Loading...
New World Contracting, LLC - Sidewalk, Street & Alley Pavement Repairs-CN 2020-12-04City of Coppell Public Works Department Routing Sheet for Approval of Contracts and Agreements Vendor Name: New world Contracting LLC Date: 12/112020 Contracted Work/Project: Sidewalk Street& Alley Pavement Repairs Explanation: New contract $96000000 for Sidewalk, Street& Alley Pavement Repaim 00 00 Council Approved: Yes / No If yes, Date: 1 1/1 012 0 20 Budget Approved: Yes / No Ethics Certificate Required: Yes / No If Yes, Copy is Attached: Yes / No ® New Vendor ®Existing Vendor ®Renewing Contract Routing Sequence: Initials Date 1. Employee initiating contract/agreement: Frank Garza FG 12/7 (Include W-9 & cotform ifvemm, is not in system.) 2. Supervisor Authorization: Jamie Motors in 1211 3. Purchasing Manager/Technician: - (signature needed only if vendor is new to system or contract has been changed since last time used) 4. Director of Public Works Authorization: Kent Collins - `47 5. Deputy City Manager Authorization: Traci LeachNicki Chiavetta Comments: _..... & City Manager: Mike Land 44— —41" Comments: 7. Originals back to Administrative Manager: Kyra Jansen 8. Copy of contract/agreement to Jennifer Miller: DYES / NO= BID #Q-1021-03 SIDEWALK, STREET & ALLEY PAVEMENT REPA— T H K- C I T Y- 0 F COPPELL 1W,* Wr SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS BIDDING AND CONTRACT DOCUMENTS Bid # Q-1021-03 OCTOBER 2020 BID #Q-1021-03 SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS TABLE OF CONTENTS Invitation to Bid. — ....................... Instructions to Bidders ................................................. Project Specifications—.- ............................................. Bid Summary and Conflict of Interest Questionnaire Description of Pay Items .............................................. Standard Fixed Price Agreement ................................ Corporate Acknowledgement ..................................... Performance Bond.. ............ Payment Bond.............................................................. Maintenance Bond ..................................... -................ For tills project, the Standard Specijtcations for Public BWrks Construction —North Central Texas Conacil of Governments Fourth Edition, the City of Copped Standard Construction Details (Ord#2006-1129), and Appendix `C' Design Criteria and Standards in the City of Coppell Snbdivishm Ordhou"e (Ord.#94-643) shall govern all work to be done, together with may additional Supplementary Conditions, Specii lc Project Requirements, General Notes, Description ofPay Items aadlor Technical Specifiedshms included herein. CITY m,— ELLSmSWAL6, STaE¢T&ALLEY PAVEMENT—AmS P° 2 Bid #Q-1021-03 SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS T H E. C I T Y - O P CJPPELL r E X A g 1 8 9 0 SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS INVITATION TO BID Bid # Q-1021-03 CITY OF COPPELL 3IOFWALK, STREET& ALLEY PAVEMENT. -I. .'® I Bid #Q-1021-03 SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS The City of Copped is accepting bids for the construction of Bid #Q-1021-03, SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS This proJerr is for an annual Contract commencing within thirty (30) days after the date of the award and continuing for a 12 -month duration. The City of Coppell, City Council reserves the right to extend this contract for three (3) additional one-year periods as it deems to be in the best interest of the city. The enclosed Invitation To Bid and a ecmp crying Specifications with BlabStmet, are for year convenience in bidding the enclosed referenced products and/or services for the City of Capped. Digital copies of the bidding documents can be downloaded at www:BidSyno.com. To ensure proper notification of Addendums, Bidders shall educe they are a registered plan holder on the plan holder's list. Sealed bids addressed to the Purchasing Agent, City of Coppell, Texas, for the construction of Bid #Q-1021-03, SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS will be received at the City ofCoppeli, 265 E. Parkway Boulevard, Copped], Texas, until 290 p.m. on Thursday, October 22, 2020, and then publicly opened and read aloud mmotely via a Zoom meeting. Each Bidder shall submit two identical copies of this bid with the City of Connell Bid No. #Q-1021-03 designated clearly on the exterior of the bid envelope. A Non -Mandatory Pre -Bid Conference has been scheduled for this project at the Coppell City Haid (265 E. Parkway Boulevard, Coppell TX 75019) at 2A0 p.m. on Thursday, October 15, 2020. Attendance at the Pre -Bid Conference is not mandatory but strongly encouraged. The city is following social distancing protocols, and face masks are required inbe orn in the building. Virtual attendance ofthe Pre -Bid Conference will be available via a Zoom meeting. Please confect Charles Ellis, Procurement Services, at rellisQcoppellix.gov to receive a Zoom meeting invitation for the Pre -Bid 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. TWO CONTRACTS POTENTIALLY WILL BE AWARDED AS A PART OF ITHS INVITATION. The successful qualified low bidder will be awarded 60% of the annual contract value and will service the area east of Denton Tap Road. The successful qualified second low bidder will be awarded 400A of the annual connect value and will service the area west of Denton Tap Road. 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 most be used in preparing Bids; the City of Coppell assumes no responsibility for dreads 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 f sales her on tangible personal property to be Incorporated into the project. (Note: This proeeduremaynet be used,however, for materials which do notbecome a part efthe finishedproduct, such as, equipment rental or purchase, form materials, etc.). In order to be exempt to= the sales tae on such tangible personal property, the contract shall separate and provide separate charges for materials to be incorporated into the project fiom charges far labor. The City will provide the Contractor with an exemption certificate forthematerials. The contractor is expected to issue a resale certificate in lieu of paying a sales asset the time of purchase. The bidder shall show the cast 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. All questions about the meaning or intent of the Contract Documents an, 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 willbe posted e, BFISync. The deadline for submitting questions shall be Friday, October20, 2020 at 5:00pm. CITY OF OOPPELL smew—, 1-1 a ALLEY 1-mo—Rers-s uss, 4 Bid #Q-1421-03 SIDEWALK, STREET .& ALLEY PAVEMENT REPAIRS 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 have been received. Addenda may also be issued to modify the Bidding Documents as deemed advisable by the Owner. CITY OF cOPPELL SHONALK, STREET@ALL v1—sa NTu—nal Pages Bid #Q-1021-03 SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS T H E- C I T Y• 0 F COPPELL SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS INSTRUCTIONS TO BIDDERS Bid # Q-1021-03 CITY 0—PPELL SIRE —, —.El @ A-1 PAVE— REP— P-6 Bid #Q-1021-03 SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS PUBLIC NOTICE STATEMENT FOR ADA COMPLIANCE The City of Capped acknowledges its responsibility to comply with the Americans With Disabilities Act of 1990. Thus, in order to assist individuals with disabilities who require special services (Le sign interpretative services, alternative audio/visual devices, and amanuenses) for participation in oraccess to the City m Coppell sponsored public programs, services and/or meetings, the City requests that individuals make request For these services seventy-two (72) hours ahead oftha scheduled program, service molhu meeting. To make arrangements, contact Kori Allan, ADA Coordinator or other designated official at (972) 462-514& CITY oFCOPPELL -SIDEWALK, STREET & ALLEY PAVEMENT REPAmS Page r Bid NQ -1021-03 SIDE WALK, STREET & ALLEY PAVEMENT REPAIRS FUNDING: Funds for payment have been provided through the City of Copped budget approved by the City Council for this fiscal year only. State of Texas statutes prohibit the obligation and expenditure of public funds beyond the fiscal year for which a budget has been approved. Therefore, anticipated orders or other obligations that may arise past the end of the current fiscal year shall be subject to budget approval. LATE BIDS. Bids received in the City of Coppell purchasing Department after submission deadline will be considered void and unacceptable. The City of Coppell is not responsible for lateness or non-delivery of mail, carrier, etc., and the date/time stamp in the Purchasing Department shall be the official time of receipt. ALTERING BIDS: Bids cannot be altered car emended after submission deadline. Any interlineation, alteration, or erasure made before opening time ..at be initialed by the signer fthe bid, guaranteeing authenticity. WITHDRAWAL OFBID: A bid may not be withdrawn or canceled by the Bidder without the permission of the City for a period of ninety (90) days following the date designated for the receipt of bids, and Bidder so agrees upon submittal of there bid. SALES TAX: The City of Coppell is exempt by law from payment of Texas State Sales Tax and Federal Excise Tax. Bidder shall include any sales taxes from concession sales o£taxable items on City property in the total price of the sale and shall be responsible to report and pay such taxes in a timely manner. BID AWARD: The City reserves the right to award any combination of the sections as is deemed in the best interest of the City. The City also reserves the right to not award one or more of the sections. Two contracts potentially will be awarded as a part of this invitation. The successful qualified low bidder will be awarded 60% of the annual contract value and will service the area east of DentonTap Road The successful qualified second low bidder will be warded 40% of the annual contract value and will service the area west of Denton Tap Road. CONTRACT: This bid, when properly accepted by the Ciry of Coppell, shall constitute a Contract equally binding between the successful Bidder And the City. No different or additional terms will became a part of this Contract with the exception of Change Orders. CHANGE ORDERS: No oral statement of any individual 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 City's Purchasing Agent. IF DURING THE life of Ore Contract, the successful Bidder's net prices to other customers for items awarded herein are reduced below the Contracted price, it is understood and agreed that the benefits of such reduction shall be extended to