same."
SC-I03.4.7a
Add the following new item:
"103.4.7a Freese and Nichols, Inc. shall be included as an "Additional Insured" on all project
liability insurance."
ITEM 103.6 - NOTICE TO PROCEED AND COMMENCEMENT OF WORK
SC-I03.6
Add following sentence to end of Item 103.6.
"Before Contractor starts the Work at the site, a conference attended by Contractor, Engineer and
others as appropriate will be held to discuss the schedules referred to in Items 105.3, 108.1 and
3-3
Standard Specifications
Supplementary Conditions
109.5.1, to discuss procedures for handling Shop Drawings and other submittals and for processing
Applications for Payment, and to establish a working understanding among the parties as to the
Work. "
ITEM 104.2 - CHANGE OR MODIFICATION OF CONTRACT
SC-I04.2.1
104.2.1 Amend the last sentence in Paragraph two of Item 104.2.1 to delete the following "except as
provided below."
Add the following sentence to the end of paragraph two in Item 1 04.2.1.
"The unit price of an item of Unit Price Work shall be subject to re-evaluation and
adjustment under the following conditions:
ITEM 105,1 - CONTRACT DOCUMENTS
SC-I05.1.1
Add the following language at the end of the Item 105.1.1: "If there is any conflict between the
provisions of the Contract Documents and any such referenced standard specifications, manuals or
codes, the provisions of the Contract Documents shall take precedence over that of any standard
specifications, manuals or codes."
SC-I05.1.3
Amend the first sentence of Item 105.1.3 by changing "such copies" to be "five copies". Add the
following to the end of Item 105.1.3:
"In the preparation of Drawings and Specifications, ENGINEER has established and relied upon the
following reports of explorations and tests of subsurface conditions at the site of the work:
Geotechnical Engineering Study by Terra-Mar, Inc, April 2003 (available upon request).
The Contractor may take borings at the site to satisfy himself as to subsurface conditions:"
ITEM 105.2 - WORKMANSHIP. WARRANTIES AND GUARANTEES
SC-I05.2.2
Amend the first sentence of Item 105.2.2 to change the words "one year" to "two years".
ITEM 105.4 - CONSTRUCTION STAKES
SC-I05.4
3-4
Standard Specifications
Supplementary Conditions
Delete Item 105.4 in its entirety and insert the following in lieu thereof:
"Construction stakes/surveying shall be provided by the CONTRACTOR. Monumentation has been
provided for establishing vertical and horizontal control. The Contractor shall be responsible for
establishing all lines and grades, and the precise location of all proposed facilities. The ENGINEER
may make checks as the Work progresses to verifY lines and grades established by the Contractor to
determine the conformance of the completed Work as it progresses with the requirements of the
construction documents. Such checking by the Engineer shall not relieve the Contractor of his
responsibility to perform all Work in connection with Contract Drawings and Specifications and to
the lines and grades given therein."
ITEM 107.3 - OWNER'S OFFICERS. EMPLOYEES OR AGENTS
SC-I07.3.2
Replace Item 107.3.2 with the following new paragraph:
"107.3.2
Confl ict of Interest
City Charter states that no officer of the City shall have a financial interest, direct or .
indirect, in any contract with the City, nor shall be financially interested, directly or
indirectly, in the sale to the City of any land, or rights or interest in any land,
materials, supplies or services. This prohibition does Onot apply when the interest is
represented by ownership of stock in a corporation involved, provided such stock
ownership amounts to less than one percent (1 %) of the corporation stock. Any
violation of this prohibition will constitute malfeasance in office. Any officer or
employee of the City found guilty thereof should thereby forfeit his office or
position. Any violation of this prohibition with the knowledge, expressed or
implied, of the persons or corporations contracting with the City shall render the
contract voidable 0 by the City Manager or the City Council. The Contractor
represents that no employee or officer of the City has an interest in the Contractor."
ITEM 107.14 - STATE AND LOCAL SALES AND USE TAXES
SC-I07.14
Delete Item 107.14 and substitute the following in lieu thereof:
"107.14 Recent legislation has removed the sales tax exemption previously provided by Section
151.311 of the Tax Code covering tangible personal property purchased by a contractor for
use in the performance of a contract for the improvement of City-owned realty.
It is still possible, however, for a contractor to make tax-free purchase of tangible personal
property, which will be incorporated into and become part of a City construction project
3-5
Standard Specifications
Supplementary Conditions
through the use of a "separated contract" with the City. A "separated contract" is one, which
separates charges for materials from charges for labor. Under such a contract, the contractor
becomes a "seller" of those materials, which are incorporated into the project, such as bricks,
lumber, concrete, paint, etc. The contractor issues a resale certificate in lieu of paying the
sales tax at the time such items are purchased. The contractor then receives an exemption
certificate from the city for those materials. (This procedure may not be used, however, for
materials, which do not become a part of the finished product. For example, equipment
rentals, form materials, etc. are not considered as becoming "incorporated" into the project).
Utilization of this "separated contract" approach eliminates the need for bidders to figure in
sales tax for materials, which are to be incorporated into the project. The successful bidder's
bid fonn will be used to develop the "separated contract" and will determine the extent of the
tax exemption. Upon execution of the construction contract, the contractor shall furnish a
breakdown (per item) of 1) materials incorporated into the project; and 2) labor, equipment,
supervision and materials not incorporated into the project."
ITEM 107.19 - PROTECTION OF WORK AND OF PERSONS AND PROPERTY
SC-I07.19.2.1
Add the following new Item 107.19.2.1 immediately after Item 107.19.2:
"107.19.2.1
I
i
I
I
I
I
1
Should CONTRACTOR cause damage to the work or property of any separate
Contractor at the site, or should any claim arising out of CONTRACTOR'S,
OWNER, ENGINEER, Consulting Engineer or any other person, CONTRACTOR
shall promptly attempt to settle with such other Contractor by agreement, or to
otherwise resolve the dispute by arbitration or at law. CONTRACTOR shall, to the
fullest extent permitted by Laws and Regulations, indemnifY and hold OWNER,
ENGINEER and Consulting Engineer harmless from and against all claims,
damages, losses and expenses (including, but not limited to, fees of engineers,
architects, attorneys and other professionals and court and arbitration costs) arising
directly, indirectly or consequentially out of any action, legal or equitable, brought
by any separate Contractor against OWNER, ENGINEER or Consulting Engineer to
the extent based on a claim arising out of CONTRACTOR'S performance of the
Work. Should a separate Contractor cause damage to the work or property of
CONTRACTOR or should the performance of work by any separate Contractor at
the site give rise to any other claim, CONTRACTOR shall not institute any action,
legal or equitable, against OWNER, ENGINEER or Consulting Engineer or permit
any action against any of them to be maintained and continued in its name or for its
benefit in any court or before any arbiter which seeks to impose liability on or to
recover damages from OWNER, ENGINEER or Consulting Engineer on account of
any such damage or claim. If CONTRACTOR is delayed at any time in performing
or furnishing Work by any act or neglect of a separate Contractor and OWNER and
CONTRACTOR are unable to agree as to the extent of any adjustment in Contract
Time attributable thereto, CONTRACTOR may make a claim for an extension of
3-6
Standard Specifications
Supplementary Conditions
time in accordance with Item 1.36. An extension of the Contract Time shall be
CONTRACTOR's exclusive remedy with respect to OWNER, ENGINEER and
Co,:sulting Engineer for any delay, disruption, interference or hindrance caused by
any separate Contractor."
ITEM 107.23 - EXISTING STRUCTURES, FACILITIES AND APPURTENANCES
SC-I07.23.2a
Add the following new Item 1 07.23.2a immediately after Item 107.23.2:
"107.23.2a
Existing Utilities and Sewer Lines: The Contractor shall be responsible for the
protection of all existing utiliti~s or service lines crossed or exposed by the
construction operations. Where existing utilities or service lines are cut, broken or
damaged, the CONTRACTOR shall replace the utilities or service lines with the
same type of original construction, or better, at his own cost and expense. This
includes any and all irrigation systems, whether or not they are identified on the
plans.
If it is necessary to change or move the property of any owner or of a public utility,
such property shall not be moved or interfered with until authorized by the
ENGINEER. The right is reserved to the owner of any public utility to enter upon
the limits of the project for the purpose of making such changes or repairs of their
property that may be made necessary by the performance of this contract."
ITEM 108.1 - PROGRESS SCHEDULE
SC-I08.1
Amend the first sentence of Item 108.1 by adding the following at the beginning of the sentence: "If
requested by Owner, Engineer or Contractor".
ITEM 108.3 - OTHER CONTRACTORS; OBLIGATION TO COOPERATE
SC-I08.3
Delete the last sentence of the second paragraph and substitute the following in lieu thereof:
"In such event, Contractor shall be entitled to an extension of working time only for unavoidable
delays verified by the Engineers, as provided in Item 108.8; however, no increase in the contract price
shall be due the Contractor."
Insert the following sentence at the end of the second paragraph of Item 1 08.3:
3-7
Standard Specifications
Supplementary Conditions
"The ENGINEER shall coordinate such other work with the CONTRACTOR and schedule events to
minimize delay caused to the CONTRACTOR. No additional time shall be given to the
CONTRACTOR of such related work except as provided in Item 108.8."
ITEM 108.8 - DELAYS; EXTENSION OF TIME; LIQUIDATED DAMAGES
SC-108.8
Add the following at the end of the last paragraph in Item 108.8: "No extension of the contract time
shall be allowed unless the CONTRACTOR can demonstrate the delay caused an adverse impact to
the <;ritical path and that loss of time can not be made up by revising the sequence of the work of t~e
project. "
DIVISION 200:
SITE PROTECTION AND PREP ARA TION
ITEM 203 - SITE PREPARATION:
203.3.2
Add the following sentence after the second sentence: "The method of
protection shall be 2 inch by 4 inch wood railing unless otherwise shown on
the Plans or directed by the Engineer."
ITEM 203.7 - EMBANKMENT:
203.7.3.
DIVISION 300:
Strike the first sentence and replace with the following: "Earth embedment
and select material shall be compacted to between 95 percent and 100
percent of Standard Proctor Density as determined by ASTM D-698 at, or
up to five (5) percentage points above, optimum moisture content, using
mechanical compaction methods, unless otherwise specified in the Plans or
Specifications. "
ROADW A Y CONSTRUCTION
ITEM 303. - PORTLAND CEMENT CONCRETE PAVEMENT:
303.2.4
Mineral Admixtures. Delete paragraph 303.2.4 in its entirety. The use of
Fly Ash as an admixture in any Class of concrete is specifically prohibited
without written approval of the Engineer.
ITEM 303.5 - CONSTRUCTION METHODS:
303.5.4
303.5.4.2
Joints
Expansion Joints: Replace with the following: "Expansion joints shall
be installed perpendicularly to the surface and centerline of the pavement.
Expansion Joint material shall be redwood boards, 3/4-inch in width, and
3-8
Standard Specifications
Supplementary Conditions
extended through curbs. Expansion joints are to be installed at each end of
. radius at street intersections. Expansion joints shall be equally spaced
between intersections with not less than one every 200 linear feet of
pavement, unless otherwise specified on the Plans or directed by the
Engineer.
303.5.4.2.3 Proximity to Existing Structures: Add to end of sentence, "or as directed by
the Engineer".
303.5.4.3 Contraction Joints. Delete the first sentence of the first paragraph and insert
the following: "Contraction or dummy joints shall be sawed to T/4 inches in
depth, and 1/4 inch in width, and installed every 20 linear feet of pavement,
and extend through curb, unless otherwise directed by the Engineer."
303.5.6 Finishing.
303.5.6.1 Machine. Add the following paragraph at the end of this subsection: "Fog
sprays powered by pressure pumps, and capable of covering the entire area
of freshly placed concrete with a fine mist, shall be used if water is needed
for finishing operations."
303.5.6.2 Hand. Add a new paragraph after first paragraph which reads as follows:
"Fog sprays powered by pressure pumps, and capable of covering the entire
area of freshly placed concrete with a fine mist, shall be used if water is
needed for finishing operations."
DIVISION 500:
UNDERGROUND CONSTRUCTION AND APPURTENANCES
ITEM 504. - OPEN CUT - BACKFILL:
504.2.3.3.3
Additional Requirements
(2) Additional Requirements for Type "B" backfill when used in streets: Insert the
following paragraph at the beginning of this subsection: "All trench backfill shall be
compacted to between 95 percent and 1 00 percent of Standard Proctor Density as
determined by ASTM D-698 at, or up to five (5) percentage points above, optimum
moisture content, using mechanical compaction methods unless otherwise specified in the
Plans. Water jetting may be used only with specific written pem1ission of the Engineer."
ITEM 504.5 - EMBEDMENT:
504.5.3.2
Compaction.
504.5.3.2.1
Densities - Areas Not Subjected to or Influenced by Vehicular Traffic.
Amend the second sentence by striking the words "to a density comparable
3-9
Standard Specifications
Supplementary Conditions
with adjacent undisturbed material" and replacing with "to a density between
95 percent and 100 percent Standard Proctor Density as determined by
ASTM D-698 at, or up to five (5) percentage points above, optimum
moisture content, unless otherwise specified in the Plans or directed by the
Engineer."
DIVISION 800:
MISCELLANEOUS CONSTRUCTION & MATERIALS
ITEM 803 - SLOPE AND CHANNEL PROTECTION:
803.3.3
Riprap Construction Methods
803.3.3.6
Mortar Riprap. Add the sentence: "Mortar or concrete type shall. be
approved by the Engineer and shall conform to A.S.T.M. C 387-83."
3-10
Standard Specifications
Supplementary Conditions
I
I
I
I
I
I
I
SECTION 4
SPECIFIC PROJECT
REQUIREMENTS
THE. CI TY. 0 F
COPPELL
if
l'
~ <\'
A S
I
I
I
I
I
I
I
SPECIFIC PROJECT REQUIREMENTS
The construction specifications, which apply to this project are the Standard Specifications for
Public Works Construction - Fourth Edition North Central Texas Council of Governments
(NCTCOG). The following Specific Project Requirements contain general and specific project
requirements applicable to this project in the City of Coppell. These individual specifications
control for this project. Additional amendments to the NCTCOG Standard Specifications are
contained in Section 3 - Supplementary Conditions to the Standard Specifications for Construction.