the City of Coppell. A PRICE redetermination may be considered by the City only at the anniversary date of the Contract and shall be substantiated in writing (i.e., Manufacturer`s direct cost, postage rates, Railroad Commission rates, WagetLabor rates, etc.). The Bidder's past history of honoring Contracts at the bid price will be an important consideration in the evaluation of the lowest and best bid. The City reserves the right to accept or reject anytall the price redetermination as it deems to be in the best interest of the City. ELY or COPPELL& EWALx,STREET& ALLEY PAVEMENT REPAras Px8<9 Bid #Q-1021-03 SIDEWALK, STREET & ALLEY PAVEMENT REPS DELIVERY.. all delivery and freight charges (F.O.B. City of Coppell) are to be included in the bid price DELIVERYTIME. Bids shall Shaw number of days required to place goods ordered at the City's designated location. Failure to state delivery time may cause bid to be ushered, Suoeessful Bidder shall notify Che Purchasing Department immediately if delivery schedule cannot be not. If delay is foreseen, successful Bidder shall give written notice to the Purchasing Agent. The City has the right to extend delivery time if reason appears valid. Successful Bidder must keep the Purchasing Department advised at atl times of the states of the order. CONFLICT OF INTEREST: No public official shall have interest In this Contract, in accordance with Vemon's Texas Codes Annotated, Local Government Code Title 5. Subtitle C, Chapter 171. DISCLOSURE OF CERTAIN RELATIONSHIPS Effective January 1, 2006, Chapter 176 of the Texas Local Government Code requires that any vendor or person considering doing business with a local government entity disclose in the Questionnaire Form CIQ, the vendor or person's affiliation or business relationship that might cause a conflict of Interest with a local government entity. By law, this questionnaire must be filed with the records administrator of the City of Coppell not later than the 7"' business day after the data the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. ETHICS: The Bidder shall not offer or accept gifts of anything of value nor enter into any business arrangement with any employee, official or agent of the City of Copped. EXCEPTIONSISUBSTITUTIONS: All bids meeting the intent of this Invitation To Bid will be considered for award. Bidders taking exception to the Specifications, or offering substitutions, shall state these exceptions in the section provided or by attachment as part of the bid. In the absence of such, a list shall indicate that the Bidder has not taken exceptions and shall hold the Bidder responsible to perform in strict accordance with the Specifications of the Invitation. The City of Coppell reserves the right to secretary and mh or none, ofthe exeepfion(s)i substitutions) deemed to be in the best interest of the City. ADDENDA: Any interpretations, corrections, or changes to this Invitation To Bid and Specifications will be made by addenda. Sole issuing authority of addenda shall be vested in the City of Coppell Purchasing Agent. Addenda will be mailed to all who arc known to have received a copy of this Invitation To Bid. Bidders shall acknowledge receipt .fall addenda. DESCRIPTIONS. Any reference to model and/or makwinanufacturer used in bid Specifications will be made by addenda. Sole issuing authority of addenda shall be vested in the City's purchasing Agent. Addenda will be mailed to all who are known to have received a copy of this Invitation To Bid. Bidders shall aclmowledge receipt of all addenda. BID MUST COMPLY with all federal, state, county, and local laws concerning these types of serviee(s). - c-PITLL smv-, STREET & ALLEY PAVEMENT REPAIRS Page I Bid #Q-1021-03 SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS DESIGN, STRENGTH, QUALITY of materials must conform to the highest standards of manufacturing and Citymg Practice. All items supplied against credit must be new and unused, unless otherwise specified, in first-class condition and of current manufacturer. MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective Bidder ..at affnanative(y demonstrate Bidder's responsibility. A prospective Bidder must meetthe following requirements: 1. Have adequate financial resources, or the ability to obtain such resources as required; 2. Be able to comply with the required or proposed delivery schedule; 3. Have a satisfactory record of performance; A. Have a satisfactory record of integrity and ethics; 5. Be otherwise qualified and eligible m receive an award. The City may request representation and other information sufficient to determine Bidder's ability to meet these minimum standards listed above. REFERENCES: The City requests Bidder to supply, with this Invitation To Bid, a list of at least three (3) references where like products and/or services have been supplied by their firm. Include name of firm, address, telephone number and name of representative. BIDDER SHALL PROVIDE with this bid response, all documentation required by this Invitation To Bid. Failure to provide this information may result in. reaction of bid. SUCCESSFUL BIDDER SHALL defend, indemnify and save harmless the City of Coppell and all its officers, agents and employees from all suits, actions, or other claims of any character, name and description brought for or on account of any injuries or damages received or sustained by any person, persons, or property on account of any negligent act or fault of the successful Bidder, or of any agent, employee, subcontractor or supplier in the execution of, a an performce under, any Contract which may result from bid award. Successful Bidder indemnifies and will indemnify and save harmless the City from liability, claim or demand on their part, agents, servants, customers, and/or employees whether such liability, claim or demand arise from event or casualty happening or within the occupied premises themselves or happening upon or in any of the halls, elevators, entrances, stairways or approaches of or to the facilities within which the occupied premises are located. Successful Bidder shall pay any judgment with costs which may be obtained against the City growing out of such injury or damages. In addition, Contractor shalt obtain and file with Owner, City of Copped, a Standard Certificate of fur mnce and applicable policy endorsement evidencing the required coverage and naming the Owner, City of Coppell, as an additional insured on the required coverage. WAGES: Successful Bidder shall pay or cause to be paid, without cost or expanse to the City of Coppell, all Social Security, Unemployment and Federal Income Withholding Taxes of all such employees and all such employees shall be paid wages and benefits as required by Federal and/or State Law. TERMINATION OF CONTRACT: This Contract shall remain in effect until Contract expires, delivery and acceptance of products and/or performance of services ordered m terminated by either party with a thirty (30) day written notice prior to any cancellation. The successful Bidder must state therein the reasons for such cancellation. mw of C n'PELL SIDEWALK, STREET & ALLEY —..Mr nmPAias Page 10 Bid #Q-1021-03 SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS The City of Coppoll reserves the right to award canceled Contract to next lowest and best Bidder as it deems to be in the best interest of the City of Coppell. TERMINATIONFOR DEFAULT: The City of Coppoll reservea therightto enforce the performance of this Contract in any manner prescribed by law or deemed to be in the best interest of the City in the event of breach or default of this Contract. The City of Coppell reserves the right to terminate the Contract immediately In the event the successful Bidder fails to: 1. Meet schedules; 2. Defaults in the payment of any fees; or 3. otherwise perform in accordance with these Specifications. Breach of Contract or default authorized the City of Coppell to exercise any or at I of the following rights: 1. The City may take possession of the assigned premises and any fees accrued or becoming due to date; 2. The City may take possession of all goods, fixtures and materials of successfal Bidder therein and may foreclose its lien against such personal property, applying the proceeds toward fees due or therembex becoming due. In the event the successful Bidder shall fail to perform, keep or observe any of the terms and conditions to be performed, kept or observed, the City shall give the successful Bidder written notice of men default; and in the event said default is not remedied to the satisfaction and approval ofthe City within two (2) working days of receipt of such notice by the successful Bidder, default will be declared and all the successful Bidder's rights shall terminate. Bidder, in submitting this bid, agrees that the City of Coppoll shall not be liable to prosecution for damages in the event that the City declares the Bidder in default. NOTICE: Any notice provided by this bid (or required by taw) to be given to the successful Bidder by the City of Capped shall conclusively demount have been given and received on the next day after such writtennotice has been deposited in the mail in the City of Coppell, Texas by Registered or Certified Mail with sufficient postage affixed thereto, addressed to the successful Bidder at the address so provided; provided this shall not prevent the giving of actual notice in any other manner. PATENTS/COPYRIGHTS: The successful Bidder agrees to protect the City of Coppell from claims involving infringement of patents and/or copyrights. CONTRACT ADMINISTRATOR: Under this Contract, the City ofCoppoll may appoint a Contract Administrator with designated responsibility to ensure compliance with Como d requhements, such as but not limited to, acceptance, inspection and delivery. The Contract Administrator will serve as liaison between the City of Capped purchasing Department (which has the overall Contract Administration responsibilities) and the successful Bidder. CITY OF-PPELL SIDEWALK, STREET ffi ALLEY PAVEMENT REPAIRS PASA II Bid #Q-1021-03 SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS PURCHASE ORDER: A Pumhase Order(s) shall be generated by the City of Coppell to the successful Bidder. The Purchase Older immbar must appear on all itemized invoices and packing slips. The City cf Coppell will not be held responsible for any orders placed/delivered without a valid torrent Purchase Order number. PACKING SLIPS or other suitable shipping documents shall accompany each special order shipment and shall show: (a) name and address of suooessfl Bidder, (b) name and address of receiving department and/or delivery location, (c) Purchase Order number, and (d) descriptive information as to the item(s) delivered, including product code, item number, quantity, number of containers, etc. INVOICES shall show all information as stated above, shall be issued for each Purchase Order, and shall be mailed directly to the City of Coppell Finance/Accounts Payable Department, 255 Parkway Blvd, Coppell, Texas 75019. PAYMENT will be made upon receipt and acceptance by the City of Capped for any item(s) ordered and receipt of a valid invoice, in accordance with the State of Texas Pmmpt Payment Act, Article 60lf V.T.C.S. Successfl Bidder(s) are required to pay subcontractors within ten (10) days. ITEMS supplied under this Contract shall be subject to the City's approval. Items found defective or not meeting Specifications shall be picked up and replaced by the sueeessfal Bidder at the next service date at no expense to the City of Coppell. If Item is not picked up within one (1) week meter notification, the item will become a donation to the City for disposition. SAMPLES: When requested, samples shall be famished free of expense to the City of Coppell. WARRANTY. Successful Bidder shall warrant that all items/services shall conform to the proposed Specifications and/or all warranties as stated in the Uniform Commercial Code and be free from all defects in material, workmanship and title. A copy of the warranty for each item being bid must be enclosed. Failure to comply with the above requirements for literature and warranty information could cause bid to be rejected= REMEDIES: The suer—fol Bidder and the City of Coppell agree that both parties have all rights, duties and remedies available se stated in the Uniform Commercial Code. VENUE: This Agonmentwill be governed and construed aceon ingto the laws of the State of Taxes. This Agreement is performable in the City of Coppell, Texas. ASSIGNMENT: The suecessfl Bidder shall not sell, assign, transfer or convey this Contract, in whole or in part without prior written consent office City of Coppell. SPECIFICATIONS and model numbers are for description only. Bidder may bid on description only. Bidder may bid on alternate model but most clearly indicate alternate model being bid. Bidder must enclose full descriptive literature on alternate hem(s). &HENCE OF SPECIFICATION. The apparent silence of these Specifications as to any detail or to the apparent omission 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. CITY OF Me—smnw-., surer & ALLEY—.aM' REPAIRS Page 12 Bid #Q-1021-03 SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS Each insurance policy to be furnished by successful Bidder shall include, by endorsement to the policy, a statement that a notice shall be given to the City of Coppell by Certified Mail thirty (30) days prim to cancellation or upon any material change in caverage. ANY QUESTIONS concerning this Invitation To Bid and Speoificatmrs should be directed to the Purchasing Department at 972-304-3643. Bid #Q-1021-03 SIDEWALK, STREET & ALLEY PAVEMENT R EPAIRS H E• C I T Y • 0 F COPPELL IF SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS PROJECT SPECIFICATIONS Bid 0 Q-1021-03 CITY OF —VELL S-1- —FT& —.1 PAVEMENT REP— ..e W Bid MQ -1021-03 SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS PROJECT SPECIFICATIONS FOR SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS Work included in this contract may include, but is not limited to, the removal and/or replacement of concrete streets, sidewalla, drive approaches, medians, alleys, rambling walls, and barrier -free sidewalk ramps. This contract is intended to be used to make repairs as needed throughout the City of Copped. 1. Before work begins, a pm-ounstruotion meeting will be arranged wherein the eomractor and representative(,) of the City will discuss procedures for the work to be completed. 2. The contractor will provide for City approval the names of material vendors, material submittals, a copy of mix designs for concrete, and a list of subcontractors. 3. The contractor is responsible for supplying a0 cam ipment, Jabot, material, supervision, and traffic control esrcphxi in successfully completingrepaks. 4. The contractor shall designate a full-time superintendent who shall ba on di job site at all times during construction. The City's representative will communicate only with the superintendent, or foreman. The contractor may Laplace the designated superintendent after written notification to the City. 5. The contractor hereby agrees to commence work within ten (10) working days of notice being given and complete the work on each group of repairs within a reasonable time after receipt of this notice, subject to such extensions of time as are provided by general and special conditions. b. The Contractor will be responsible for notification to the public of the agreed upon stmt date and scope of work at least seventy-two (72) hours prior to start of work. Including, but not limited m, the City's sidewalk replacement signage. 7. Thecontraetor will provide a list ofnames and twenty-four(24) hour emergency phone numbers for all key personnel related to the project. 8. The City may request replacement of designated superintendent after written notification to contractor. 9. Monday.Friday, work hours shall be limited to the period between 7:00 A.M. and 7:00 P.M. No work will be allowed on Saturdays without a written request to, and approval from, the City at least £arty -eight (48) hours in advance. Saturday work hours shall be limited to the period between 9:00 A.M. and 5:00 P.M. No work will be allowed on Sundays or holidays (lismd below). New Year's Day Memorial Day July Fourth Labor Day Thanksgiving Christmas Eve and Day 10, The City afCoppell Standard Details speoifientions, in combination with Federal and State ADA Specifications, and North Central Texas Council afGove ,.ta Standard Specifications for Public Works Construction (most current revision and amendments), shall govern all work performed in the City of Cappeli, If a conflict arises, the inspector CITY0u Cw1va.LSmEwaLK,—r-&ALLEYPAYc-1 ams P° r, Bid #lQ-1021-03 SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS in charge of the project shall determine which specifications will be used. The commetor's field supervisor shall be required to obtain a copy atrium, at the contractor's expense. 11. The City shall pay contractor for completion of the work on a unit price work basis, in accordance with the contract documents based on acmal measured quantifies and the unit prices stated in proposal. A measurement of completed quantities will be conducted prior to the submittal of each pay request. A measurement of completed quantities will be completed at least one time per month. Completed quantities include sealing. The contractor's field supervisor and the City's representative shall conduct this measurement 12. City may terminate contract If contractor persistently fails to perform the work in accordance with the contract documents including, but not limited to, failure to supply sufficient skilled wocions, suitable materials, equipment, or otherwise violates in any substantial way any provisions of the contract documents. City may, after giving contractor seven days written notice and to the extent permitted by law and regulations, terminate the services of contractor from the site and take possession of the work. 13. All repairs are to be saw out full depth at locations determined in the field by the City of Capped and are to be square or rectangular in shape. 14. Complete removal of all aid awalk/pavemant sections within the repair area Is to be aecomplished leaving clean vertical sides. Damaged vertical sides will be re -sawed, removed and replaced at the contractor's expense. Limit of pay will only be to the original saw line. Spoils from this activity and subgrade removal will be disposed of off-site at the contractor's expanse. *Note: When sidewalk repair includes curb and gutter repair, the curb and gutter will be paid under the bid it.. for curb and gutter. Measurement will be per City Standard Details, curb and gutter. The remainder of the sidewalk repair outside the limits of the curb and gutter repair will be measured and paid under the price per square yard for sidewalk repair. Thickness of concrete for curb and gutter repairs will be the same as the thickness of the adjacent street *Nate: When paving repair includes curb and gutter repair, the curb and gutter will be paid under the bid item for paving. Measurement will be based on the measurement of flatwork plus the curb height. For example: a 3'x 3' section that includes curb will be paid at 3'x 3'6" or 1,17 square yards. The quantity of curb included in the bid is for those areas where only the cub needs to be replaced and will be constructed per City Standard Details. Payment will than be based on the price bid per Imear foot of curb and gutter. 15. Removal ofbriek pavers shall beineidemal to concrete removal and shall include complete removal of all pavers and underlying concrete support below pavers within the replacement area. The thickness of concrete removal below the pavers is generally between 6 and 8 inches in thickness. This is to be accomplished leaving clean vertical sides. Damaged vertical sides will be re -sawed, removed and replaced at the contractor's expense. Limit of pay will only be to the original saw line. Pavers, concrete, and spoils fiom this activity shall be disposed of off-site at the contractor's expense. 16. Seagoville shall be removedto a depth below bottom of the existing sidewaik/pavement and compacted to 95% standard proctor density. For sidewalk, fine, washed sand, free from organic materials or clay shall be placed. in Iran of and, Grade I flexible base may be used. If unstable material is encountered that has to be removed, then Grade I flexible base shall be placed and compacted to 95% standard proctor density to bring subgrade up to the bottom of the existing sidewalk, For pavement, cement treated base (CTB) is to be placed and compacted (to 95% standard proctor density) in place of the removed subgrade. If the removal leaves avoid deeper than the 6" requirement, or if unstable material is encountered that has to be removed, than flexbase shall be placed and compacted (to 95% standard proctor density) to bring subgrade up to 6" below bottom of the existing Pavement. -O6 COPPELL SIDEWALK, STREET & ALLEY PAVKNIENTREPAIRS P,,, 16 Bid #Q-1021-03 SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS 17. Where brick pavers and underlying concrete are removed, the existing subgrade shall be compacted to 95% standard proctor density. CTB will then be placed and compacted (m 95% standard proctor density) to the bottom oftbe proposed stamped concrete. 