In the event that an item is not covered in the Project Drawings (Construction Plans) and these
Specifications, then the Standard Specifications for the City ofCoppell, Texas shall apply.
In addition, reference to the following shall be considered as referring to the specifications or
Method of Test as set forth by these organizations and shall be considered as part of the
Specifications when referenced.
AS.A
AS.TM.
AA.S.H.TO.
American Standards Association
A.C.!.
AW.S.
A.W.W.A
S.S.P.c.
American Society of Testing Materials
American Association of State Highway
& Transportation Officials
American Concrete Institute
American Welding Society
American Water Works Association
D.L.
N.E.M.A
W.P.C.F.
TXDOT
C.D.G.S.
S.S.P.W.C.N.C.T
Steel Structures Painting Council, Federal
Specifi'cations Treasury Department
Underwriters Laboratories
National Electrical Manufacturers Association
Water Pollution Control Federation
TM.U.TC.D.
Texas Department of Transportation
City of Dallas General Specifications
Standard Specifications for Public Works
Construction North Central Texas
Texas Manual on Uniform Traffic Control Devices
4-2
Specific Project Requirements
1.1 OWNER: The "OWNER" or "City" as referred to in these Specifications is the City of
Coppell, 255 Parkway Boulevard, P.O. Box 9478, Coppell, Texas 75019.
1.2 ENGINEER: The "Engineer" as referred to in these Specifications is the City Engineer,
City of Coppell, Engineer of the Owner, or such other representatives as may be authorized
by said owner to act in any particular position.
1.2a CONSULTING ENGINEER: The word "Consulting Engineer" in these contract
documents and specifications refers to the DESIGN ENGINER or his authorized
representative, Freese and Nichols, Inc., 1701 N. Market Street, St #500, Dallas, TX 75202.
1.3 STANDARD CONSTRUCTION SPECIFICATIONS FOR THE CITY OF
COPPELL: All improvements described in this Proposal and Construction Drawings shall
be performed in accordance with the Project Drawings and Specifications. In the event that
an item is not covered in the Project Drawings and Specifications, then the City of Coppell
Standard Construction Details (Ord.#2006-1129), and Appendix 'C' Design Criteria and
Standards in the City ofCoppell Subdivision Ordinance (Ord.#94-643) shall apply.
1.4 SITE: The Contractor shall limit his work to the area shown on the Project Drawings as
within the street right-of-way. Entrance onto private property shall be at the expressed
approval of the ENGINEER, only.
1.5 PROJECT DESCRIPTION: This work shall consist of the reconstruction of Coppell
Road South extending from Bethel Road to Southwestern Boulevard. This project will
include the removal of existing pavement, unclassified excavation, the construction of new
pavement, the installation of related drainage, water and sanitary sewer improvements and
all appurtenant work as laid out and described in the construction plans. Work shall
include all components necessary for the "turn key" construction of the roadway and
related improvements as shown in the plans for Project No. ST 07-02.
1.6 EXPLANATION OF CONTRACT TIME:
In the event the Contractor completes the contract prior to the expiration of the Original
Contract Time, the Owner will pay the Contractor an incentive payment of the Daily Value
amount specified in Item 19 of the Instructions to Bidders in the Contract Documents for
each calendar day the actual completion date' precedes the Original Contract Time and
subject to the conditions set forth below. The term "Original Contract Time" as used herein
will mean the number of calendar days established by the Contractor for completion of the
work of the Contract on the date the Contract was executed. The term "calendar day" as
used in this Article will mean every day shown on the calendar. Calendar days will be
consecutively counted from commencement of Contract Time regardless of weather,
weekends, holidays, suspensions of Contractor's operations,' delays or other events as
described herein. For purposes of the calculation and the determination of entitlement to
the incentive payment stated above, the Original Contract Time will not be adjusted for any
4-3
Specific Project Requirements
reason, cause or circumstance whatsoever, regardless of fault, save and except in the
instance of a catastrophic event (i.e., war, invasion, riot, declared state of emergency,
national strike, or other situations as declared by the Owner). The parties anticipate that
delays may be caused by or arise from any number of events during the course of the
Contract, including, but not limited to, work performed, disruptions, permitting issues,
actions of suppliers, subcontractors or other contractors, actions by third parties, weather,
weekends, holidays, or other such events, forces or factors sometimes experienced in
roadway construction work. Such delays or events and their potential impacts on
performance by the Contractor are specifically contemplated and acknowledged by the
parties in entering into this Contract, and shall not extend the Original Contract Time for
purposes of calculation of the incentive payment set forth above. Further, any and all costs
or impacts whatsoever incurred by the Contractor in accelerating the Contractor's work to
overcome or absorb such delays or events in an effort to complete the Contract prior to
expiration of the Original Contract Time, regardless of whether the Contractor successfully
does so or not, shall be the sole responsibility of the Contractor in every instance. In the
event the project is altered by work deleted, change orders, supplemental agreements, utilitY
conflicts, design changes or defects, extra work, right of way issues, or other situations
which are not the fault of or a direct result of contractor negligence which may impact the
critical path of the project construction schedule, the Owner may choose to negotiate the
extension or reduction of the Original Contract Time with the Contractor.
In the event of a catastrophic event (i.e., war, invasion, riot, declared state of emergency,
national strike, or other situations as declared by the Owner) directly and substantially
affecting the Contractor's operations on the Contract, the Contractor and the Owner shall
agree as to the number of calendar days to extend the Original Contract Time so that such
extended Original Contract Time, will be used in calculation of any incentive payment. In
the event the Contractor and Owner are unable to agree to the number of calendar days to
extend the Original Contract Time, the Owner shall unilaterally determine the number of
calendar days to extend the Original contract Time reasonably and necessary and due solely
to such catastrophic event and the Contractor shall have no right whatsoever to contest such
determination, save and except that the Contractor establishes that the number of calendar
days determined by the Owner were arbitrary or without any reasonable basis. The
Contractor shall have no rights under the Contract to make any claim arising out of this
incentive payment provision except as is expressly set forth in this Provision. As conditions.
precedent to the Contractor's entitlement to any incentive the Contractor must:
1. Actually complete all Contract requirements, including the completion of all punch li?t
work, and obtain final acceptance by the Owner prior to expiration of the Original
Contract Time.
2. The Contractor shall notifY the Owner in wntmg, within 30 days after the final
acceptance of the Contract by the Owner, that the Contractor elects to be paid the
incentive payment which the Contractor is eligible to be paid based on the actual final
acceptance date, and such written notice shall constitute a full and complete waiver,
release and acknowledgement of satisfaction by the Contractor of any and all claims,
4-4
Specific Project Requirements
causes of action, issues, demands, disputes, matters or controversies, of any nature or
kind whatsoever, known or unknown, against the Owner, its employees, officers, agents,
representatives, consultants, and their respective employees, officers and
representatives, the Contractor has or may have, including, but not limited to, work
performed, work deleted, change orders, supplemental agreements, delays, disruptions,
differing site conditions, utility conflicts, design changes or defects, time extensions,
extra work, right of way issues, pem1itting issues, actions of suppliers or subcontractors
or other contractors, actions by third parties, shop drawing approval process delays,
expansion of the physical limits of the project to make it functional, weather, weekends,
holidays, suspensions of Contractor's operations, extended or unabsorbed home office
or job site overhead, lump sum maintenance of traffic adjustments, lost profits, prime
mark-up on subcontractor work, acceleration costs, "any and all direct and indirect costs,
any other adverse impacts, events, conditions, circumstances or potential damages, on or
pertaining to, or as to or arising out of the Contract. This waiver, release and
acknowledgement of satisfaction shall be all-inclusive and absolute, save and except
any routine Owner final estimating quantity adjustments.
Should the Contractor fail to actually complete the Contract and obtain final acceptance by
the Owner prior to expiration of the Original Contract Time, or should the contractor,
having timely completed the Contract and obtained final acceptance by the Owner prior to
expiration of the Original Contract Time, but having failed to timely request the incentive
payment for any reason, and including but not limited to the Contractor choosing not to
fully waive, release and acknowledge satisfaction as set forth in (2) above, the Contractor
shall have no right to any payment whatsoever under this Article. Notwithstanding the
Contractor's election or non-election of the incentive under this provision, the disincentive
provision applies to all circumstances where the work in the Contract is not finally accepted
by the Original Contract Time.
Should the Contractor fail to complete the Contract on or before the expiration of the
Original Contract Time, as adjusted in accordance with the provisions above, the Owner
shall deduct from the moneys due the Contractor the Daily Value specified in the Contract
Documents for each calendar day completion exceeds the Original Contract Time. This
deduction shall be the disincentive for the Contractor's failing to timely complete the
Contract. This shall be strictly enforced.
In the event the Contractor elects to exercise this incentive payment provision, should this
provision conflict with any other provision of the Contract; the Contract shall be interpreted
in accordance with this provision. Any reference to "Substantially Complete" shall be
interpreted to be complete with the Contract with no work remaining on the project.
1.7 SAFETY PRECAUTIONS: The Contractor ~hall comply with all applicable laws
including the Occupational Safety and Health Act of 1970, ordinances, rules, regulations
and order of any public authority have jurisdiction for the safety of persons or property to
protect them from damage, injury or loss. He shall erect and maintain, as required by
existing conditions and progress of the work, all reasonable safeguards for safety and
4-5
Specific Project Requirements
protection, including posting danger signs and other warnings against hazards, promulgating
safety regulations and notifYing owners and users of adjacent utilities.
1.8 SURVEY AND FINISHED GRADES: Horizontal and vertical control is provided by
the owner as shown on the plans. The Contractor shall be responsible for layout and staking
of all grades and lines for construction utilizing qualified survey personnel. The Contractor
shall preserve all stakes or markings until authorized by the Engineer to remove same. The
Contractor shall bear the cost of the re-establishing any control or construction stakes
destroyed by either him or a third party and shall assume the entire expense of rectifYing
work improperly constructed due to failure to maintain established points and marks.
No separate payment shall be made to the Contractor for construction staking which shall be
considered incidental to the project and payments made under specific Pay Items shall be
considered as full compensation for these requirements.
1.9 CONFORMITY WITH DRAWINGS: All work shall conform to the lines, grades, cross-
sections, and dimensions shown on the Drawings. Any deviation from the Drawings which
may be required by the exigencies of construction will be determined by the Engineer and
authorized by him in writing.
1.10 TESTING LABORATORY SERVICE: The Owner shall make arrangements with an
independent laboratory acceptable for testing as required by the construction plans and
standard specifications. The Contractor shall bear all related costs of retests, or
reinspections. The Contractor shall notifY the ENGINEER in a timely manner of when and
where tests or inspections are to be made so that they may be present. One copy shall be
provided to the contractor of all reports and laboratory test results. Testing by the Owner
does not alleviate the contractors' responsibility for his own quality assurance/quality
control testing. Contractor shall replace any deficient construction items.
1.11 SUSPENSION OF WORK: If the work should be stopped or suspended under any order
of the court, or other public authority, the Owner may at any time during suspension upon
seven days written notice to the Contractor, terminate the Contract. In such an event, the
Owner shall be liable only for payment for all work completed plus a reasonable cost for
any expenses resulting from the termination of the Contract, but such expenses shall not
exceed $5,000.
1.12 PRESERVATION OF TREES: Permission of the Engineer must be obtained for removal
of trees that obstruct the installation of the improvements as outlined for this project in these
Contract Documents. The penalty for the removal or destruction of a tree without obtaining
written permission from the Engineer shall be $500.00 per caliper inch each payable to the
Owner. If damage is occurring or is likely to continue, tree,guards shall be erected when so
directed by the Engineer at the Contractor's expense.
1.14 COOPERA TION OF CONTRACTOR: The Contractor shall have on the project at all
times, as his agent, a competent Superintendent capable of reading the plans and
4-6
Specific Project Requirements
specifications and thoroughly experienced in the type of work being performed. The
Superintendent shall have full authority to execute orders or directions and to promptly
supply such materials, equipment, tools, labor and incidentals as may be required. Such
superintendence shall be furnished irrespective of the amount of work contracted.
The Superintendent and the Contractor shall be responsible for supervision of all work
performed by the subcontractor at all times during construction.
1.15 WARNING DEVICES: The Contractor shall have the responsibility to provide and
maintain all warning devices and take all precautionary measures required by law to protect
persons and property while said persons or property are approaching, leaving or within the
work site or any area adjacent to said work site. Compensation will be paid to the
Contractor for the installation or maintenance of any warning devices,. barricades, lights,
signs or any other precautionary measures required by law for the protection of persons or
property under pay item to Furnish, Install and Maintain Traffic Control Devices.
The Contractor shall assume all duties owned by the City of Coppell to the general public in
connection with the general public's immediate approach to and travel through the work site
and area adjacent to said work site.
Where the work is carried on, in, or adjacent to, any street, alley, sidewalk, public right-of-
way or public place, the Contractor shall at his own cost and expense provide such flagmen
and watchmen and furnish, erect and maintain such warning devices, barricades, lights,
signs and other precautionary measures for the protection of persons or property as are
required by law. The Contractor shall submit a traffic control plan to be reviewed by the
City prior to the beginning of work. In preparing the traffic control plan, the contractor shall
take into account that the project will be constructed in multiple phases. The contractor
shall be responsible for placing notices on private residences prior to the beginning of each
phase that shows revised traffic patterns. No lane shall be barricaded before 9:00 a.m. or
after 4:00 p.m. The Contractor's responsibility for providing and maintaining flagmen,
watchmen, warning devices, barricades, signs, and lights, and other precautionary measures
shall not cease until the project shall have been fully and finally accepted by the Owner.
If the Engineer discovers that the Contractor has failed to comply with the applicable federal
and state law (by failing to furnish the necessary flagmen, warning devices, barricades,
lights, signs or other precautionary measures for the protection of persons or property), the
Engineer may order such additional precautionary measures as required by law to be taken
to protect persons and property, and to be reimbursed by the Contractor for any expense
incurred in ordering such additional precautionary measures.
In addition, the Contractor will be held responsible for all damages to the work and other
public or private property due to the failure of warning devices, barricades, signs, lights, or
other precautionary measures in protecting said property, and whenever evidence is found
of such damage, the Engineer may order the damaged portion immediately removed and
replaced by and at the cost and expense of the Contractor. If the damages are not corrected
4-7
Specific Project Requirements
in a timely fashion, then the City shall have the right to repair the damage and charge the
cost back to the Contractor. All of this work is considered incidental to pay item 1-48 -
Traffic Control.