18. Verflcal sides of repair for sidewalk, area are to be doweled with #3 bars, epoxy embedded 6' into the sides at 12" centers. Vertical sides of repair for pavement, area are to be doweled with #4 bars, epoxy embedded 6" into the sides at 12" centers. A 24" #6 smooth dowel with dowel sleeve will be used at any transverse expansion joint that may be disturbed. See City of Coppell Standard Details, 19. Reinforcement steel for sidewalk, shall be minimum #3 bar on 24" centers ganactawly and #3 bar on 18" centers longitudinally and shall be supported by bar chairs spaced adequately to support the weight of the concrete during placement. For pavement, it shalt be minimum #4 but on 18" centers with 30 diameters bar laps. (#4 - 12" lap) and shall be supported by bar chairs spaced adequately to support the weight of the concrete during placement. 20. Concrete for sidewalk, shall be Type I cement Class 'A' concrete at a rate of 5 sacks per CY and a compressive strength of 3000 PSI at 28 days. Testing to be provided by owner, at the sole expense of the owner. 21. Concrete for pavement, shall consist of Type IIIA Cement Class'C' Concrete ata rate of 6 sacks per CY and a compressive strength of 3600 PSI at 28 days unless otherwise noted. After placement of ceramic, the entire new concrete section shall receive a coat of approved curing compound applied by use of a sprayer capable of producing an even and thorough coverage. Six cylinders shalt be obtained for testing on the 7", 14'", and 28ih day. Testing to be Provided by owner at the sole expense of the owLier, one density taken Per repair location, concrete cylinders per day of Poi or 100 cubic Funds or as required by the owner. Pavement may be placed in service if a strength of 3000 PSI is obtained on the 7 or 14 day breaks. If a strength of 3600 PSI is reached on the 7 or 14 day breaks, then no additional test will be required. If the 28 -day break does not obtain 3600 PSI, the pavement shall be removed and replaced at the contrachn's expense. 22. Stamped concrete shall consist ofine installation of integrally colored stamped concrete in the locations as shown in the plans. Color shall be Red Clay — Scansion, Integral Color with Brocade Natural 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. All concrete for construction shall be Class'A' concrete having a minimum of 6 sacks of cement per cubic yard and a minimum compressive strength of 3,600 psi at 28 days. In areas where the new concrete abuts existing concrete, the vertical sides are to be doweled with #4 bars epoxy embedded 6" into the sides at 12" canters. Reinforcement steel shall be a minimum #4 bar, on 18" comers with 12" bar laps and shall be supported by bar chairs adequately spaced to support the weight of mounds, dun ng placement. 23. During repair ofsidewalks an alternate pedestrian access route shall be provided according to Federal and State ADA requirements. All sidewalk reports will have ADA compliant barricades with"Sidewalk Closed- Use Other Side" signs at the beginning and and of each excavation site. No signs will be allowed on the sidewalk outside ofthe closed area. 24. Construction, longitudinal, contraction, transverse, expansion and all other joints shall be par the City of Coppelt Standard Details, with silicone sealant and backer rod which shall be approved as part of the submittal process. 25. A. Each worksite where either or both vehicular and pedestrian traffic will be impeded, a work cone will be set up in accordance with the current version of the Texas Manual on Uniform Traffic Control Devices (TXMUTCD). Most work sites will require at mhrimum the intermediate work zona applieafions. Traffic cones are not good intermediate traffic control devices. For specifics refer to the on-line version of the TMUTCD available on the Texas Department of Transportation's website located at (bttn tlwww t dot eo /e emmant/enforceme tJs"enaee/tmutcd htmq. CITY 4F munnuL SIDEWALK,STREET&aulel Iii—Hoof Foram' Ng. tt Bid #Q-1021-03 SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS B. A specific traffic control plan that is consistent with the TMUTCD is to be submitted for review to the Project City/Construction Inspector for anyjob sites that may require an encroachment into the roadway overnight Daily daytime work zones that are withdrawn out of the roadway overnight do not require a plan to be submitted but will need to be consistent with the TXMUTCD. Vertical panels used for barricading in the gutter line, where a curb has been removed, do not constitute encroachment by definition as it applies to this conb act. hnplaradautem of the traffic control plan and all traffic control devices necessary for a safe work environment shall be provided at the sole expense of the contractor. No portion of a street will be allowed for complete closure without a review by the City of Coppell. Traffic control devices shall be maintained at all times during construction. C. Spoils will not be permitted to be left in the roadway or work area overnight or unattended during the work process. Spoils such as removed concrete panels pose a significant hazard to pedestrians and motorists and therefore must be barricaded with diligence. All spoils should be hauled offby the and of the workday. 26. All barrier free ramps with detectable warnings consist of curb cuts, ramps, return embs, landings, flares, and saw cuts. Detectable warnings will be cast in place (wet set), shall be twenty-four (24) inches in depth in the direction ofpedeshian travel, and full width ofthe ramp. All detectable warnings shall be approved by submittal. The color shall be brick red. The pay item will be by each unit, to include alt items considered part of the ramp, as defined in the above statement. Sidewalk transition will be paid as sidewalk repair. The City of Coppell shall decide the layout of the ramp components for each tamp location. The contractor will be responsible for ensuring ramps are built to meet all state and federal requirements. Ifthe layout causes a conflict with ADA requirements, contractor shall inform the inspector of the conflict. Any changes to the layout must still ensure full compliance to federal and state ADA requirements 27. The Bid Form includes Bid Items for ADA accessible ramps, lead steps, adjustment upward meters and valve boxes and adjustment of manholes and clean -outs. The quantity established for those items Is by estimation only. The actual quantity, if any, will be established in the field and mutually agreed upon between the Contractor and the City Inspector assigned to the project. No payment will be made under these items ..lass the Inspector has approved the work in advance. All wank under the items wilt be in accordance with the City of Coppell Standard Details. 28. Stairs will consist of alis, up to 8" and a tread depth of. more than 18", with each step of equal rise and depth. Stairs will be paid by square feet and will be measured by depth and width oftread. 29. Any buttons, striping or other traffic control device removed during construction shall be replaced to match pre- existing conditions. 30. Where deemed necessary by the City, the contractor shall use high -early strength concrete. The mix shall be capable of reaching 3,000 psi strength within 12 hours of placement. 31. There are no construction plans for this project. The contractor shall be responsible for proper drainage of each Project. 32. A 24 -month maintenance bond at 50% of total value, on a form provided by the City, will be. provided by the successful bidder. Reference the City o£Coppell Standard Construction Details and Subdivision Ordinance for further clarification: up://www.cop Jim.peeo tea mmen /depaartmentsten ingt ee_e/engin r'na-development htws lIl'brary mr 'ode mmttx/coonell/ odeslcod of ord' ances Bid #Q-1021-03 SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS 32. It is the contractor's responsibility to identify, locate, test and protect areas with existing irrigation systems. All irrigation systems damaged will be repaired to as good or better condition, and to the satisfaction ofthe property owner at the connector's sole expense within 72 hours of notification of damage. 33. It is the contractor's responsibility to obtain utility locates. Any damage to existing milities wilt be the sole financial responsibility of the coal ..to,.. 34. The contractor is responsible for compliance with all laws and regulations regarding the prevention of underground utility damage. The contractor is also responsible for reporting to the appropriate operator any damage to underground utilities during the course of work. 35. All equipment left on the jobsite overnight shall be located within the lane closure and safely barricaded. If the lane closure is not large enough to safely accommodate the equipment, it will not be allowed to be left in the street. 38. Contractor will be responsible for backfilling with suitable material behind the sidewalk and sodding the disturbed area with like turf and soil. 39. Positive drainage shall be established during the initial phase of grading and maintained throughout construction. The commuter will determine grade by use of an instrument or water se requested by the City. Any areas identified by the contractor that impede the positive drainage and are not scheduled for repair shall he brought to the attention of the project inspector. Inspector shall work with contractor to determine any additional areas that need repaired. Any completed repairs within the project that do not have positive drainage will be removed and corrected at the contractor's expense. 40. It will be the responsibility of the contractor to provide written notification to affected residents in the vicinity of the repair area prior to beginning the work. Information to be included will be the beginning and end dates of project, mad closure information (if applicable) and contact number(s). A draft copy of the notice will be submitted, reviewed and approved by the Project City and City Inspector prior to its distribution to residents. 41. Once work in an area has commenced, it shall be completed and restored within 10 days. 42. Verbal response to citizen complaints must be made within 24 hours; issues most be rectified within 48-72 hours If the complaint is found to be valid. 43. All items necessary to complete the work are subsidiary to the price bid, including but not limited to: testing, pavement markings, traffic control plan, repair ofirrigation systems, sodding, resetting existing signs, etc. 44. All the work contained in this contract lies within the city limits of the City of Coppell, Texas and shall be constructedaccording to the City of Copped approved construction standard details and specifications and any amendments as adopted by the North Central Texas Council of Governments. 45, LABOR CLASSIFICATION AND MINIMUM WAGE SCALE The City of Coppell is the contracting agency for this constitution project. The following statute requires any contracting agency to specify the generally prevailing rate of wages in contracts that are bid. Vernon's Texas Civil Statutes -Article 5159w "Construction of Public Works in State and Municipal or Political Subdivisions; Prevailing Wage Rate to be maintained." CITY OF COPPELL EmEWALK, s -F & ALLEY PAVEMENT REPAms ." 19 Bid kQ-1021-03 SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS Pursuant to tate requirements of this statute, the City of CoppelL has ascertained the following rates of wages are paid to various classifications of workers in the locality of this project. Not less than the following hourly rates shall be paid for the various classifications of work required by this project. Workers in classifications where rams are not identified shall be paid not less than the general prevailing rate of"laborer" for the various classifications of work therein listed. The hourly rate for legal holiday and overtime work shall be not less than one and one-half (1& 1/2) times the base hourly rate. The rates specified are journeyman rates. Apprentices may be used on the project and may be compensated at a rate determined mutually by the worker and employer, commensurate with the experience and skill of the worker but at at rate less than 60%of thejouredymer's wage as shown. Arm time shall ajourneyman supervise more than one (1) apprentice. All apprentices shall be under the direct supervision Oka journeyman working as a crew. Pursuant to the requuomem of this statute, the City of Cupped, has ascertained the following rates of wages are paid to various classifications of workers in the locality of this project: CONCRETE FINISHER(Paving and Structures $ 14.12 —, ---1-1, 11 $ 19.80 FORM BUILDERIFORM SETTER Paving & Card— -- .......... ............. ... ........ .. . . . .... 13.16 Sbuctures-....................... ..--........... ,.................. ......................... ..... ..................................... $ 13.84 LABORER $ 12.69 AsphaltBaker .................. ..................._............... .......,.................................. ... ........ ............ ... $ 10.06 Flagger.................................................................................................................................... $ 10.72 Laborer, Common.................................................................................................................... $ 12.32 Laborer, Utility ............._........................................................................,................................ $ 13.24 Pipelayer.................................................................................................................................. $ 11.68 Work Zone Barricade Servicer................................................................................................. POWER EQUIPMENT OPERATOR AsphaltDistributor.................................................................................................................. $ 15.32 AsphaltPaving Machine.......................................................................................................... $ 13.99 Broomor Sweeper................................................................................................................... $ 11.74 Concrete Pavement Finishing Machine....._............................................................................. $ 16.05 Concrete Saw.. ... ....... $ 14.48 Crane Operator, Lattice Boom 80 Tons or Less........................................................................ $ 17.27 Crane Operator, Lattice Boom over 80 Tons............................................................................ $ 20.52 Crane, Hydraulic 80 Tons or Less........-.................................................................................. $ 18.12 CrawlerTractor .............. ................ ......... ...................._............................... .... ....... ........... ..... $ 14.07 Excavator, 50,000 pounds or less ....-....................................................................................... $ 17.19 Excavator, over 50,000 pounds ................ ........... .............................................................._..... $ 16.99 $ 21.07 Foundation Drill, Truck Mounted...,.....--.............................................................................. Mounted $ 17.99 Foundation Drill, Crawler ......................................................................................... $ 13.69 FrontEnd Loader 3 CY or Leas- ............................................................................................. FrontEnd Loader, aver 3 CY................................:.................................................................. . _�__,,,-_�.�_.._._______....................................... $ 14.72 $ 15.18 - OF COPPELL SIDEWALK, MEET & ALLEY PAYEmufF REPAIRS Page le Bid #Q-1021-03 SIDEWALK, STREET & ALLEY PAVEMENT -- Milling Machine. Motor Grader, Fine Grade ................................... Motor Grader, Rougb........................................... Pavement Marking Machine ............................... Reclaimer/Pulverizer.......................................... Roller, Asphalt....- Roller, sphalt......Roller, Other— ............ ... Scraper............................................................... Small Slipform Machine ..................................... Spreader Box..... , - .. , — ...... .. .. .. Servicer............................................................. Steel Worker (Reinf, acing) ................................ TRUCK DRIVER $ 16.24 Lowboy-Float.......................................................................................................................... $ 12.25 OffRoad Naulet.............. .......... ..... .............................. ............ .......... SingleAxle ................... ............ ..... ....... ............. ..................................._. .......... ..... .................... - ......... ..........,............ $ 12.31 Single or Tandem Axle Dump Track....................................................................................... $ 12.62 Tandern Axis Troo. with Scmi Trailer................................................................................... $ 12.86 Transit-Mix............................................................................................................................. $ 14.14 WELDER....................................................................................................................................... $ 14.84 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental Not less than the following hourly rates shall be paid for the various classifications of work required by this project. Workers in classifications where rates are not identified shall be paid not less than the general prevailing rate of "laborer" for the various classifications of work therein listed. The hourly rate for legal holiday and overtime work shall be not less than one and one-half (1 & 112) tires the base hourly rate. The rates specified are journeyman rates. Apprentices may be used on the project and may be compensated at a rate determined mutually by the worker and employer, commensurate with the experience and Skill of the worker but not at ante not less than 60% of the journeymen's wage m shown. Arm time shall a journeyman supervise more than one (1) apprentice. All apprentices shall be under the direct supervision of a journeyman working as a crew. 46. ADDITIONAL INFORMATION This contract will commence thirty (30) days after the date of the award and will continue for 12 months. The City of Coppell, City Council reserves the right to extend this contract for three (3) additional one-year periods as it deems to be in the best interest of the city. Communications conceming this Bid shall be addressed to the address of BIDDER indicated on the applicable signature page. Cire OF CO F LLStDEwALK,STREET&ALLEY PAVEAr—REPAIRS to'. it Bid #Q-1621-43 SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS BIDDER understands that the Owner is exempt from State Limited Sales and Use Tax on tangible personal property to be incorporated into the project. Said taxes are not included in the Contract Price (see Instructions to Bidders). The terms used in this Bid which are defined in the General Conditions of the Construction Contract included as Pat of the Contract Documents have the meanings assigned to them in the General Conditions. The City of Copp ell reserves the right to delete any portion of it, project or adjust gianfid. as tinny, deem necessary to stay wililn the City's available finds. Should the City elect to delete miyporttou, the contract quantities will be adjusted accordingly. C or ,,wFELLSIDEWALK, STREET& ALLEY PAVEMENT—AmS P°��� Bid #Q-1021-03 SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS T H E C I T Y• O F COPPELL Fx e4 n s x SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS BID SUMMARY AND CONFLIT OF INTERESET QUESTIONNAIRE Bid # Q-1021-03 BID SUMMARY AND CONFLIT OF INTERESET QUESTIONNAIRE BIDDERS PLEASE NOTE: ONE COPY OF THE FOLLOWING BID SHEETS HAVE BEEN ENCLOSED FOR YOUR CONVENIENCE TWO COPIES MUST BE RETURNED TO THE PURCHASING DEPARTMEN NOL4TERTHAN: Thursday, October 22, 2020, 2:00 p.m. CITY OPC PELL SID ALK,STREET& ALLEY PAVEMENT REPAIRS Page t3 Bid #Q-1021-03 SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS Bidders shall complete the following table of unit pricing and provide a total of all unit pricing listed in the space provided. BID SUMMARY Sid #Q-1021-03 SIDEWALK, STREET & ALLEY PAVEMENT REPABIS CITY OF COPP6LL SIDEtVALK, SI'R5ET ffi ALLEY PM1YBMENT REPhiRS PAg°15 Bid #Q-1021-03 SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS G OF OOPPELL SID -LK, STREET& ALLRY PAVEMENT REPAIRS Px 14 Bid MQ -1021-03 SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS TOTAL UNIT PRICES BID FOR PROJECT: $ 59,438.00 The end of a 12 -month period after award of *Note: All work must be completed by: contract. 