1.16 EXISTING UTILITIES, STRUCTURES AND OTHER PROPERTY:
In regards to existing utilities, structures and other property within, crossing or adjacent to
the site, the Contractor understands and accepts the following conditions:
a. Prior to any excavation, the Contractor shall determine the locations of all existing
water, gas sewer, electric, telephone, telegraph, television, and other underground
utilities and structures. This includes the water and sanitary sewer services.
b. After commencing the work, the Contractor will use every precaution to avoid
interferences with existing underground and surface utilities and structures, and
protect them from damage.
c. Where the locations of existing underground and surface utilities and structures are
indicated, these locations are generally approximate, and all items that may be
encountered during the work are not necessarily indicated. The Contractor shall
determine the exact locations of all items indicated, and the existence and locations
of all items not indicated.
d. The Contractor shall repair or pay for all damage caused by his operations to all
existing utilities, public property, and private property, whether it isbelow ground or
above ground, and he shall bear sole responsibility to settle the total cost of all
damage suits which may arise as a result of this operations.
e. To avoid unnecessary interferences or delays, the Contractor shall coordinate all
utility removals, replacements and construction directly with the appropriate utility
company.
1.17 DRAINAGE: The Contractor shall maintain adequate drainage at all times.
1.18 PROJECT MAINTENANCE: The Contractor shall maintain, and keep in good repair,
the improvements covered by these plans and specifications during the life of the contract.
1.19 CLEANUP:
During Construction. The contractor shall at all times keep the job site as free from all
material, debris and rubbish as is practicable and shall remove same from any portion of the
job site when it becomes objectionable or interferes with the progress of the project, and/or
when requested to do so by the Owner.
Final. Upon completion of the work, the Contractor shall remove from the site all plant,
materials, tools and equipment belonging to him and leave the site with an appearance
4-8
Specific Project Requirements
acceptable to the Engineer and the Owner. The Contractor shall thoroughly clean all
equipment and materials installed by him and shall deliver over such materials and
equipment in a bright, clean, polished and new-appearing condition.
1.20 INSPECTION: The word "Inspection" or other forms of the word, as used in the contract
documents for this project shall be understood as meaning an Owner's agent will observe
the construction on behalf of the Owner. The agent will observe and check the construction
in sufficient detail to satisfy himself that the work is proceeding in general accordance with
the contract documents, but he will not be a guarantor of the Contractor's performance.
1.21 DISPOSAL OF WASTE AND SURPLUS EXCAVATION: All trees, stumps,
slashings, brush or other debris removed-from the site as a preliminary to the construction of
the various improvements shall be removed from the property by the Contractor. Any
required burning and/or disposal permits shall be the sole responsibility of the CO\ltractor.
All excavated materials in excess of that required for backfilling shall be removed from the
job site and disposed of in a satisfactory manner by the Contractor.
1.22 WATER FOR CONSTRUCTION: The Contractor shall make the necessary
arrangement for securing and transporting all water required in the construction of this
project, including water required for mixing of concrete, sprinkling, testing, flushing,
flooding, or jetting. The Contractor shall provide water as required at his own expense.
1.23 GUARANTEE: All work shall be guaranteed against defects resulting from the use of
inferior materials, equipment or workmanship for a period of two (2) years from the date of
final completion and acceptance of the project.
4-9
Specific Project Requirements
SHOP DRAWINGS, PRODUCT DATA AND SAMPLES
1.1 GENERAL:
A. Contractor to submit Shop Drawings, Product Data and Samples as required by the
Contract Documents and as specified in other sections of the specifications.
1.2 SHOP DRAWINGS:
A. As soon as practicable after contract award, submit to the Engineer, for review, the
required number of bound copies of shop drawings of all items as specified in the
various sections of these specifications, accompanied by letters of transmittal.
B. Shop drawings shall include: Manufacturer's catalog sheets and/or descriptive data
for materials and equipment; showing dimensions, performance characteristics, and
capacities and other pertinent information as required to obtain approval of the items
involved.
C. No work requiring shop drawings will be executed until review and acceptance of
such drawings has been obtained.
1.3 PRODUCT DATA:
A. Preparation:
1. Clearly mark each copy to identifY pertinent products or models.
2. Show performance characteristics and capacities.
3. Show dimensions and clearances required.
B. Manufacturers standard schematic drawings and diagrams:
1. ModifY drawings and diagrams to delete information that is not applicable to
the work.
2. Supplement standard information to provide information specifically
applicable to the work.
1.4 SAMPLES: Provide samples as indicated in other parts of these specifications.
1.5 CONTRACTOR RESPONSIBILITIES:
A. Review Shop Drawings and Product Data prior to submission.
B. Determine and verifY:
1. Field measurements.
2. Field construction criteria.
3. Catalog numbers and similar data.
4. Conformance with specifications.
4-10
Specific Project Requirements
C. Coordinate each submittal with requirements of the work and of the Contract
Documents.
D. Begin no work that requires submittals until return of submittals with Engineer's
reVIew.
E. Keep one (I) approved copy of shop drawings or product data at job site at all times.
1.6 SUBMISSION REQUIREMENTS:
A. Make submittals promptly and in such sequence as to cause no delay in the work or
in the work of any other contractor.
8. Number of submittals required:
1. For shop drawings and product data: Submit the number of copies that the
contractor requires, plus two that will be retained by the Engineer.
C. Submittals shall contain:
1. The date of submission and the dates of any previous submissions.
2. The project title.
3. The names of:
a. Contractor
b. Supplier
c. Manufacturer
4. Identification of the product.
5. Field dimensions, clearly identified as such.
6. Relation to adjacent or critical features of the work or materials.
7. Applicable standards, such as ASTM or Federal Specification numbers.
8. Identification of deviations from Contract Documents.
9. Identification of revisions on re-submittals.
. 10. Contractor's stamp, initialed or signed, certifying to review of submittal,
verification of products, field measurements and field construction criteria,
and a\coordination of the information within the submittal with requirements
of the work and of Contract Documents.
11. Fabrication and erection drawings lists and schedules.
12. Basis of design and design calculations signed and sealed by a registered
professional engineer.
13. Seal and signature of a register engineer on all structural submittals.
D. REVIEW:
1. Shop drawing and product data information review will be general. Such
review will not relieve the contractor of any responsibility and work required
by the Contract.
4-11
Specific Project Requirements
2. Satisfactory shop drawings will be so designated and all sets, except four
(4), returned to the Contractor. Rejected shop drawings will be so
designated and all sets except two (2) will be returned to the Contractor,
with indications of the required corrections and changes.
3. Rejected shop drawings will be corrected and resubmitted to the Engineer
for Acceptance.
1.7 RESUBMISSION REQUIREMENTS:
A. Make any corrections or changes in the submittals required by the Engineer and
resubmit until accepted.
B. Shop Drawings and Product Data:
1. Revise initial drawings or data, and resubmit as specified for the initial
submittal.
2. Indicate any changes that have been made other than those requested by the
Engineer.
1.8 ENGINEER'S RESPONSIBILITIES:
A. Review submittals with reasonable promptness.
B. Affix stamp and initials or signature, and indicate requirements for re-submittal, or
acceptance of submittal.
C. Return submittals to Contractor for distribution, or for resubmission.
4-12
Specific Project Requirements
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
2.
(a)
(b)
(c)
(d)
STANDARD CONSTRUCTION AGREEMENT
AND CONTRACTOR'S RIGHT OF ENTRY
THIS AGREEMENT, dated , 20_, is made by and between
Dallas Area Rapid Transit, a regional transportation authority created and existing
pursuant to Article 1118y, as amended, Texas Revised Civil Statutes, as confirmed by a
vote of the people, hereinafter called "DART" and
hereinafter called "Contractor".
WIT N E SSE T H:
1.
For the period not to extend beyond , 20_, DART hereby
permits Contractor to enter upon the property of DART adjacent to
at Mile Post in , _ County, Texas, as may be
necessary in connection with work to be performed on DART premises by
Contractor under agreement between Contractor and the City of (the
"Contract"), and for no other purpose. Contractor understands that the Contract
and all work to be performed thereunder is subject to the terms and conditions
contained in License Agreement No. , dated the _ day of
20_, issued by DART to the , which is incorporated herein by
reference.
Contractor agrees to:
Perform that portion of the work on DART premises in accordance with plans and
specifications approved by DART and Fort Worth Western Railroad Company
(the "Railroad") in such manner and at such times as shall not endanger or
interfere with DART's or Railroad's representatives. Contractor shall submit to
DART and Railroad for approval all construction details, falsework and other
incidentals not detailed in plans, insofar as they affect DART and Railroad.
Maintain, at Contractor's expense, competent flagmen to protect and control
movement of vehicles and equipment of Contractor while upon DART premises.
Notify DART and Railroad at least five (5) working days before commencing
work on DART premises and within five (5) working days after such work is
completed and notify Dig TESS at 1-800-344-8377 to determine if a
telecommunications system or other utilities are buried about work area and
to make arrangements to relocate or otherwise protect the facility prior to
beginning work.
Keep all equipment, tools and materials stored at least fifteen (15') feet from the
centerline of any operable track. Explosives or other highly inflammable
substances or any hazardous materials regulated pursuant to federal or state
4-13
Specific Project Requirements
.1
I
3.
4.
regulation will not be stored on DART premises without the prior approval of
DART's representative. .
(e)
Remove all of Contractor's tools, equipment and materials from DART premises
promptly upon completion of work, restoring DART premises to the same state
and condition as when Contractor entered thereon.
(f)
Reimburse DART and Railroad for all costs and expense incurred by DART
and/or Railroad in connection with said work, including without limitation the
expense of furnishing such inspectors, watchmen and flagmen as DART and
Railroad deem necessary, the installation and removal of falsework beneath
tracks, and restoration of DART's property to the same condition as when
Contractor entered thereon, or to a condition satisfactory to DART's
representative.
(g)
Remove any lien against DART's property arising from performance of work
hereunder by Contractor or any subcontractor.
Contractor agrees to release, defend and indemnify DART and Railroad, from and
against all loss, damage, claims, costs, expenses, including attorney's fees, and
liability for bodily injury to or death of any persons and loss of or damage to any
property and loss of use thereof (including but not limited to employees,
subcontractors, agents, invitees and the property of each party hereto) arising out
of or in any way connected with the work under said agreement upon or adjacent
to DART property, whether or not caused or contributed to by the presence or
operation of DART or Railroad trains. engines, cars or other equipment, structures
or facilities of DART or Railroad or any other party, or by negligence or alleged
negligence on the part of DART or Railroad. or any of DART's or Railroad's
agents. employees. contractors. subcontractors or invitees. In the event any part
of the provisions of this section are determined by any statutory enactment or
judicial decision to be void or unenforceable, then this section shall not fail in its
entirety but will be enforceable to the extent permitted by law. For the purposes
of this section, the term "Railroad" shalliriclude any other railroad company using
DART property with DART's consent and any affiliate, subsidiary or lessor of
DART.
Prior to start of work or occupancy of premises under this agreement, Contractor
agrees to procure and maintain at its sole cost and expense, the following types
and amounts of insurance with an insurer or insurers and form satisfactory to
DART:
Comprehensive general and automobile liability insurance with
contractual liability endorsement and products and completed operations hazards
included, which shall provide coverage for combined single limits of not less than
$2,000,000, as further outlined below.
4-14
Specific Project Requirements
All insurance coverages required by the attached agreement shall provide
the following as a minimum standard:
(a) Comprehensive General Liability With Contractual Liability Endorsement.
- Combined single limit of at least $2,000,000.
- DART and Railroad are named as additional insureds without any qualifications
or restrictions.
- Contractual liability endorsement must have exclusions for operations within 50
feet of a railroad and for XCV hazards deleted.
- DART must have 30 days notice of cancellation or modification.
(b) Comprehensive Automobile Liability Policy.
- Combined single limit of at least $2 million.
- DART and Railroad are named as additional insureds without any qualifications
or restrictions.
- DART must have 30 days notice of cancellation or modification.
(c) Workers' Compensation Insurance
- Providing Statutory Benefits under the Workers' Compensation Act of the State
of Texas and/or any other State or Federal Law or Laws applicable to the
Contractor's employees performing the work under this agreement.
- Employer's Liability Insurance with limits of liability of not less than $100,000
each accident, $100,000 each employee for disease and $500,000 policy limit for
disease.
- Endorsed with a Waiver of Subrogation Endorsement, waiving the carrier's right
of recovery under subrogation or otherwise from the Authority.
(d) Contractor agrees to furnish DART Certificates of Insurance (or, as and when
DART may direct, copies of the actual insurance policies) as evidence of the
coverages outlined in (a), (b) and (c) above. Approval will be expedited if all
required coverages and the following endorsements are included on the
Certi ticates.
- Endorsement showing the DART and Railroad named as additional insureds in
(a) and (b) above and requiring that DART be given 30 days notice of
cancellation or modification.
4-15
Specific Project Requirements
- Contractual liability endorsement.
- Endorsement removing exclusions from contractual liability endorsement for
operations within 50 feet of a railroad and for XCV hazards.
- Waiver of subrogation endorsement.
5. All policies should contain a cross liability endorsement reading as follows:
,
"It is agreed that the inclusion of more than one. person, corporation,
organization, firm or entity as insured under this policy shall not in any way affect
the rights of any such person, corporation, organization, firm or entity with
respect to any claim, demand, suit or judgment made, brought or recovered by or
in favor of any other insured. This policy shall protect each person, corporation,
organization, firm or entity in the same manner as though a separate policy. had
been issued to each; provided that this endorsement shall not operate to increase
the company's limits ofliability as set forth elsewhere in this policy."
6. Contractor shall deposit with DART the sum of _-0-_ ($_-O-~
representing the estimated expense to be incurred by DART in connection with
said work. Contractor shall deposit with Railroad the sum of _-0-_ ($_-
0- ~ representing the estimated expense to be incurred by Railroad in connection
with said work.
If there is no amount indicated in the blank space provided above for the deposit
to be made by Contractor, in lieu of such deposit Contractor shall cause the
attached performance bond to be executed by a reliable surety acceptable to
DART and Railroad,
condition upon the faithful performance of the provisions of this agreement.