1012"11202(1 Submitted on: Date NEW WO_R_LD CONTRACTINGLLC Submitted by (Company): Name Company RepreseaitatiVE: Signature CITY OF COPPED, SIDEWALK, STREET & ALLEV PAVEMENT REPAIRS Poge tJ Bid #Q-1021-03 SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS CONFLICT OF INTEREST QUESTIONNAIRE' FORM CIO For vendor doing business with 1-1 goVarnrnoDtal WIRY Thb:gaastionnaire mflaas ahanga mala to Ne law by H.B. E,9, gab Lag., Regular Smelan, omeEllsEoNLY and .valla meek regJrema� under Section tI8.008(e}: ­MHLbG0NTRAGTlM,LLG N—f Offl- 4 Glias rfeceseary. A K then of government offl-I or A family Inenilxrd the officer —M, or IWyb remNe t.Y IA dW then In—M In—, from the mdm? case esi men 'h. oll., —fonly ..rz, 01h. — AND .. ffi 1— ..Wd f.. t. I— governmemel anih}^t Y. ®No ownership interest of ane perwd tt mwe. yj ❑ d --ked 11 S.W.n =IWIN gft desoited M $Oftn 176,M(a-1). vyay bheemta.redAy —,—W CITY0FC AMLSMMALY —ET&--lAW-NT--RS P.A, u Bid #Q-1021-03 SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity Acomplma copy of Chapter 176 of the Local Government Cade may be Sendai hllp:JrWww.sHmtes.legis.siate.ix.us! D,c$/LGPubmfLG 176.him. For easy reference, below are some of the sections cited on this form. Lmyg Government Code517600i(1-ai: "Bustneas relationship' means acombotion between two or more parties based on commercial actvityof one of the parties. rho Win does not include a connection basedon: (A) a transaction that Is subject to rate or fee regulation by afederal, state, or Iomcgovemmenial entity, oran agency of—floral,state eclat aprica and subject tty; (B)atmftchea aconducfgatepdceantl subject to termsavalWbleio the public; or (C) aRurchase or lease of gootlsor services from a person Thai ischartered by a sWta or ledeml agencyand that is subject to regular examination by, and repotting b, chat agency. Local Qmeet Code 6178009()t2itAi end JBI: (a) Alocai government officer shall file a conflicts disclosure statement with respect to avendor if: (2) thevendor: (A) has an employmentorotherbusiness mlationchipwlih the locaigovernmentofiloerora family member of the ofilcer that results in the officer or family member receiving taxable Inw,e, other man investment Income, that eaa.d. $2,500 during the 12 -month period precedng the data that Ore of f icer becomes aware that (h) aeontraot betweenthe local governmentalevilly andvendorhas been execamd; (H) the local governmental entry le considering entering into a contract with the "'Em (B) hasgiven to thelocal gave,,oniofflcermafamilymemberofthooffiowoneormoregifts mat havemaggregatevalorm morothan $10) in the 12mmur period preceding ire dam m t of Iicer becomes aware mat (I} a contractbetween the local governmental entity and vendor has bean executed; or (ii) the local governmenfal entity is considering entering into a contract with the vendor. L IG t Code 5176006! i end hill (a) Avendorshall file. a completed don(Iiciof imerestqussilonnaire ii the ventlor has a business relationshiR with a local governmental entity and: (1) has an employment or other business relationship with alocal government ofilcer of that local govemmental epfity, or a lamity memberof the officer described by Smans, 176.003(a)(2)(A); (2) has given a" government of icerof that local governmental entity, are family member of the officer, one or more gift Win in, aggregatevaluespeciied by Section 176.003(a)(2)(B), excluding any gift described by Section 176.003(a-1); or (3) has a family relationship with a local government otticerm that local govemmenfal entity. (a -f) The complemc cenfiietol inusb atquestionnalre must be filedwim the appropriate records admtnisnater not talarthan the seventh business day after the latarof: (i) the date that the vendor. (A) begins discussions or norEfftions as enter into a contract with me lacer fRaamorqu d entity; ar (8} submits mmi calgovor another wiling relo d to Potential contract ifor proposals or bide, conespondance, or another writing related to a potential contract wish the local evernmernmentity;or (2} the date the vendor becomes aware: (A) of an employment or other business relationship with a local government Dtieer, or a family memberof theotticer, described by Suhsection (a); (B) that thevmrdmh. given one m ore gits described by Summers, (a); or (E) ata family relationshipwim aiooal government officer. ro,mpoNdad bf— Et.. C-.adn ve-A t—,uta.b.u¢ Red-iilao2pla CITY OF COPPRLL SID&WALK, 6EREET &A UEF PAYEAn—REPAIRS Pete 2n Bid #Q-1021-03 SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS T X E - C I T Y - O R COPPELL F k A E 1 8 9 6 SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS DESCRIPTION OF PAY ITEMS Bid # Q-1021-03 CITY O COP—L SID—K, STREET& ALLEY Page 30 Bid #Q-1021-03 SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS This section includes comments concerning various pay items so that the CONTRACTOR can fully andemtand the scope of work contemplated and requited for each item bid. 1. Construction No Pay Items: All work necessary for the ochry 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, thecofofe. Those items shall include, but not be limited to, for the following: (a) erosion and sediment controls; (b) excavation, embechnent, ball and compaction; O removal of spoils; (d) water for construction; (e) construction staking and/or layout; (f) surveying re re-establish V red; (g) maintenance of sports during construction; (h) sprinkling for dusteontrol; (i) project hailer, lfneedsd; 0) mobilization, bonds and insurance; and/or (k) any other incidentals or appurtenances necessary to complete the work, whether directly called out within the plans or implied. 2. Construction Pay Items; Pay it a 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 ofGovernments Fourth Edition (NCTCOGf unless modified by these special provisions. All work for this project shall be governed by the Project Specifications, Standard Specifications for Public Works Construction —North Central Texas Council of Govemments Fourth Edition (NCTCOG), the City of Coppell Standard Construction Details (Ord. 92006-1129), and Appendix "C" Design Criteria and Standards in the City of Coppell Subdivision Ordinance (Ord. #94-643), together with any additional information included here n. Pay Item No. 01 - Be.-. 6" to 8" thick reinforced concrete 0-50 SY; Pay Item N. 02 - Remave 6" to 8" thick reinforced concrete 51-250 SY; Pay Item No. 03 - Remove 6" to 8" thick reinforced concrete 251 + SY; Pay Item No. 04 - Remove 9" to 10" thick reinforced concrete 0 - 50 SY; Pay Item No. 05 - Remove 9" to 10" thick reinforced concrete 51-250 SY; and Pay Item No. 06 - Remove 9" to 10" thick reinforced conerete251+ SY The items above shall follow the guidelines of the Project Specifications and NCTCOG Item 203. Measurement and payment shall be per sips e yard (SY). Pay Item No. 07 - Remove 6" to 8" thick reinforced concrete alley 0 - 50 SY; Pay Item No. 08 - Remove 6" to 8" thick reinforced concrete alley 51- 250 SY; and Pay Item No. 09 - Remove 6" to 8" thick reinforced concrete alley 251+ SY The Items above shall follow the guidelines of Project Specifications and NCTCOG Item 203. Measurement and payment shall he per square yard (SY). Pay Item Na. 10 - Remove 4" to 5" concrete sidewalk 0-50 SY; Pay Item No. I l - Remove 4" to 5" concrete sidewalk 51 to 250 SY; and Pay Item No. 12 - Remove 4" to 5" eencrete sidewalk 251 + SY The items above shall follow the guidelines of Project Specifications and NCTCOG Item 203. Measurement and payment shall be per square yard (SY). Pay Item No. 13 - 4" concrete sidewalk (3000 PSI) 0-50 SY; Pay Item N. 14 - 4" concrete sidewalk (3000 PSI ) 51 to 250 SY; and Pay Item No. 15 - 4" concrete sidewalk (3000 PSI) 251 + SY The items above shall be constructed and measured and paid for in accordance with Project Specifications and NCTCOG Item 305.2. The unit of f.,.—.t shall be per square yard (SY). Pay Item No. 16 - 6" (3600 PSI) concrete for pavement 0-50 SY; Pay Item No. 17 - 6" (3600 PSI) concrete for pavement 51 to 250 SY; Pay Item No. 18 - 6" (3600 PSI) concrete for pavement 251 + SY; Pay Item No. 19 - 6" High Early Strength concrete for pavement 0-50 SY; Pay Item No. 20 - 6" High Early Strength Bid #Q-1021-03 SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS concrete for pavement 51 to 250 SY; Pay Item No. 21- 6" High Early Strength concrete for pavement 251 + SY; Pay Item No. 22 - S" (3600 PSI ) concrete for pavement 0-50 SY; Pay Item No. 23 - 8" (3600 PSI) concrete for pavement 51 to 250 SY; Pay Item No. 24 - 8" (3600 PSI) concrete for pavement 251 + SY; Pay Item No. 25 - S" High Early Strength concrete for pavement 0-50 SY; Pay Item No. 26 - 8" High Early Strength concrete for pavement 51 to 250 SY; Pay Item No. 27 - 8" High Early Strength concrete for pavement 251 + SY; Pay Item No. 28 - 9" (3600 PSI ) concrete for pavement 0-50 SY; Pay Item No. 29 - 9" (3600 PSI ) concrete for pavement 511. 250 SY; Pay Item No. 30 - 9" (3600 PSI) concrete for pavement 251 + SY; Pay Item No, 31- 9" High Early Strength concrete for pavement 0-50 SY; Pay Item No. 32 - 9" High Early Strength concrete for pavement 51 to 250 SY; Pay Item No. 33 - 9" High Early Strength concrete for pavement 251 + SY; Pay Item No. 34 - 10" (3600 PSI) concrete for pavement 0-50 SY; Pay It.. No. 35 - 10" (3600 PSI) concrete for pavement 51 -250 SY; Pay Item No. 36 -10" (3600 PSI) concrete for pavement 251+ SY; Pay Item No. 37 - 10" High Early Strength concrete for pavement 0-50 SY; Pay Item No. 38 -10" High Early Strength concrete for pavement 51-250 SY; Pay Item No. 39 -10" High Early Strength concrete for pavement 251+ SY; The items above shall be contracted and measured and paid for in accordance with Pcojeet Specificmions and NCTCOG Item 3039. The unit ofineasurement shall be per sq— yard (SY). Pay Item No. 40 - 6" to 8" (3600 PSI) Alley pavement concrete 0 - 50 SY; Pay Item No. 41 - 6" to 8" (3600 PSI) Alley pavement concrete 51 to 250 SY; Pay Item No. 42- 6" to X. (3600 PSI) Alley pavement concrete 251 + SY; Pay Item No. 43 - 6" to 8" High Early Strength Alley pavement concrete 0 - 50 SY; Pay Item No. 44 - 6" to 8" High Early Strength Alley pavement concrete 51 to 250 SY; Pay Item No. 45 - 6' to 8" High Early Strength Alley pavement concrete 2511 SY; The items above shall be constructed and measured and paid for in accordance with Project Specifications and NCTCOG Item 303.9. The unit of measurement shall be per square yael (SY). Pay Item No. 46 - Barrier Free Ramps (4' Sidewalk); Pay Item No. 47 - Barrier Free Ramps IF Sidewalk); Pay Item No. 48 - Barrier Free Ramps (6' Sidawalk); and Pay Item No. 49 - Barrier Free Ramps (10' Sidewalk) The items above shall be constructed in accordance with Project Specifications and NCTCOG Item 305.2. Measurement and payment shall be per each (EA). Pay Item No. 50 -Sidewalk curb This item shall be constructed and measured and paid for in accordance with Project Specifications and NCTCOG Item 305.1. The unit of measurement shall be per linear foot (I F). Pay Item No. 51 - Stairs tip to 8" rise SF This item shat] be constructed and measured and paid for in accordance with. Project Specifications and NCTCOG Item 802.1. The unit of measurement shall be per square foot (SF). Pay Item No. 52- 6" Integral Curb Concrete This item shall be constructed and measured and paid for in accordance with Project Specifications and NCTCOG Item 305.1. The unit of measurement shall be per linear foot (LF). Pay Item No. 53 - 6" concrete drive approach up to connecting sidewalk or R.O.W.; and Pay Item No. 54 - 8" concrete drive approach up to connecting sidewalk or R.O.W. The items above shall be constructed and measured and paid for in accordance with Project Specifications and NCTCOG Item 305.2. The unit ofineaam entero shall be per square yard (SY), Pay Rem No. 55 - Remove curb and gutter 0 - 150 LF; Pay Item Na, 56 - Remove curb and gutter 151 + LF The items shove shall folbw the guidelines of Project Specifications and NCTCOG Item 203. Measurement and payment shall be per linear foot (LF). Pay Item No. 57 - 24" curb and gutter to include 6" each 0 -150 LF; Pay Item No. 58 - 24" curb and gutter to include 6" curb 151+ LF; Pay Item No. 59 - 30" curb and gutter to include 6" curb 0 -150 LF; Pay Item GTY OF WFFELL SIDEWALK, STREET S ALLEY F—hoENT molmB Yeee st Bid 4Q-1021-03 SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS No. 60 - 30" curb and gutter to include 6" curb 151 + LF; Pay Item No. 61- 36' curb and gutter to include 6" curb 0 -150 LF; and Pay Item No. 62-36' curb and gutter to include 6" curb 151+ LF The items above shall be constructed and measured and paid for in accordance with Project Specifications and NCTCOG Item 305.1. The unit of measurement shall be per Iinear foot (LF). Pay Item No. 63 - 18" Mountable curb and gutter concrete The items above shall be constructed andmeasured and paid for in accordance with Project Specifications and NCTCOG Item 305.1. The unit of mcaareement shall be per linear foot (LF). Pay Item No. 64 - SDHPT (grade 2) Type A Flex Base provided placed and compacted by con tractor This them shall be constructed in accordance with Project Specifications and NCTCOG Item 305.2. Measurement and payment shall be per ton (TON). Pay Item No. 65 - 5" - 6" depth stamped patterned concrete median; and Pay Item No. 66 - 8" depth stamped patterned concrete median This item shall follow the guidelines oPProject Specifications and NCTCOG Item 303. Measurement and payment shall be per square yard (SY). Pay Item No. 67 - Removal of retaining wall (0-4 it tall) This item shall follow the guidelines of Project Specifications and NCTCOG Item 203. Measurement and payment shall be per ]inoar foot (LF). Pay Item No. 68 - Retaining wall (0d.5 ft) with integral sidewalk; Pay Item No. 69 - Install retaining wall (1.6 - 3 ft) with integral sidewalk; and Pay Item No. 70 - Install retaining wall (3.1 - 4 R) with integral sidewalk The items above shall be conducted in accordance with Project Specifications and NCTCOG Item 802.2. Measurement and payment shall be by per linear foot (U). Pay Item No. 71- Remove HMAC sad necessary sob -base This item shall follow the guidelines of Project Specifications and NCTCOG Item 203. Measurement and payment shall be per square yard (SY). Pay Item No. 72 - Install HMAC 2" compacted along concrete repairs SY This item shall be constructed and measured and paid for in accordance with Project Specifications and NCTCOG Item 302.9. The unit of ineasmarmen shall be per square yard (SY). Pay Item No. 73 - Saw cut full depth concrete; Pay Item No. 74 - Saw cut full depth concrete sidewalk; Pay Item No. 75- Saw cut asphalt full depth; and Pay Item No. 76 -Partial (Tt4) depth saw cut concrete The items above shall be constructed and measured and paid for in accordance with Project Specifications and NCTCOG Item 402.3. The unit of measurement shall be per linear foot (LF). Pay Item No. 77 - Sod on all disturbing sides of construction to match existing species of grass This item shah be constructed and measured and paid for in accordance with Project Specifications and NCTCOG Item 202.5. The unit of measurement shall be per square yard (SY). Pay Item No. 78 - Unclassified Excavation 0 - 50 CY; Pay Item No. 79 - Unclassified Excavation 51 - 100 CY; and Pay Item No. 80- Unclassified Excavation 101 +CY The items above shall be constructed and measured and paid fm in accordance with Project Specifications and NCTCOG Item 202.5. The unit ofmcasurement shall be per cubic yard (CY). Pay Item No. 81- Place and Compact Fill supplied by Contractor CY The items above shall beeonsn e"d in accordance with Project Specifications and NCTCOG Item 203.7. Measurement and payment shall be by per cable yard (M. Pay Item No. 82 - 4" Concrete Riprap 0- 50 SY; Pay Item No. 83 - 4" Concrete Riprap 51 to 250 SY; and Pay Item No. 84 - 4" Concrete Riprap 251 + SY The items above shall be constructed and measured and paid for in accordance with Reject Specifications and NCTCOG been 803.5. The omit of measurement shall be per square yard (SY). Bid #Q-1021-03 SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS Pay Item No. 85 - Remove storm water pipe 0-30" This item shall follow the guideham improper Specifications and NCTCOG Item 203. Measurement and payment shall be per linear foot (LF). Pay Item No. 86 - Lay storm water pipe 0-30" RCP supplied by Contractor This item shall be eonstmcted in accordance with Project Specifications and NCTCOG Item 501.6. The unit of measurement shall be per linear foot (LF). Pay Item No. 87 - Install 6" French drain 0'-3' depth; and Pay Item No. 88- Install 6" French drain 3.01' - 6' depth The items above shall follow the guidelines of Project Specifications and NCTCOG Item 501, Measurement and payment shall be per tine. foot (LF), Pay Item No. 89 - Adjust Manhole to Grade This item shall be constructed and measured and paid for in accordance with Project Specifications and NCTCOG Item 502.1. The unit of mecstuement shall be per each (EA). Pay Item No. 90 - Adjust Existing Grate Inlet to Grade This work includes adjusting existing grate inlets to proposed grade as indicated on the ourehrefion plans or as directed by the City, in accordance with the appropriate specifications and standards. Measurement and payment for this work shall be made an the basis of price bid per each (EA) and shall be Intal compensation for furnishing and/or operating all labor, materials, tools, equipment, and other incidentals necessary to complete the work. Pay Item No. 91- Adjust Water Meter Cans and Irrigation Valve Boxes This work includes adjusting water meter cans and irrigation valve boxes to proposed grade as indicated on the construction plans or as directed by the CITY, in accordance with the appropriate specifications and standards. Measurement and payment for this work shall be made on the basis of 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. Pay Item No. 92 - Adjust Sewer C ..mints This work includes adjusting sewer clamours In proposed grade as indicated on. the construction plans or as directed by the CITY, in accordance with the appropriate specifications and standards. Measurement and payment for this work shall be made on the basis of 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. Pay Item No. 93 - Adjust Valve Boxes This work includes adjusting valve boxes to proposed grade as indicated on the construction plans or as directed by the CITY, in acoorde nce with the appropriate specifications sort standards. Measurement and payment for this work shall be made on the basis of price bid per each (EA) and shah be total compensation for furnishing and/or operating all labor, materials, tools, equipment, and other incidentals necessary In complete the work. Pay Item No. 94 - Relocate Existing Ground Box This work includes relocating existing ground box to the location indicated on the construction plans or as directed by the CITY, in accordance with the appropriate specifications and standards. Measurement and payment for this work shall be made em the basis ofprice bid per each (EA) and shall be total compensation for famishing and/or operating all labor, materials, tools, equip Trim and other incidentals necessary to complete the work. CITY of COPPELL siwv`A K, ITur T 8 ALLEY PAYF.MaNT raPAms Ni, 34 Bid #Q-1021-03 SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS Pay Item No. 95 - 2'x2' Grate Inlet and Pay Item No. 96 - 4'x4' Grate Inlet: This work includes the construction of new grate inlets for the locations indicated on the construction plans or as determined by the CITY, in accordance with the appropriate details and specifications, including City of Cmm.11 Standard Construction Details and NCTCOG Item 702. Measurement and payment for work performed and materials furnished related to the construction of grate inlets (various types & dimensions), 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 Pay Item No. 97 - 3'x3' Type A Junction Box; Pay Item No. 98 - 4'x4' Type A Junction Box; Pay Item No. 99 - 5'x5' Type A Junction Box; Pay Item No. 100 - 6'x6' Type A Junction Box; and Pay Item No. 101 - TxT Type A Junction Be. This work includes the construction of new junction boxes for the locations Indicated on the construction plans or as determined by the CITY, in accordance with the appropriate details and specifications, including City of Coppell Stan had Construction Details and NCTCOG Item 702. Measurement and payment for work performed and materials furnished related to the construction of junction boxce(various types & dimensions), 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 Pay Item No. 102 - Remove and Replace Storm Drain Inlet Top and Throat This work includes the demolition and reconstruction of inlet ops and throats at specific locations indicated on the construction plans or as determined by the CITY, in accordance with the appropriate details and specifications, including City ofCoppell Standard Construction Details and NCTCOG Item 702. Measurement and payment for work performed and materials fumishad related to the construction of curb inlets (various types & lengths), 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 Pay Item No. 103 - Remove and Replace 5' Curb Inter; Pay Item No. 104 - Remove and Replace 10' Curb Inlet; Pay Item No. 105 - Remove and Replace 15' Curb Inlet; and Pay Item No. 106 - Remove and Replace 20' Curb Inlet This work includes the demolition and reconstruction of inlet at specific locations indicated on the construction plans or as determined by the