7. The permission herein given shall not be assigned by Contractor without the prior
written consent of DART except in the case of subcontractors who shall be
deemed agents of Contractor subject to the terms of this agreement.
8. No vehicular crossing over DART's track shall be installed or used by Contractor
without prior written permission of DART.
9. No work shall be done between the hours of 6:00 p.m. and 6:00 a.m., nor on
Saturdays, Sundays or legal holidays without prior written permission of DART.
10. At DART's request, Contractor shall remove from DART premises any employee
of Contractor or any subcontractor who fails to conform to the instructions of
DART's or Railroad's representatives in connection with work on DART
premises, and any right of Contractor to enter upon DART premises shall be
suspended until such request of DART or Railroad is met. Contractor shall
4-16
Specific Project Requirements
indemnify DART and Railroad against any claim arising from the removal of any
such employee from DART premises.
IN WITNESS WHEREOF, the parties hereto have caused these presents to be
executed in triplicate the day and year first above written.
DALLAS AREA RAPID TRANSIT
By
Kathryn D. Waters.
Vice President /
Commuter Rail & Railroad Ma
JRJ
anagerjEstimating
ne, Suite 107
75229
By:
Title: Marty Murphy,
Address: 1805 Royal L
Dallas, T
4-/7
Specific Project Requirements
SECTION 5
DESCRIPTION OF PAY ITEMS
THE 0 CI T Y. 0 F
COPPELL
>f
l'
e ,"
X A <5 \ ~
SECTION 5 - DESCRIPTION OF PAY ITEMS
This section includes comments concerning various Pay Items so that the CONTRACTOR can
fully understand the scope of work involved in the Pay Items.
1. Construction No Pay Items:
All work necessary for the orderly completion of the project, but not specifically included as a
pay item in the Proposal, shall be considered subsidiary to the Contract and no separate or
additional payment will be made therefore. For example, there shall be no separate payment
for the following: (a) removal and replacement of any signs, with the exception of the new
sign paid under various Bid Items, (b) removal of spoils, (c) water for construction, (d)
surveying to re-establish grade, (d) maintenance of streets during construction, (e) sprinkling
for dust control, (f) project trailer if needed, (g) any other incidentals necessary to complete
the work..
1.1. Non - Pay Item #101 Railroad Signal and Crossing General Coordination:
Measurement and payment shall be at the lump sum price bid and shall be full
compensation for furnishing, installing, and maintaining railroad signal, crossing
coordination and general railroad coordination, and all appurtenances as specified in. the
plans and in accordance with the specifications, complete in place. Signal and crossing will
be paid by the City and Contractor is to coordinate shutdowns with railroad contractor,
provide a flagman when necessary and Contractor shall be responsible for delays to his
progress. Contractor shall be responsible for railroad permits, all fees, and insurance
req uirements.
2. Construction Pay Items:
Pay items as listed in the proposal shall be measured and paid for in accordance with the
applicable measurement and payment paragraphs in the Standard Specifications for Public
Works Construction - North Central Texas Council of Governments Fourth Edition, unless
modified by these Special Provisions.
All work for this project shall be governed by the Standard Specifications for Public Works
Construction - North Central Texas Council of Governments Fourth Edition, the City of
Coppell Standard Construction Details (Ord. #2006-1129), and Appendix 'C' Design Criteria
and Standards in the City of Coppell Subdivision Ordinance (Ord. #94-643), together with
any additional Supplementary Conditions, Specific Project Requirements, General Notes or
Description of Pay Items included herein.
2.1. Pay Items #101 Mobilization:
This pay item shall consist of actual cost:
a. Bonds and insurance
b. Transportation and setup for equipment
c. Transportation and/or erection of all field offices, sheds and storage facilities
d. Salaries for preparation of submittals required before the first payment request
e. Salaries for field personnel assigned to the project related to the mobilization of the
project
5-2
Description of Pay Items
f. Mobilization may not exceed 5 percent of the total contract amount
g. Cost for mobilization may be submitted only for work completed.
Note: The total amount bid for Mobilization shall not exceed five percent (5%) of
the Base Bid (A) amount. exclusive of this pay item (adiusted contract amount).
Measurement and Payment shall be as follows: Ten percent (10%) of the amount bid shall
be paid with the first pay estimate following mobilization. On all subsequent pay estimates,
payment shall be prorated on the basis of the value of the adjusted contract amount
completed. Prorated payment shall be as follows: When 1 % of the adjusted contract
amount has been earned, 50% of lump sum bid for mobilization, less retainage, will be
paid. When 5% of the adjusted contract amount has been earned, 75% of the lump sum bid
for mobilization, less retainage, will be paid. When 10% of the adjusted contract amount
has been earned, 90% of the lump sum bid for mobilization, less retainage, will be paid.
Payment for the remaining 10% of the lump sum bid for mobilization, less retainage, will
be paid on the next monthly estimate following the 90% payment. Payment shall be total
compensation for furnishing all labor, materials, tools, and equipment necessary to
complete the work.
2.2. Pay Item #102 Traffic Control:
This pay item shall consist of the placement of the required traffic control devices in
accordance with the approved traffic control plan and TMUTCD. The contractor shall also
be required to maintain a changeable message board at each end of the construction area, in
working order, for the duration of the project. These locations will be near the following
intersections: Southwestern Blvd and Coppell Road; Bethel Road and Coppell Road. The
Contractor shall submit a traffic control plan that meets the requirements described in the
construction phasing plans (Sheets PH-l and PH-2), for the project as a whole and for the
various phases. One-way traffic shall be maintained on the roadway at all times. The
Contractor shall not proceed with the implementation of the traffic control plan until
notified by the Owner that the plan has been approved.
Measurement and Payment shall be made on the basis of price bid per lump sum (LS) and
shall be total compensation for preparing traffic control plan, placing barricades and signs .
and for furnishing all other materials, tools, street markings, changeable message boards,
flagmen, equipment, labor, and any other incidentals necessary to implement the traffic
control plan and maintain two-way traffic, except where shown, during construction of the
project. Payment for this item shall begin on the first payable monthly construction estimate
after barricades, signs and traffic handling devices have been installed in accordance with
the traffic control plan. Monthly payment based on the calendar days bid shall be made
each succeeding month for this item provided the barricades, signs and traffic handling
devices have been installed and maintained in accordance with the traffic control plan until
the contract amount has been paid. Failure to complete the scheduled work in the bid time
will not increase this pay item.
2.3. Pay Items #103 Prep ROW:
5-3
Description of Pay Items
This pay item shall consist of the preparation of the existing right-of-way for construction
as required by the plans and specifications. It will include the area between the right-of-
way limits, additional areas beyond the right-of-way such as temporary construction, slope,
and drainage easements, and any other easements shown on the plans. Work shall be in
accordance with NCTCOG Item 203 and shall include, but not be limited to: all
obstructions above ground or below such as trees, shrubs, stumps, brush, roots, vegetation,
logs, trash concrete, asphalt, fences, structures, foundations, lumber, scrap metal,
abandoned appliances, abandoned utility pipes or conduits and any other items not included
as pay items elsewhere in the contract documents, or identified in NCTCOG Section 203.3,
but necessary for the preparation of the rights-of-way and/or permanent or temporary
easements for construction. This item shall also include the protection of any trees, shrubs,
fences, structures, signs or other items that are to be preserved and/or relocated as shown on
the plans. All trees designated to be preserved shall be protected by fencing to the limits of
the canopy and no parking, driving or moving of equipment in this area will be permitted.
If pruning of protected trees is required, they shall be trimmed as directed by the Engineer
and any cuts of two inches or more in diameter shall be treated as directed by the Engineer.
All material and debris removed as described above shall become the property of the
Contractor and shall be disposed of at contractor's expense in a manner satisfactory to the
Engineer and other items identified in NCTCOG Section 203.3. All items relocated or
replaced shall be in a condition equal to or better than the original condition. The
Contractor shall videotape and/or photograph the existing right-of-way prior to
construction.
Payment shall be made on the basis of the price bid per station (ST A). This item shall be
measured along the centerline by the' 100' foot station basis regardless of the width of the
right-of-way or easement. Payment shall not exceed 10% of total amount requested.
Payment shall be total compensation for providing all materials, tools, equipment, labor,
and any other incidentals necessary to complete the work. If this pay item exceeds 10% of
the total project cost, exclusive of this pay item, then any amount over the 10% will not be
paid until the final payment.
2.4. Pay Items #104 Prepare and Implement SWPPP:
This pay item is subject to the Texas Commission on Environmental Quality (TCEQ)
requirements for construction projects. Under the Texas Pollution Discharge Elimination
System general construction permit (TXR 150000) an operator of a construction site that
will disturb one (1) or more acres is required to obtain a permit for the discharge of storm
water runoff. The contractor shall be required to develop and implement a site specific
Storm Water Pollution Prevention Plan (SWP3) and submit a Notice ofIntent to the TCEQ
as part of the permit. Any rock filter dams, silt fencing, inlet protections, or other type of
erosion control are subsidiary to pay item # 104. The SWP3 must describe and ensure the
implementation of best management practices that will be used to reduce, to the maximum
extent possible, the pollutants and storm water discharges associated with the construction
activity and ensure compliance with the terms and conditions of the permit. A Texas
Registered Professional Engineer must sign and seal the erosion control plan submitted as
part of the SWP3. The erosion control plan on Sheet ER-I of the plans should not be
considered as a final SWP3. If used by the contractor, then it also must be signed and
5-4
Description of Pay Items
sealed by a Texas Registered Profession Engineer representing the contractor. The SWP3
shall be subject to approval by the Owner and must be retained on site during the term of
the construction. The Contractor shall submit a Notice of Termination upon completion of
the project. Contractor shall submit plan on behalf of contractor and owner as joint
operators on task.
Measurement and Payment shall be made on the basis of the price bid per lump sum (LS)
for preparation and implementation of the SWP3. This includes any necessary revisions to
the erosion control plan throughout the term of construction and the installation,
sequencing, and maintenance of structural control measures throughout the term of
construction. Payment shall be total compensation for furnishing all labor, materials, tools,
and equipment necessary to complete the work and payment shall be prorated throughout
the term of construction based on the calendar days.
2.5. Pay Items #105 Project Signs:
This pay item shall consist of the installation of a project sign on each end of the project.
The sign shall be constructed in accordance with the details found in Section 6 of the
Specifications. The City will furnish the City logo for the sign.
Measurement and Payment shall be made on the basis of price bid per each (EA) and shall
be total compensation for furnishing all materials, tools, equipment, labor, and any other
incidentals necessary to complete the work and maintaining sign throughout project.
2.6. Pay Items #106 Unclassified Excavation (Roadway and Channel):
This pay item shall consist of the roadway and channel excavation of existing material in
the areas shown on the plans and to the lines, grades and typical sections as specified.
Excavation shall include all materials encountered regardless of their nature or of the
manner in which they are removed. Work shall be in accordance with NCTCOG Items
203.4 and 203.5.
This is a "plans Quantity" measurement Item and the quantity to be paid for will only be that
quantity shown in the proposal. Payment shall be made on the basis of the price bid per cubic
yard (CY) in accordance with NCTCOG Item 203.4, and shall be total compensation for
furnishing and/or operating all labor, materials, tools, equipment and other incidentals
necessary to complete the work.
Any damage to existing improvements and/or property, including manholes, underground
utilities, utility service lines, valves, valve boxes, etc. as a result of the CONTRACTOR's
performance of this work shall be repaired in a timely manner by the CONTRACTOR, at
his sole expense.
2.7. Pay Items #107 Unclassified Compacted Earth Fill:
This pay item shall consist of the furnishing, placement, and compaction of all suitable fill
material to the established grade and to the shape of the cross-section as shown in the plans.
5-5
Description of Pay Items
Fill material shall be Owner approved borrow and site-excavated material (not all site
excavated material may be suitable for embankment). Work shall be in accordance with
NCTCOG Items 203.6.
This is a "plans Quantity" measurement Item and the quantity to be paid for will only be that
quantity shown in the proposal. Payment shall be made on the basis of the price bid per
cubic yard (CY) in accordance with NCTCOG Item 203.6, and shall be total compensation
for furnishing and/or operating all labor, materials, tools, equipment and other incidentals
necessary to complete the work.
2.8. Pay Items #108 Remove and Dispose of ExistingAsphalt Pavement:
This pay item shall consist of the saw cut, removal, and disposal of the existing asphalt
pavement to the limits as shown in the plans. Work shall be in accordance with NCTCOG
Itern 203. The roadway improvements shall be constructed in phases and the removal of
the asphalt pavement shall be sequenced as necessary to maintain traffic during
construction. Where only a portion of the asphalt is to. be removed, the asphalt shall be saw
cut full depth to avoid damage to that portion of the asphalt to remain in place. Contractor
shall, at his expense, replace any pavement that he damages or removes that is required for
the maintenance of traffic. The Contractor and the Owner's representative shall measure
the asphalt pavement prior to removal. The Contractor shall not stockpile removed
material on the job site, unless specifically authorized in writing by the Owner, and is
responsible for locating a suitable disposal site. This item does not include the removal of
any asphalt constructed for detours. It only includes removal of existing asphalt prior to
construction beginning.
Measurement and Payment shall be made on the basis of the price bid per square yard (SY)
and shall be total compensation for furnishing all materials, tools, equipment, labor, and
any other incidentals necessary to complete the work.
2.9. Pay Items #109 Concrete Removal:
This pay item shall consist of the saw cut, removal, and disposal of concrete sidewalks,
driveways, brick pavers, pavement, and riprap as designated and to the limits as shown in
the plans. Work shall be in accordance with NCTCOG Item 203. Where only a portion of
the existing concrete is to be removed, the concrete shall be saw cut full depth and removed
to the saw lines as shown in the plans. Removal of the concrete shall be accomplished
leaving a clean vertical side. Damaged vertical sides shall be resawed, removed, and
replaced at the Contractor's expense. The limit of pay shall only be to the original saw line.
The Contractor and the Owner's representative shall measure the concrete items prior to
removal. The Contractor shall not stockpile removed material on the job site, unless
specifically authorized in writing by the owner, and is responsible for locating a suitable
disposal site.
Measurement and Payment shall be made on the basis of the price bid per square yard (SY)
and shall be total compensation for furnishing all materials, tools, equipment, labor, and
any other incidentals necessary to complete the work.
5-6
Description of Pay Items
2.10. Pay Items #110 Remove Existing Concrete Curb:
This pay item shall consist of the removal and disposal of existing concrete curb or
concrete curb and gutter in the locations as shown in the plans. Work shall be in accordance
with NCTCOG Item 203. The Contractor and the Owner's representative shall measure the
existing concrete curb prior to removal. The Contractor shall not stockpile removed
material on the job site, unless specifically authorized in writing by the Owner, and is
responsible for locating a suitable disposal site.
Measurement and Payment shall be made on the basis of price bid per linear foot (LF) and
shall be total compensation for furnishing all materials, tools, equipment, labor, and any
other incidentals necessary to complete the work.
2.11. Pay Items #111 Remove and Reset Existing Mailboxes:
This pay item shall consist of the removal and resetting of existing mailboxes in the
locations as shown in the plans. Work shall be in accordance with NCTCOG Item 203.
The Contractor and the Owner's representative shall measure the existing mailboxes prior
to removal. The Contractor shall not stockpile removed material on the job site, unless
specifically authorized in writing by the Owner, and is responsible for locating a suitable
disposal site.
Measurement and Payment shall be made on the basis of price bid per each (EA) and shall
be total compensation for furnishing all materials, tools, equipment, labor, and any other
incidentals necessary to complete the work.
2.12. Pay Items #112 Remove and Reconstruct Existing Mailbox:
This pay item shall consist of the removal and reconstruction of existing mailbox in the
location as shown in the plans. Work shall be in accordance with NCTCOG Item 203. The
Contractor and the Owner's representative shall measure the existing mailbox prior to
removal. The Contractor shall not stockpile removed material on the job site, unless
specifically authorized in writing by the Owner, and is responsible for locating a suitable
disposal site.
Measurement and Payment shall be made on the basis of price bid per each (EA) and shall
be total compensation for furnishing all materials, tools, equipment, labor, and any other
incidentals necessary to complete the work.
2.13. Pay Items #113 Remove Existing Culvert Pipe (Pipe <=24"):
This pay item shall consist of the removal and disposal of existing storm drain pipe in the
locations as shown in the plans. Work shall be in accordance with NCTCOG Item 203.
The Contractor and the Owner's representative shall measure the existing storm drain pipe
prior to removal. The Contractor shall not stockpile removed material on the job site,
unless specifically authorized in writing by the Owner, and is responsible for locating a
suitable disposal site.
5-7
Description of Pay Items
Measurement and Payment shall be made on the basis of price bid per linear foot (LF) and
shall be total compensation for furnishing all materials, tools, equipment, labor, and any
other incidentals necessary to complete the work.
2.14. Pay Items #114 Adjust Existing Valve Box to Grade:
This pay item shall consist of adjusting existing water and meter valve boxes, which are to
remain in service, to grade. Any adjustment to residential or commercial meter valve boxes
shall also include adjusting the meter to within 8" of the top of the box per City of Coppell
Standard Construction Details (4050).
Measurement and Payment shall be made on the basis of price bid per each (EA) water and
meter valve adjusted to grade and shall be total compensation for furnishing all materials,
tools, equipment, labor, and any other incidentals necessary to complete the work.
2.15. Pay Items #115 Remove Existing and Install New Water Service, Water Meter and
Meter Box
This work includes the removal of existing and installation of new water services of various
sizes, water meters and meter boxes in multiple locations along the project where dictated by
the layout of the proposed improvements, as shown on the construction plans or as
determined by the Engineer. These relocations shall be in accordance with the appropriate
details and specifications. No separate pay will be allowed for repairing damage to water
meters or meter boxes due to construction on this project, unless approved otherwise by the
Engineer. The cost to repair such damage shall be the sole responsibility of the
CONTRACTOR.
All service lines shall be continuous copper (match the existing size or minimum size of 1 ")
from the water main to the meter (no splices).
Measurement and Payment for work performed and materials furnished related to the
relocation of existing water services, water meters and meter boxes, as provided herein,
shall be made on the basis of the price bid per each (EA) and shall be total compensation
for furnishing and/or operating all labor, materials, tools, equipment and other incidentals
necessary to complete the work.
2.16. Pay Items #116 Connect Existing Water Service to Existing 16" RCCP Water Line
This work includes disconnecting the existing meter from the 8" water line to be abandoned
and connecting it to the existing 16" RCCP Water Line. at the location shown on the
construction plans or as determined by the Engineer, in accordance with the appropriate
details and specifications. The meter at this location shall be relocated as shown in the plans
and this work shall include all materials and incidentals to complete the connection. The
existing service line shall be removed back to the corporation stop at the main and plugged.
Measurement and Payment for work performed and materials furnished related to the
connect existing water service, as provided herein, shall be made on the basis of the price
bid per each (EA) and shall be total compensation for furnishing and/or operating all labor,
5-8
Description of Pay Items
materials, tools, equipment and other incidentals necessary to complete the work, including
the disposal of materials, as appropriate.
2.17. Pay Items #117 Abandon Existing Water Line
This work includes the abandonment of a portion of the existing 8" water line and other
various sizes, between Bethel Road and Southwestern Boulevard, as shown on the
construction plans or as determined by the Engineer, in accordance with the appropriate
details and specifications. The existing 8" water line shall be abandoned as follows:
(a) After each section of the existing water line is taken out of service, the abandoned section
shall be completely drained, including pumping water from the system, as necessary.
(b) Any and all openings into the existing pipe will be closed by use of approved M.J. cast
irons caps or plugs and blocking according to the plans, specifications and/or details
governing such work.
(c) Existing valves may be used to close the existing system, but no open pipe shall extend
outside the valve.
(d) Valves stacks shall be removed and backfilled with soil.
Measurement and Payment for work performed and materials furnished related to
abandoning the existing water line, as provided herein, shall be made on the basis of the
price bid per lump sum (LS) and shall be total compensation for furnishing and/or operating
all labor, materials, tools, equipment and other incidentals necessary to complete the work.
2.18. Pay Items #118 Remove Existing and Install New Fire Hydrant and Valve Assembly:
This pay item shall consist of removal of existing fire hydrants and placement of new fire
hydrants outside of the proposed pavement. Any installation of fire hydrants shall be made
per City of Coppell Standard Construction Details (4120). This item shall include all
necessary pipe, fittings, blocking, and other appurtenances necessary to relocate the fire
hydrants.
Measurement and Payment shall be made on the basis of price bid per each (EA) fire
hydrant relocated and shall be total compensation for furnishing all materials, tools,
equipment, labor, and any other incidentals necessary to complete the work.
2.19. Pay Items #119 Adjust Existing Sanitary Sewer Manhole:
This pay item shall consist of adjusting existing sanitary sewer manholes, which are to
remain in service, to grade. This item shall be full compensation for adjustment regardless
of type of manholes, actual limit of adjustment, or method used to make adjustment.
Measurement and Payment shall be made on the basis of price bid per each (EA) manhole
rim adjusted to grade and shall be total compensation for furnishing all materials, tools,
equipment, labor, and any other incidentals necessary to complete the work.
2.20. Pay Items #120 8" Lime Subgrade Treatment:
5-9
Description of Pay Items
This pay item shall consist of treating the top 8" and the full width of subgrade by
pulverization, addition of 42 LBS/SY of lime, mixing and compacting, and remixing and
recompacting the top 6" of the mixed material to the required density. Full width shall be
that distance from I' behind the back of curb on each side of roadway where roadways are
proposed. Subgrade shall be constructed to the lines and grades as required by the plans and
specifications. Work shall be in compliance with NCTCOG Item 301.2.
Measurement and Payment shall be made on the pasis of price bid per square (SY) and
shall be total compensation for furnishing all materials, tools, equipment, labor, and any
other incidentals necessary to complete the work.
. I
2.21. Pay Items #121 Lime:
This pay item shall consist of the hydrated lime required for the lime treatment of the top 8"
and the full width of subgrade. Full width shall be that distance from l' behind the back of
curb on each side of roadway where roadways are proposed. The lime shall be placed in a
slurry form at the minimum rate of 42 pounds per square yard. Work shall be in
compliance with NCTCOG Items 301.2.
Measurement and Payment shall be made on the basis of price bid per ton (TON) and shall
be total compensation for furnishing all materials, tools, equipment, labor, and any other
incidentals necessary to complete the work.
2.22. Pay Items #122 8" Reinforced Concrete Pavement with 6" Integral Curb
This work includes the construction of the specified thickness of reinforced concrete
pavement (including integral curb, where indicated) at the locations shown on the
construction plans or as determined by the Engineer, in accordance with the appropriate
details and specifications. All concrete used for this project shall be Class "C" concrete with
a minimum cement content of 6 sacks per cubic yard and minimal compressive strength of
3,600 psi at 28 days. No fly ash will be permitted. The 6" monolithic curb, where indicated
is subsidiary to this pay item, therefore, no separate payment will be made for the curb. All
concrete, except for City approved "leave outs", shall be placed with a self-propelled paving
machine.
At ,locations indicated on the plans, lay down curbs shall be constructed and shall be
considered subsidiary to this pay item. The lay down curb shall consist of a 10' taper from a
6" curb to no curb with a I" lip.
CONTRACTOR shall pay close attention to NCTCOG Item 303.5.4.3 "Contraction Joints"
regarding sawing of joints. In general, joints shall be sawed into the completed pavement
surface as soon after initial concrete sets as possible so the some raveling of the green
concrete is observed in order for the sawing process to prevent uncontrolled shrinkage
cracking. Failure to perform the work in compliance with these requirements and those in
Item 303.5.4.3 will subject the slab to rejection. All joints shall be spaced a maximum of 15-
18 feet apart.
All joints shall be sealed with silicone joint sealing prior to opening the road to traffic.
5-10
Description of Pay Items
Measurement and Payment for work performed and materials furnished related to the
construction of reinforced concrete pavement of the specified thickness, as provided herein,
shall be made on the basis of the price bid per square yard (SY) in accordance with NCTCOG
Item 303.9, and shall be total compensation for furnishing and/or operating all labor,
materials, tools, equipment and other incidentals necessary to complete the work.
2.23. Pay Items #123 Reinforced Concrete Stamped Roadway - Crosswalks (8"):
This pay item shall consist of the furnishing and placing of stamped reinforced concrete
pavement to the specified depth at the crosswalks shown on the plans. All concrete for
construction shall be Class "C" concrete having a minimum of 6 sacks of cement per cubic
yard and a minimum compressive strength of 3,600 psi at 28 days. No fly ash shall be
permitted. The cost for furnishing and placing reinforcement is subsidiary to the price bid.
Work shall be in compliance with City ofCoppell stamped concrete ordinance 2002-979 and
manufacturer's specifications.
Color shall be Red Clay - Bomanite Integral Color with Bomanite Natural Gray Release (or
an approved equal). Any gray stamped concrete shall be Gunmetal Gray - Bomanite
Integral Color with Cobblestone Gray Release (or an approved equal). All patterns shall be
Running Bond Used Brick. Approved equal shall only be considered after review of
specifications and a test section that demonstrates the ability to match color and pattern.
Measurement and Payment shall be made on the basis of price bid per square yard (SY) for
the specified depth and shall be total compensation for furnishing all materials, tools,
equipment, labor, and any other incidentals necessary to complete the work.
2.24. Pay Items #124 6" Reinforced Concrete Driveways:
This pay item shall consist of the construction of concrete driveways as shown on the plans.
All concrete for construction shall be Class "C " concrete having a minimum of 6 sacks of
cement per cubic yard and a minimum compressive strength of 3,600 psi at 28 days. No fly
ash shall be permitted. The cost for furnishing and placing reinforcement is subsidiary to
the price bid. Work shall be in compliance with NCTCOG Item 303.
Measurement and Payment shall be made on the basis of price bid per square yard (S Y) and
shall be total compensation for furnishing all materials, tools, equipment, labor, and any
other incidentals necessary to complete the work.
2.25. Pay Items #125 2" HMAC Pavements:
This pay item shall consist of the construction of HMAC driveways and driveway
transitions as shown in the plans. The driveway shall be 2" thick HMAC surface course,
Type liD", on a 4" thick flexible base. The flexible base shall be Type "A", Grade 2 in
accordance with TxDOT Specifications Item 247. This item includes compaction of the
subgrade under the driveway. Work shall be in compliance with the NCTCOG Items 301.1
and 302.9.
5-1/
Description of Pay Items
Measurement and Payment shall be made on the basis of price bid per square yard (SY) and
shall be total compensation for furnishing all materials, tools, equipment, labor, and any
other incidentals necessary to complete the work.
2.26. Pay Items #126 Asphalt Pavement for Pave Transition (6" HMAC):
This pay item shall consist of the construction of HMAC transitions in the locations shown
in the plans. The transition will connect the new concrete roadway to the existing asphalt
roadway and shall be 2" thick HMAC surface course, Type liD", on a 4" Type "B" HMAC
binder course in accordance with City of Coppell Standard Construction Details (2110).
This item includes compaction of the subgrade under the transition and the concrete street
header constructed on the new concrete roadway. The concrete street header shall be
constructed in accordance with the City of Coppell Standard Construct Details (2070).
Work shall be in compliance with the NCTCOG Items 301.1,302.9 and 303.
Measurement and Payment shall be made on the basis of price bid per square yard (SY) and
shall be total compensation for furnishing all materials, tools, equipment, labor, and any
other incidentals necessary to complete the work.
2.27. Pay Items #127 Reinforced Concrete Pavement Street Headers:
This pay item shall consist of the installation of concrete street headers at the locations
shown in the plans. Work shall be in compliance with City of Coppell Standard
Construction Details (2070) and all applicable NCTCOG Specifications.
Measurement and Payment shall be made on the basis of price bid per linear foot (LF) and
shall be total compensation for furnishing all materials, tools, equipment, labor, and any
other incidentals necessary to complete the work.
2.28. Pay Items #1284" Reinforced Concrete Sidewalk (Incl Ramps):
This pay item shall consist of the construction of a concrete sidewalk in the locations as
shown in the plans. All concrete for construction shall be Class "A" having a minimum of 5
sacks of cement per cubic yard and a minimum compressive s"trength of 3,000 psi at 28
days. The cost for furnishing and placing reinforcement is subsidiary to the price bid. All
sidewalk construction shall be in compliance with the Texas Accessibility Act Article 9102
of the Texas Civil Statute as administered by the Texas Department of Licensing and
Regulations. Any sidewalk found to be in non-compliance shall be removed and brought to
compliance at the Contractor's expense. Sidewalk work shall be in compliance with the
City of Coppell Standard Construction Details (2170) and barrier free ramps shall be in
compliance with the City ofCoppell Standard Construction Details (2185-1 - 2185-6) and
all applicable NCTCOG Specifications.
Measurement and Payment shall be made on the basis of price bid per square yard (SY) and
shall be total compensation for furnishing all materials, tools, equipment, labor, and any
other incidentals necessary to complete the work.
2.29. Pay Items #129 Repair and Replace Gravel Driveway:
5-12
Description of Pay Items
This pay item shall consist of the construction of gravel driveways in the locations shown
in, the plans. The transition will connect the new asphalt pavement to the existing gravel
driveway. This item includes compaction of the subgrade under the transition. Work shall
be in compliance with the NCTCOG Division 300 - Roadway Construction.
Measurement and Payment shall be made on the basis of price bid per square yard (SY) and
shall be total compensation for furnishing all materials, tools, equipment, labor, and any
other incidentals necessary to complete the work.
2.30. Pay Items #130-131 Raised Pavement Markers:
This work includes the placement and installation of all traffic buttons (raised pavement
markers) for traffic delineation, as shown in the construction plans, or as determined by the
Engineer, in accordance with the appropriate details and specifications, including Item 672 in
TxDOT's 2004 Standard Specifications for Construction and Maintenance of High\\,'ays,
Streets and Bridges. Surface preparation, as required by these specifications, will not be paid
for directly but shall be considered subsidiary to this pay item. This work also includes the
removal (and replacement, if necessary) of any existing buttons that are not in alignment or
sequence. Manufacturer's recommendations for use of the epoxy and/or bituminous adhesive
shall be carefully followed.
Measurement and Payment for traffic button work performed and materials furnished
completed and in place as provided herein shall be made on the basis of the price bid per each ,
(EA) for the various types and sizes and shall be total compensation for furnishing and/or
operating all labor, materials, tools, equipment and other'incidentals necessary to complete
the work.
2.31. Pay Items #132 Pavement Markings:
This pay item shall consist of the placement and installation of various words, symbols or
shapes, stop bars, lane striping or any other unit in the color, width and thickness as shown
on the plans. Type I markings are thermoplastic type materials that require heating to elevated
temperatures for application. Type II markings are paint-type materials that are applied at
ambient or slightly elevated temperatures. New Portland-cement-concrete surfaces shall be
cleaned to remove curing membrane, dirt, grease, loose and/or flaking existing construction
markings and other forn1s of contamination. Pavement to which material is to be applied
shall be completely dry. New Portland-cement- concrete surfaces shall be further prepared for
Type I markings, after cleaning, by placing a Type II marking as a sealer. Work shall be in
compliance with the TxDOT Specifications Item 666.
'\
Measurement and payment for striping shall be made on the basis of price bid per lump
sum (LS) and shall be total compensation for furnishing all materials, tools, equipment,
labor, and any other incidentals necessary to complete the work.
2.32. Pay Items #133 Roadside Sign Assembly (Relocation):
This pay item shall consist of the furnishing, fabrication, galvanizing and erection of
supports; for constructing concrete foundations; for salvaging and reinstalling complete
signs including sign connections and all hardware; for attaching the signs to the supports;
5-13
Description of Pay /terns
and for washing and cleaning the signs. Care shall be taken in removal and storage of
existing signs such that no damage occurs and the signs are in an equal condition to when
they were removed. The sign assembly shall be in compliance with the TxDOT
Specifications Item 644.
Measurement and Payment shall be made on the basis of price bid per each (EA) and shall
be total compensation for furnishing all materials, tools, equipment, labor, and any other
incidentals necessary to complete the work.
2.33. Pay Items #134 Roadside Sign Assembly (Installation):
This pay item shall consist of the furnishing, fabrication, galvanizing and erection of
supports; for constructing concrete foundations; for furnishing complete signs including
sign connections and all hardware; for attaching the signs to the supports; and for washing
and cleaning the signs. Signs shall be Aluminum Type "A" signs and shall be in
compliance with the TxDOT Specifications Item 636. The sign assembly shall be in
compliance with the TxDOT Specifications Item 644.
Measurement and Payment shall be made on the basis of price bid per each (EA) and shall
be total compensation for furnishing all materials, tools, equipment, labor, and any other
incidentals necessary to complete the work.
2.34. Pay Items #135 Block Sodding:
This pay item shall consist of the furnishing and planting grass on all disturbed areas within
the project limits, not covered by pavement. Work shall be in compliance with NCTCOG
Item 202.5. '
This is a "plans Quantity" measurement Item and the quantity to be paid for will only be that
quantity shown in the proposal. Payment shall be made on the basis of the price bid per
square yard (SY) in accordance with NCTCOG Item 202.5, and shall be total compensation
for furnishing and/or operating all labor, materials, tools, equipment and other incidentals
necessary to complete the work.
2.35. Pay Item #136 Repair, Replace and/or Modify Existing Irrigation Systems:
This work includes repairing,' replacing and/or modifYing any existing irrigation system or
system component within the limits of the work area that is damaged or whose
function/operation is adversely impacted by the construction of the proposed improvements,
in a manner satisfactory to the adjacent property owners or HOAs to whom they belong and
the Engineer. This work includes repairing or replacing any damaged pipes, sprinkler heads
or other system components (i.e., valves, controllers, valve boxes, etc.).
All existing irrigation systems will be assumed to be in good condition and fully operational
unless the CONTRACTOR has inspected, noted and documented some specific damage to a
system that exists, prior to construction beginning. It would, therefore, be advisable for the
CONTRA TOR to contact adjacent property owners and/or system owners/operators prior to
construction to determine the limits of all existing irrigation systems, the location of sprinkler
heads and other system components, and to identifY and document any existing damage.
5-14
Description of Pay Items
All repairs should be completed as soon as possible after the damage is discovered. Any
damage ,to existing grass, trees or landscaping resulting from a lack of water during
construction because of damage to irrigation systems or irrigation systems that become
inoperable will be the sole responsibility of the CONTRACTOR to replace. The exact
number and location of sprinkler heads, valves, controllers, etc. on this project is unknown.
The CONTRACTOR is, therefore, advised to visit the project site for himself and make his
own determination of where existing irrigation systems may be located and to what extent
those systems and system components may be damaged or impacted during construction.
Measurement and Payment for work performed and materials furnished related to the repair,
replacement and/or modification of existing irrigation systems, as provided herein, shall be
made on the basis of the price bid per lump sum (LS) and shall be total compensation for
furnishing and/or operating all labor, materials, tools, equipment and other incidentals
necessary to complete the work, including replacing any sod, trees or landscaping damaged
during the course of construction due to the lack of adequate watering or the inability to
properly operate an existing irrigation system resulting from the construction.
2.36. Pay Items #1374" PVC Conduit
This work shall include the furnishing and installation of 4" PVC conduit in accordance with
City of Coppell standards and specification "Underground Traffic Signal Requirements:
Conduit, Ground Boxes, Concrete Cabinet Foundations, and Installation Procedures," and
NCTCOG standards.
Measurement and Payment shall be made on the basis of the price per linear foot (LF) and
shall be total compensation for furnishing all labor, materials, and equipment necessary to
\
complete the work.
2.37. Pay Items #138 10" Steel Casing
Work shall be in compliance with City of Coppell Standard Construction Details (3090) and
all applicable NCTCOG Specifications
Measurement and Payment shall be made on thebasis of the price per linear foot (LF) and
shall be total compensation for furnishing all labor, materials, and equipment necessary to
complete the work.
2.38. Pay Items #139-143 Class III RCP:
This pay item shall consist of the installation of ASTM C-76 Class III precast reinforced
concrete pipe storm drain pipe at the locations and to the grades shown on the plans (sizes
21 ",24", 30", 36" and 42"). Omniflex joint material shall be used for all joints. All fittings
and bends shall be prefabricated. Work shall be constructed in accordance with the City of
Coppell Standard Construct Details (6090).
Measurement and Payment shall be made on the basis of price bid per linear foot (LF) and
shall be total compensation for furnishing all materials, tools, equipment, labor, and any
other incidentals necessary to complete the work, including all excavation, embedment and
backfill.
5-15
Description of Pay Items
2.39. Pay Items #144 6'x4' Concrete Box:
This pay item shall consist of the installation of a reinforced concrete box. Work shall be in
compliance with the TxDOT Specifications Item 462-2011 and details SCC-6.
Measurement and Payment shall be made on the basis of price bid per linear foot (LF) and
shall be total compensation for furnishing all materials, tools, equipment, labor, and any
other incidentals necessary to complete the work, including all excavation, embedment and
backfill.
2.40. Pay Items #145 8' Concrete V-Lined Channel:
This pay item shall consist of the installation of a of an 8' Concrete V -Lined Channel.
Work shall be constructed in accordance with the City of Coppell Standard Construct
Details (6060).
Measurement and Payment shall be made on the basis of price bid per square yard (S Y) and
shall be total compensation for furnishing all materials, tools, equipment, labor, and any
other incidentals necessary to complete the work, including all excavation, embedment and
backfill.
2.41. Pay Items #146 Trench Safety Protection for Storm Drain Lines:
This pay item shall consist of the trench safety system required for construction activities.
The Contractor shall furnish a site-specific trench safety plan prior to construction. The
system shall meet the requirements of the Occupational Safety and Health Administration
(OSHA). The Contractor is directed to become knowledgeable with the standards as set
forth by OSHA and to provide a viable trench safety system at all times during construction
activities, and the Contractor is responsible for conforming to such regulations as
prescribed by OSHA standards. This pay item includes all additional excavation, backfill,
pavement reconstruction and repair made necessary by the protection system. No separate
payment shall be made for excavation protection made necessary due to the selection of an
optional design or sequence of work that creates the need for the protection system. The
trench safety plan shall be signed and sealed by a Texas Registered Professional Engineer.
Measurement and Payment shall be made on the basis of price bid per linear foot (LF) and
shall be total compensation for furnishing all materials, tools, equipment, labor, and any
other incidentals necessary to complete the work.
2.42. Pay Items #147-149 Curb Inlets:
This pay item shall consist of the construction of standard curb inlets at the locations and
grades shown in the plans (sizes 10' std., 15' std., and 20' std). The cost for furnishing and
placing reinforcement is subsidiary to the price bid per each. Work shall be in compliance
with the City of Coppell Standard Construction Details (6020 and 6030).
Measurement and Payment shall be made on the basis of price bid per each (EA) and shall
be total compensation for furnishing all materials, tools, equipment, labor, and any other
incidentals necessary to complete the work.
5-16
Description of Pay Items
2.43. Pay Items #150 4'x4' Drop Inlet:
This pay item shall consist of the construction of' Y' inlets at the location and to the grades
as shown in the plans (size 4'x4'). Work shall be in compliance with the City of Coppell
Standard Construction Details (6040).
Measurement and Payment shall be made on the basis of price bid per each (EA) and shall
be total compensation for furnishing all materials, tools, equipment, labor, and any other
incidentals necessary to complete the work.
2.44. Pay Items #151 Storm Drain Manhole:
This pay item shall consist of the construction of square storm drain manholes at the
locations, sizes and to the grades shown in the plans. The cost for furnishing and placing
reinforcement is subsidiary to the price bid per each. Work shall be in compliance with the
City of Coppell Standard Construction Details (60 I 0).
Measurement and Payment shall be made on the basis of price bid per each (EA) and shall
be total compensation for furnishing all materials, tools, equipment, labor, and any other
incidentals necessary to complete the work.
2.45. Pay Items #152 Hanson 5'x5' Standard Junction Box
This pay item shall consist of the procurement and installation of a Hanson precast 5'x5'
junction box with 3' dia. riser at the locations and to the grades shown in the plans. Hanson
shall be provided the information necessary to structurally design the "4 way" junction box.
Measurement and Payment shall be made on the basis of price bid per each (EA) and shall
be total compensation for furnishing all materials, tools, equipment, labor, and any other
incidentals necessary to complete the work.
2.46. Pay Items #153 8'x6' Junction Box
This pay item shall consist of the procurement and installation of a cast-in-place 8'x6'
junction box with 3' dia. riser at the locations and to the grades shown in the plans.
Measurement and Payment shall be made on the basis of price bid per each (EA) and shall
, be total compensation for furnishing all materials, tools, equipment, labor, and any other
incidentals necessary to complete the work.
2.47. Pay Items #154 CH-FW-O Headwall:
This pay item shall consist of the installation of a concrete flared wingwall (Size 36").
Work shall be in compliance with the TxDOT Specifications Item 466-2069 and details
CH-FW-O.
1
I
Measurement and Payment shall be made on the basis of price bid per each (EA). Payment
shall be full compensation for installation of all materials, for furnishing and backfilling
postholes, and for furnishing all materials, tools, equipment, labor, and any other incidentals
necessary to complete the work.
5-17
Descriptio" of Pay Items
2.48. Pay Items #155 CH-PW-O Headwall:
This pay item shall consist of the installation of a concrete flared wingwall (Sizes 21" &
42"). Work shall be in compliance with the TxDOT Specifications Item 466-2070 and
details CH-FW-O.
Measurement and Payment shall be made on the basis of price bid per each (EA). Payment
shall be full compensation for installation of all materials, for furnishing and backfilling
postholes, and for furnishing all materials, tools, equipment, labor, and any other incidentals
necessary to complete the work.
2.49. Pay Items #156 FW-O Headwall:
This pay item shall consist of the installation of a concrete flared wingwall (HW=6). Work
shall be in compliance with the TxDOT Specifications Item 466-2022 and details FW -0.
Measurement and Payment shall be made on the basis of price bid per each (EA). Payment
shall be full compensation for installation of all materials, for furnishing and backfilling
postholes, and for furnishing all materials, tools, equipment, labor, and any other incidentals
necessary to complete the work.
2.50. Pay Items #157 Riprap and Bedding Material:
This pay item shall- consist of the installation of a 24" thick layer of rock riprap in the
locations and to the grades as shown in the plans. Stone protection that is placed including
riprap and bedding shall be computed in place to the lines, slopes, dimensions and grades
indicated on the drawings or modified by the Owner, and on the basis of the prescribed
thickness measured perpendicular to the slope or surface on which it is placed. Excavation
of toe wall trenches, and excavation below natural ground or bottom of excavated channel
are subsidiary to this pay item. Work shall be in compliance with the Technical
Specification Item 02271.
Measurement and Payment for riprap material shall be made at the unit price bid per square
yard (sy) for "Riprap" which payment shall be full compensation for labor, equipment and
materials, and for furnishing, hauling, handling, placing and testing the riprap as specified and
as indicated on the drawings. There shall be no separate payment for bedding material,
excavation, or toe walls.
2.51. Pay Items #158 12" C900 DR 14 PVC Water Line:
This pay item shall consist of the installation of A WW A C900 (DR14) PYC water pipe at
the locations and to the grades shown on the plans (size 12"). Work shall be in accordance
with NCTCOG Items 501, 504, 505, 506 and City ofCoppell Standard Construction
Details. Payment shall include furnishing, hauling and laying of pipe shown on the plans,
ductile iron fittings shown on the plans, thrust blocking, concrete anchors, flowable fill,
concrete backfill, and pumping where necessary; trench excavation, and backfilling,
including embedment material as specified, replacement of top soil, protecting or replacing
existing structures or utilities, disinfection, pipeline signs, testing, disposal of surplus
5-18
Description of Pay Items
materials, cleaning up and maintenance, fence ~emoval and replacement, as result of the
pipeline construction to equal or better condition. Payment for the pipe lines shall include
all costs required to have utility companies repair any damage inflicted to their lines by the
Contractor and any cleanup, property damages, fines, etc. resulting from damage inflicted
to any utility line by the Contractor. Cutting and plugging of existing pipe lines shall be
performed as noted on plans and incidental to pipe line installatio'n. Testing and
disinfection in accordance with specifications is considered subsidiary to the price bid.
Measurement and Payment shall be made on the basis of price bid per linear foot (LF)
measured horizontally from center of fitting to center of fitting or end of pipe without any
deduction for the length of intermediate fittings, specials or valves. and shall be total
compensation for furnishing all materials, tools, equipment, labor, and any other incidentals
necessary to complete the work, including all excavation, embedment and backfill.
2.52. Pay Items #159 16"x12" Tee:
This pay item shall consist of the installation of tapping sleeve and valve at the locations
and to the grades shown on the plans (size 16"xI2"). Work shall be in accordance with
NCTCOG Items 50 I, 504, 505, 506 and City of Coppell Standard Construction Details.
Measurement and Payment shall be made on the basis of price bid per each (EA) and shall
be full compensation for furnishing and installing the tapping sleeve and valve on the main
line, trenching, embedment, thrust blocking and backfill on the same side of the roadway
section as the specifications, complete in place.
2.53. Pay Items #160 12"x12" Tee:
This pay item shall consist of the installation of tapping sleeve and valve at the locations
and to the grades shown on the plans (size 12"x 12"). Work shall be in accordance with
NCTCOG Items 501, 504, 505, 506 and City ofCoppell Standard Construction Details.
Measurement and Payment shall be made on the basis of price bid per each (EA) and shall
be full compensation for furnishing and installing the tapping sleeve and valve on the main
line, trenching, embedment, thrust blocking and backfill on the same side of the roadway
section as the specifications, complete in place.
2.54. Pay Items #161 12" Gate Valve:
This pay item shall consist of the installation of gate valves in the locations as shown in the
plans (12"). Work shall be in accordance with NCTCOG Items 501, 504, 505, 506 and
City of Coppell Standard Constru~tion Details (4050).
Measurement and Payment shall be made on the basis of price bid per each (EA) and shall
be total compensation for furnishing all materials, tools, equipment, labor, and any other
incidentals necessary to complete the work.
2:55. Pay Items #162 Trench Safety Protection for Water Lines:
This pay item shall consist of the trench safety system required for construction activities.
The Contractor shall furnish a site-specific trench safety plan prior to construction. The
5-19
Description of Pay Items
system shall meet the requirements of the Occupational Safety and Health Administration
(OSHA). The Contractor is directed to become knowledgeable with the standards as set
forth by OSHA and to provide a viable trench safety system at all times during construction
activities, and the Contractor is responsible for conforming to such regulations as
prescribed by OSHA standards. This pay item includes all additional excavation, backfill,
pavement reconstruction and repair made necessary by the protection system. No separate
payment shall be made for excavation protection made necessary due to the selection of an
optional design or sequence of work that creates the need for the protection system. The
trench safety plan shall be signed and sealed by a Texas Registered Professional Engineer.
Measurement and Payment shall be made on the basis of price bid per linear foot (LF) and
shall be total compensation for furnishing all materials, tools, equipment, labor, and any
other incidentals necessary to complete the work.
2.56. Pay Items #163 12" PVC Wasterwater Pipe (SDR-26):
This pay item shall consist of the installation of ASTM D3034 SDR-35 PVC sanitary sewer
pipe at the locations and to the grades shown on the plans (12"). Work shall be in
accordance with NCTCOG Items 501, 504, 505, 507 and City ofCoppell Standard
Construction Details. Payment shall include furnishing, hauling and laying of pipe shown
on the plans, trench excavation, and backfilling, including embedment material as
specified, replacement of top soil, protecting or replacing existing structures or utilities,
mandrel pulling, pipeline signs, testing, disposal of surplus materials, cleaning up and
maintenance, fence removal and replacement, as result of the pipeline construction to equal
or better condition. Payment shall include any and all extra precautions or construction
requirements necessary to adequately protect and support existing utilities. Payment for the
pipe lines shall include all costs required to have utility companies repair any damage
inflicted to their lines by the Contractor and any cleanup, property damages, fines, etc.
resulting from damage inflicted to any utility line by the Contractor. Removal and disposal
of existing pipe and manholes in same trench shall be incidental to pile line installation.
Testing in accordance with specifications is considered subsidiary to the price bid.
Measurement and Payment shall be made on the basis of price bid per linear foot (LF)
measured horizontally from center of manhole to center of manhole or cleanout without any
deduction for the length of pipe through manholes and shall be total compensation for
furnishing all materials, tools, equipment, labor, and any other incidentals necessary to
complete the work, including all excavation, embedment and backfill.
2.57. Pay Items #164 Trench Safety Protection for Sanitary Sewer Lines:
This pay item shall consist of the trench safety system required for construction activities.
The Contractor shall furnish a site-specific trench safety plan prior to construction. The
system shall meet the requirements of the Occupational Safety and Health Administration
(OSHA). The Contractor is directed to become knowledgeable with the standards as set
forth by OSHA and to provide a viable trench safety system at all times during construction
activities, and the Contractor is responsible for conforming to such regulations as
prescribed by OSHA standards. This pay item includes all additional excavation, backfill,
pavement reconstruction and repair made necessary by the protection system. No separate
5-20
Description of Pay Items
payment shall be made for excavation protection made necessary due to the selection of an
optional design or sequence of work that creates the need for the protection system. The
trench safety plan shall be signed and sealed by a Texas Registered Professional Engineer.
Measurement and Payment shall be made on the basis of price bid per linear foot (LF) and
shall be total compensation for furnishing all materials, tools, equipment, labor, and any
other incidentals necessary to complete the work.
2.58. Pay Items #165 Street Light Foundation:
This pay item shall consist of the installation of street light foundations in tne locations as
shown in the plans. The foundations shall be constructed in accordance with the details in
the plans.
Measurement and Payment shall be made on the basis of price bid per each (EA) and shall
be total compensation for furnishing all materials, tools, equipment, labor, and any other
incidentals necessary to complete the work.
2.59. Pay Items #166 2" PVC Electrical Conduit:
This pay item shall consist of the furnishing and installation of2" PVC conduit for streetlights
in the locations and to the depth as shown in the plans.
Measurement and Payment shall be made 'on the basis of price bid per linear foot (LF) and
shall be total compensation for furnishing all materials, tools, equipment, labor, and any
other incidentals necessary to complete the work.
5-21
DescriptiO/l of Pay [terns
SECTION 6
TECHNICAL SPECIFICA TIONS
THE. CI T y. 0 F
COPPELL
~
/'
e .~
X f\ 8 \ ~
CITY OF COPPEll
PROJECT SIGN
'-0.
1'-6. 3"
.' o.
. 1 1/2.
N
......
~ ~~" (O)[F (O)~~[E~
~ f::f~~~~~l~~~f~~l:tli@~
fl~[t~E JlJUM~~~: ~n 3~4.
, kri@~~~1 ~~~~ ~~~@~~~1 ~~~~~~~
~(O)[MlfM~lf(o)[Pd~ ~(Q)[MlfM(Glf(o)~'~\ IM~[AA][E
~(o)lM1i'M~1i'(Q)~I$ ~~(Ql~~ ~ijjM~E~ '""It UCX"'<OIC)
(1lOlJMl) .... sm:
~(O) ~~~1i'~(Q)~ !DJ~YE~ $~~$@lM/f~~~ HOlXX '" N(I POSTt<C}
lIl..U[ IAOCORClJHO
..
I,
'"
IUJ[ ~
NOTES: 1) LETTERING SHOULD BE BOLD TYPE
2) SIGN PANEL WILL BE 3/4" EXTERIOR PLYWOOD
PAINTED AS SHOWN ON DETAIL
3) FRAME WILL BE 2"X4" STOCK- REINFORCED BEHIND
SIGN PANEL AT APPROX. 2' CENTERS
4) ALL PAINT TO BE "OUTDOOR TYPE"
5) COPPELL LOGO TO BE PROVIDED BY THE CITY
EXAMPLE:
-- - ~~" (Q)[F ~(Q)[P[P>[E~~
cOrrELL fOR l~fO~~li@rt1 C@m~lCV:
'~?r;~,-,',,-,!!;~~;:-' xxm mm, iWJ~lP'IECrO~
PHONf iIlUMI~R: 912-304-0000
BETHEL RD PROJECT (5T 03-01)
CONTRACTOR:XXXX XXXIX XXXXXX
(000) 000-0000 S"'w;:>"~_"'ik}
COMPLETION DATE: XXXXXX 200X
(,
I
....
.
...
02231 TREE PROTECTION AND TRIMMING
1.00 GENERAL
1,01 RELATED DOCUMENTS
A Drawings and general provisions of the Contract, including General and Supplementary Con-
ditions and Division 1 Specification Sections, apply to this Section.
1,02 SUMMARY
A This Section includes the protection and trimming of existing trees that interfere with, or are
affected by, execution of the Work, whether temporary or permanent construction,
B, Related Sections include the following:
1, Division 1 Section "Summary" for limits placed on Contractor's use of the site,
2, Division 1 Section "Temporary Facilities and Controls" for temporary tree protection,
3. Division 2 Section "Site Clearing" for removal limits of trees, shrubs, and other plantings
affected by new construction,
4, Division 2 Section "Earthwork" for building and utility trench excavation, backfilling, com-
pacting and grading requirements, and soil materials.
5. Division 2 Section "Tree Planting" for tree planting, tree support systems, and soil mate-
rials,
A Tree Protection Zone: Area surrounding individual trees or groups of trees to remain during
construction, and ,defined by the drip line of individual trees or the perimeter drip line of
groups of trees, unless otherwise indicated.
1,03 DEFINITIONS
1,04 SUBMITTALS
A Tree Pruning Schedule: Written schedule from arborist detailing scope and extent of pruning
of trees to remain that interfere with or are affected by construction.
B, Qualification Data: For tree service firm and arborist.
C, Certification: From arborist, certifying that trees indicated to remain have been protected dur-
ing construction according to recognized standards and that trees were promptly and properly
treated and repaired when damaged,
Tree Protection and Trimming
CPL07392
02231 - 1
D, Maintenance Recommendations: From arborist, for care and protection of trees affected by
construction during and after completing the Work.
1,05 'QUALITY ASSURANCE
A Tree Service Firm Qualifications: An experienced tree service firm that has successfully
completed tree protection and trimming work similar to that required for this Project and that
will assign an experienced, qualified arborist to Project site during execution of tree protection
and trimming,
B. Arborist Qualifications: An arborist certified by ISA or licensed in the jurisdiction where
Project is located,
1~
r
t
f
lei:
~,
.~
C, Tree Pruning Standard: Comply with ANSI A300 (Part 1), "Tree, Shrub, and Other Woody
Plant Maintenance--Standard Practices (Pruning),"
D. Preinstallation Conference: Conduct conference at Project site to comply with requirements
in Division 1 Section "Project Management and Coordination,"
1, Before tree protection and trimming operations begin, meet with representatives of au-
thorities having jurisdiction, Owner, Landscape Architect, consultants, and other con-
cerned entities to review tree protection and trimming procedures and responsibilities,
2.00 PRODUCTS
2,01 MATERIALS
A. Drainage Fill: Selected crushed stone, or crushed or uncrushed gravel, washed,
ASTM 0448, Size 24, with 90 to 100 percent passing a 2-1/2-inch (63-mm) sieve and not
more than 10 percent passing a 3/4-inch (19-mm) sieve,
B, Topsoil: Natural or cultivated surface-soil layer containing organic matter and sand, silt, and
clay particles; friable, pervious, and black or a darker shade of brown, gray, or red than un-
derlying subsoil; reasonably free of subsoil, clay lumps, gravel, and other objects more than 1
inch in diameter; and 100% free of weeds, roots, and toxic materials,
1, Obtain topsoil only from certified landscape materials providers, An acceptable provider
is Silver Creek Materials, Inc. or approved equal - product; Premium Soil Mix,
C, Filter Fabric: Manufacturer's standard, nonwoven, pervious, geotextile fabric of polypropy-
lene, nylon, or polyester fibers,
0, Chain-Link Fence: Metallic-coated steel chain-link fence fabric of O,12-inch- (3-mm-) diame-
terwire; a minimum of48 inches(1200 mm) high; with 1,9-inch- (48-mm-) diameter line
posts; 2-3/8-inch- (60-mm-) diameter terminal and corner posts; 1-5/8-inch- (41-mm-) diame-
ter top rail; and 0,177 -inch- (4.5-mm-) diameter bottom tension wire; with tie wires, hog ring
ties, and other accessories for a complete fence system.
E, Organic Mulch: Premium native shredded cedar hardwood, free of deleterious materials,
3.00 EXECUTION
3,01 PREPARATION
A. Temporary Fencing: Install temporary fencing around tree protection zones to protect re-
maining trees and vegetation from construction damage, Maintain temporary fence and re-
move when construction is complete.
1, Install chain-link fence according to ASTM F 567 and manufacturer's written instructions,
B. Protect tree root systems from damage caused by runoff or spillage of noxious materials
while mixing, placing, or storing construction materials, Protect root systems from ponding,
eroding, or excessive wetting caused by dewatering operations.
C, Mulch areas inside tree protection zones and within drip line of trees to remain and other
areas indicated.
1, Apply 3-inch average thickness of organic mulch, Do not place mulch within 6 inches of
tree trunks,
Tree Protection and Trimming
CPL07392
02231 - 2
D. Do not store construction materials, debris, or excavated material inside tree protection
zones, Do not permit vehicles or foot traffic within tree protection zones; prevent soil com-
paction over root systems.
E. Maintain tree protection zones free of weeds and trash,
F, Do not allow fires within tree protection zones,
3,02 EXCAVATION
A. I nstall shoring or other protective support systems to minimize sloping or benching of excava-
tions,
8, Do not excavate within tree protection zones, unless otherwise indicated,
C, Where excavation for new construction is required within tree protection zones, hand clear
and excavate to minimize damage to root systems, Use narrow-tine spading forks and comb
soil to expose roots,
1, Redirect roots in backfill areas where possible, If encountering large, main lateral roots,
expose roots beyond excavation limits as required to bend and redirect them without
breaking, If encountered immediately adjacent to location of new construction and redi-
rection is not practical, cut roots approximately 3 inches (75 mm) back from new con-
struction,
2, Do not allow exposed roots to dry out before placing permanent backfill. Provide tempo-
rary earth cover or pack with premium mulch and wrap with burlap, Water and maintain
in a moist condition. Temporarily support and protect roots from damage until they are
permanently relocated and covered with soil.
0, Where utility trenches are required within tree protection zones, tunnel under or around roots
by drilling, auger boring, pipe jacking, or digging by hand,
1, Root Pruning: Do not cut main lateral roots or taproots; cut only smaller roots that inter-
fere with installation of utilities, Cut roots with sharp pruning instruments; do not break or
chop,
3,03 REGRADING
A. Grade Lowering: Where new finish grade is indicated below existing grade around trees,
slope grade away from trees as recommended by arborist, unless otherwise indicated.
1. Root Pruning: Prune tree roots exposed during grade lowering, Do not cut main lateral
roots or taproots; cut only smaller roots, Cut roots with sharp pruning instruments; do not
break or chop,
8. Minor Fill: Where existing grade is 6 inches (150 mm) or less below elevation of finish grade,
fill with topsoil. Place topsoil in a single uncompacted layer and hand grade to required finish
elevations,
t
C, Moderate Fill: Where existing grade is more than 6 inches (150 mm) but less than 12 inches
(300 mm) below elevation of finish grade, place drainage fill, filter fabric, and topsoil on exist-
ing grade as follows:
1. Carefully place drainage fill against tree trunk approximately 2 inches (50 mm) above
elevation of finish grade and extend not less than 18 inches (450 mm) from tree trunk on
all sides. For balance of area within drip-line perimeter, place drainage fill up to 6 inches
(150 mm) below elevation of grade,
2, Place filter fabric with edges overlapping 6 inches (150 mm) minimum.
Tree Protection and Trimming
CPL07392
02231 - 3
f'
~,
[S
f
r
it
~~
3, Place fill layer of topsoil to finish grade, Do not compact drainage fill or topsoil. Hand
grade to required finish elevations,
3,04 TREE PRUNING
A. Prune trees to remain to compensate for root loss caused by damaging or cutting root sys-
tem. Provide subsequent maintenance during Contract period as recommended by arborist
1, Pruning Standards: Prune trees according to ANSI A300 (Part 1),
B, Cut branches with sharp pruning instruments; do not break or chop.
C, Chip removed tree branches and remove from site, ,
3,05 TREE REPAIR AND REPLACEMENT
A. Promptly repair trees damaged by construction operations within 24 hours, Treat damaged
trunks, limbs, and roots according to arborist's written instructions,
B, Remove and replace trees indicated to remain that die or are damaged during construction
operations that arborist determines are incapable of restoring to normal growth pattern,
1, Provide new trees of same size and species as those being replaced; plant and maintain
as specified in Division 2 Section "Exterior Plants,",
2, Provide new trees of 6-inch (150-mm) caliper size and of a species selected by Land-
scape Architect when damaged trees more than 6 inches (150 mm) in caliper size,
measured 12 inches (300 mm) above grade, are required to be replaced, Plant and
maintain new trees as specified in Division 2 Section "Tree Planting,"
C, Aerate surface soil, compacted during construction, 10 feet (3 m) beyond drip line and no
closer than 36 inches (900 mm) to tree trunk, Drill 2-inch- (50-mm-) diameter holes a mini-
mum of 12 inches (300 mm) deep at 24 inches (600 mm) o,c, Backfill holes with an equal
mix of augered soil and sand,
3,06 DISPOSAL OF WASTE MATERIALS
A. Burning is not permitted.
B. Disposal: Remove excess excavated material and displaced trees from Owner's property,
END OF SECTION
Tree Protection and Trimming
CPL07392
02231 - 4
02271 RIPRAP AND BEDDING MATERIAL
1.00 1.00 GENERAL
1,01 WORK INCLUDED
Furnish labor, materials, equipment, tools and incidentals necessary to produce and place the
riprap and bedding material.
1,02 STANDARDS
Sampling and testing of material shall be in compliance with the latest revision of the following
except where specifically modified:
ASTM C-88
"Standard Specification for Soundness of Aggregates by Use of Sodium
Sulfate or Magnesium Sulfate"
"Standard Specification for Specific Gravity and Absorption of Coarse
Aggregates"
"Standard Specification for Sieve Analysis of Fine and Coarse Aggregates"
ASTM C-127
ASTM C-136
1,03 DELIVERY AND STORAGE; RIPRAP STOCKPILE
Riprap temporarily stockpiled for construction purposes shall be located in an area approved by
the Owner, Riprap materials shall not be located so as to block or restrict equipment and vehicle
access to existing structures,
2.00 PRODUCTS
2,01 MATERIALS
A. BEDDING MATERIAL
1, Bedding material shall be crushed stone, gravel or a blend of crushed stone and gravel.
Bedding material shall be composed of tough durable particles; shall be reasonably free
from thin, flat, and elongated pieces; shall be well graded between the prescribed limits;
and shall contain no organic matter or soft, friable particles in quantities considered
objectionable by the Owner,
2, Bedding material shall have a loss of less than eighteen (18%) percent weighted average
at five (5) cycles when tested for soundness in magnesium sulfate in accordance with
ASTM C-88 using particles passing a 2-1/2" sieve and retained ona 1-1/2" sieve, After
final drying, the material shall be screened over the 1-1/4" sieve, A minimum of one (1)
soundness test shall be performed on materials delivered to the site,
3, Bedding material shall have a gradation as given below when tested in accordance with
ASTM C-136, The material shall not be skip graded, scalped of certain sizes, or have
other irregularities which would be detrimental to the proper functioning of the bedding,
Acceptance of bedding material shall be based on in-place gradations,
, Sieve Size Percent Finer
4 inch 100
3 ~ inch 97,5
2 ~ inch 42,5
1 ~ inch 7,5
0/.. inch 2,5
No,4 0
B. RIPRAP
1, Stone for riprap shall be durable and of a suitable quality to insure permanence in the
structure and in the climate which it is to be used, The stone shall be free from cracks,
seams, and other defects which would tend to increase unduly its deterioration from
Riprap and Bedding Material
02271-1
natural causes and shall be reasonably well graded between the prescribed limits as
specified herein.
2. Riprap shall have a minimum unit weight of 155 pounds per solid cubic foot based upon
the bulk specific gravity (saturated surface dry) when tested in accordance with ASTM C-
127, A minimum of one (1) bulk specific gravity (saturated surface dry) shall be
performed on riprap material delivered to the site,
3. Riprap shall have a loss of less than eighteen (18%) percent after five (5) cycles when
tested for soundness in magnesium sulfate in accordance with ASTM C-88, The test
shall be run using particles passing a 2-1/2" sieve and retained on a 1-1/2" sieve. After
final drying, the material shall be screened over the 1-1/4" sieve, A minimum of one (1)
soundness in magnesium sulfate test shall be performed on riprap material delivered to
the site,
4, Riprap gradation shall be as given below, Acceptance of riprap material shall be based
upon in-place gradations,
FHWA Gradation Class: X Ton
layer Thickness, 2,70 feet
Percent Finer Rock Size, ft
D100 2.25
D50 1.80
D10 0,95
Rock Size, Ibs
1,000
500
75
3.00 EXECUTION
3.01 FOUNDATION PREPARATION
Trim and dress areas on which bedding and riprap are to be placed to conform to cross sections
shown on the drawings within an allowable tolerance of plus or minus 2" from the theoretical
slope lines and grades, Where such areas are below the allowable minus tolerance limit, bring
areas to grade with well compacted bedding material.
3,02 INSTAllATION
A. BEDDING PLACEMENT
1, Uniformly spread bedding material on the prepared surface, in a satisfactory manner, to
the slope lines and grades indicated on the drawings, Placing of material by dumping
from top of slope or by any method which tends to segregate particle sizes within the
blanket shall not be permitted, Repair any damage to the prepared surface during
placing of the blanket before proceeding with the work, Compaction of the blanket will
not be required, but it shall be finished to present a reasonably even surface free from
mounds or windrows,
B. RIPRAP PLACEMENT
1. Place stone for riprap on the blanket in such manner as to produce a reasonably well-
graded mass of rock with the minimum practicable percentage of voids, and construct
within the specified tolerance to the lines and grades shown on the drawings or staked in
the field, A tolerance of plus 3" or minus 0" from the slope lines and grades shown on the
drawings shall be allowed in the finished surface of the riprap, Place riprap to its full
course thickness at one operation and in such a manner as to avoid displacing the
blanket material. Distribute the larger stones evenly and conform the entire mass of
stones in their final position to the specified gradation.
2. The finished riprap shall be free from objectionable pockets of small stones and clusters
of larger stones, Place riprap loads along horizontal rows and progress up the slope,
Place each load against previously placed riprap, Placing riprap in layers shall not be
permitted, Placing riprap by dumping from top of slope, dumping into chutes, or by
similar methods likely to cause segregation of the various sizes shall not be permitted,
Riprap and Bedding Material
02271-2
The desired distribution of the various sizes of stones throughout the mass shall be
obtained by methods of placement which produces the specified results, Rearrange
individual stones by mechanical equipment or by hand to the extent necessary to obtain a
reasonably well graded distribution of stone sizes, Maintain the riprap protection until
accepted and replace any material displaced by any cause to the lines and grades shown
on the drawings.
3.03 FIELD QUALITY CONTROL; TESTING
The Contractor shall be responsible for providing all testing to demonstrate compliance with the
requirements of the Contract Documents, Gradation testing of the riprap and bedding materials
shall be performed on all the materials within a 10' x 10' square area designated by the Engineer,
Gradation tests shall be representative of no greater than one-third of the material placed, The
Contractor shall bear all costs, including additional testing, of the correction of materials which fail
to meet the requirements of the Contract Documents,
END OF SECTION
Riprap and Bedding Material
02271-3
02402 CARE OF WATER DURING CONSTRUCTION
1.00 GENERAL
1,01 WORK INCLUDED
Furnish labor, materials, equipment and incidentals necessary to operate pumps, piping and other'
facilities to assist in the removal of surface water and ground water, and provide protection from
flood waters. Build and maintain the necessary temporary impounding works, channels, and
diversions. Remove the temporary works, equipment, and materials after completion in strict
accordance with this section of the specifications and the applicable drawings,
1,02 QUALITY ASSURANCE
1.03 SUBMITTALS
Submittals shall be in accordance with Section 4, SHOP DRAWINGS, PRODUCT DATA, AND
SAMPLES and shall include:
A. Plans and procedures for handling flood flows and dewatering excavations, A separate plan
shall be required for the bridge and the culverts, Modifications to these plans shall be
submitted for approval by the Engineer,
Approval of submittals does not relieve the Contractor of full responsibility and liability for care of
water during construction,
1,04 STANDARDS [Not Used]
1.05 DELIVERY AND STORAGE [Not Used]
1,06 JOB CONDITIONS [Not Used]
1,07 OPTIONS [Not Used]
1,08 GUARANTEES [Not Used]
2.00 PRODUCTS [NOT USED]
3.00 EXECUTION
3,01 PREPARATION [Not Used]
3.02 FLOOD FLOWS AND OTHER WATER
The Contractor is responsible for handling and diverting any flood flows, stream flows, or any
other water, including groundwaterencountered during the progress of the work, Build, maintain,
and operate cofferdams, channels, flumes, sumps, and other temporary works as needed to pass
floodwater or divert stream flow or pass other surface water through or around the construction
site and away from construction work while it is in progress, Unless otherwise approved by the
Owner, a diversion must discharge into the same natural watercourse in which its headworks are
located, Construct permanent work in areas free from water, Full responsibility for the successful
dewatering of the work areas rests with the Contractor. Remove protective works, after they have
served their purpose, in a manner satisfactory to the Owner or his representative,
3,03 DEWATERING EXCAVATED AND OTHER FOUNDATION AREAS
Care of Water During Construction
CPL07392
02402-1
A. The Contractor is responsible for dewatering foundations for all areas during construction of
the works of improvement, including areas of required backfills, Lower the water table as
needed to keep work areas free of standing water or excessive muddy conditions as needed
for proper performance of the construction work, Furnish, prepare, and maintain drains,
sumps, casings, well points, and other equipment needed to dewater areas for required
construction work, Any dewatering method that causes a loss of fines from foundation areas
shall not be permitted, Keep available standby equipment to assure the proper and
continuous operation of the dewatering system, Provide continuous monitoring (24 hours per
day) of the dewatering system to assure continuous operation,
3,04 CLOSURE OF STREAM
A. Leave an opening to pass any such floods as may occur during construction, The bottom
elevation of the opening shall be as indicated or that of the natural creek channel.
3,05 FIELD QUALITY CONTROL [Not Used]
3,06 CLEAN AND ADJUST [Not Used]
3,07 SCHEDULES [Not Used]
END OF SECTION
Care of Water During Construction
CPl07392
02402-2