CITY, in accordance with the appropriate details and specifications, including City of Coppell Standard Construction Details and NCTCOG Item 702. Measurement and payment for work performed and materials furnished related to the constructionof curb inlets (varioas types & lengths), shal I 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 Pay Item No. 107 - Grubbing/ Land Clearing This item shall follow the guidelines of Project Specifications and NCTCOG Item 203 and NCTCOG Item 202 Measurement and payment shall be per square yard (SY). Pay Item No. 108 - Crack and Joint Sealing (Random Cracks, Redwood Expansion Joints, and Construction Saw Joints) This item shall be constructed in accordance with Project Specifications and NCTCOG Item 401.1. Measurement and payment shall be by per liner from (IT). CITY OF rmiTELL SmnWALK,STREET& ALLEY PAVEMENT REPAIRS Ps'", Bid #Q-1021-03 SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS Pay Item No. 109 - Traffic Control Plan on major thoroughfare This work includes famishing, installing and maintainingthe required temporary traffic control devices & detours (including temporary traffic buttons and sniping, signage, temporary pavement, temporary rumble strips, tempormy special sharing, and traffic barriers as needed) during each phase of contraction as shown and/or indicated on the plans or as determined by [be CITY, in accordance with the appropriate details and specifications, including the TMUTCD. Inclusive with this pay item Is the requirement for adequate notification and instruction to be given to the traveling public regarding interruptions or changes to established traffic flow, patterns to, from and along the work site. This work also includes the use of flagman, if necessary, to control traffic in an orderly manner as it enters, exits and/or passes through the construction area, as well as the installation and removal of all temporary pavement. Traffic control plans and updates shall be provided to the CITY for review prior to construction ar modifying any traffic flow (changing lanes, mad closures, changing a street to one way, ere.). This work shalt also include the construction of temporary pavement necessary for traffic shifts, construction staging, ar as determined by the CITY. Temporary pavement shall be constructed and maintained in these areas prior m the construction of the final pavement. Any temporary pavement repair required for proposed utility work (water line, sanitary sewer and smrm drain) is included in this pay item and no separate pay shall be made. Temporary pavement repair, as required by these specifications, will not be paid for directly but shalt be considered subsidiary to this pay item. Additionally, the CONTRACTOR shall maintain the existing roadway and temporary pavement in a safe driving condition at all tines during connection, throughout the m ea stmction limits of the project. It shall be the sole responsibility of the CONTRACTOR to maintain the existing road and driving surface far both existing conditions and issues that may come up during construction. This shall include but is not limited to pothole repairs and crack scaling that affects driver and/or vehicle safety drying construction as determined by OWNER. Furthermore, CONTRACTOR shall coordinate with postal carrierslpostmaster to create and execute a mailbox relecafion plan to maintain continuous mail delivery throughout construction. This shall include any time, materials, temporary construction/installations, and any other items required. Measurement and payment for this work shall be made an the basis of price bid per day (Daily) and shall be total compensation for famishing and/or operating all labor, materials, tools, equipment, and other incidentals necessary to complete all phases of the work. Pay Item No. 110 -Traffic Control Plan on major thoroughfare This work includes furnishing, installing and maintaining the required temporary traffic control devices & detours (including temporary traffic buttons and striping, signage, temporary pavement, temporary rumble strips, temporary special shoring, and traffic barriers as needed) during each phase of construction as shown and/or indicated on the plans or as determined by the CITY, in accordance with the appropriate details and specifications, including the TMUTCD. Inclusive with this pay item is the requirement for adequate notification and instruction to be given to the traveling public regarding interruptions or changes to established traffic flow patterns to, from and along the work site. This work also includes the use c f flagman, if necessary, me I traffic in an orderly manner as it enters, exits and/or passes through the construction saes, as well as the installation and removal of all temparary pavement. Traffic control plans and updates shall be provided to the CITY far review prior to construction or modifying any traffic flow (changing lanes, road closures, changing a street to one way, etc.). This work shall also include the construction of temporary pavement necessary for traffic shifts, construction staging, or as determined by the CITY. Temporary pavement shall be constructed and maintained in these areas prim to the construction of the final pavement. Any temporary pavement repair required far proposed utility CCR'OF COPPELL SIDEWALK, STREETffi ALL6YPAY io-ne'aiaS mgead Sid #Q-1021-03 SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS work (water line, sanitary, sewer and storm drain) is included in this pay item and no separate pay shall be made. Temporary pavement repair, as required by these specifications, will not be paid for directly but shall be considered subsidiary to this pay item. Additionally, the CONTRACTOR shall maintain the existing roadway and temporary pavement in a safe driving condition at all times during construction, throughout the reconstruction limits of the project. It shall be the sole responsibility of the CONTRACTOR to maintain the existing road and driving surface for both existing conditions and issues that may come up during construction. This shall Include but is not limited to pothole repairs and crack scaling that affects driver and/or vehicle safety during construction as determined by OWNER. Furthermore, CONTRACTOR shall coordinate with postal worwrsrpostmaster to create and execute a mailbox relocation plan to maintain continuous mail delivery throughout construction. This shall include any time, materials, temporary constructionlinstallations, and any other items required. Measurement and payment for this work shall be made on the basis ofprice bid per week (Weekly) and shall be total compensation for furnishing andtor operating all labor, materials, tools, equipment, and other incidentals necessary to complete all phases ofthe work. Pay Item No. 111- Traffic Control Plan on major thoroughfare This work includes furnishing, installing and maintaining the required temporary traffic control devices & detours (including temporary traffic buttons and shiping, signage, temporary pavement, temporary rumble ships, temporary special shoring, and traffic barriers as needed) during each phase of construction as shown and/or indicated on the plans or as determined by the CITY, in accordance with the appropriate details and specifications, including the TMITTCD. Inclusive with this pay item is the requirement for adequate notification and instruction to be given to the traveling public regarding interruptions or changes to established traffic flow patterns to, from and along the work site. This work also includes the use of flagman, if necessary, to control nef5c in an orderly manner as it enters, exits and/or passes through the construction area, as well m the installation and removal of all temporary pavement. Traffic control plans and updates shall be provided to the CITY for review prior to construction or modifying any traffic flow (changing lanes, road closures, changing a street to one way, etc.). This work shall also include the construction of temporary pavement necessary for traffic shifts, construction staging, or as determined by the CITY. Temporary pavement shall be constructed and maintained in these areas prior to the construction of the final pavement. Any temporary pavement repair required for proposed utility work (water line, sanitary sewer and stomr drain) is included in this pay item and an separate pay shall be made. Temporary pavement repair, as required by these specifications, will not be paid for directly but shall be considered subsidiary to this pay item. Additionally, the CONTRACTOR shall maintain the existing roadway and temporary pavement in a safe driving condition at all times during eonshuctlon, throughout the "construction limits of the pr jeet. it shall be rite sole responsibility ofthe CONTRACTOR to maintain the existing mad and driving surface for both existing conditions and issues that may come up during construction. This shall include but is not limited in pothole repairs and crack sealing that affects driver simper vehicle safety during construction as determined by OWNER. Furthermore, CONTRACTOR shall coordinate with postal canicer/postmaster to create and execute a mailbox relocation plan to maintain continuous mail delivery throughout construction. This shall include any time, materials, temporary constructionlinsta0ations, and any other items required. Bid #Q4021-03 SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS Measurement and payment for this work shall be made on the basis of price bid per month (Monthly) and shall be total oompensatiou for furnishing and/or operating all labor, materials, tools, equipment, and other incidentals necessary to complete all phases of the work. CITY OF WE ELL smswA ,I.F.F& ALLEY PAVEMENT RFRAm1 Est,. Bid #Q-1021-03 SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS T H E - G I T Y, O F COPPELL r e x A s 8 9 0 SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS Bid # Q-1021-03 CITY OF COPPELL, TEXAS STANDARD FIXED PRICE AGREEMENT FOR THE CONSTRUCTION OF SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS CITY OF COPPELL SjMAVALK,ST —&ALLEY IA—F-1— Poge 39 SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS City of Coppell, Texas This Agreement is made by and between the City of Coppell, Texas, a home -role municipality (heroinaHer referred to as the "Owner's and NEW WORLD CONTRACTING,LLC , (hereinafter referred to se the "Contractor") for consnuntion of SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS , (hereinafter referred to as the "Project"), the Owner and the Contractor hereby agreeing as follows: ARTICLE THE CONTRACT AND THE CONTRACT DOCUMENTS 1.1 THECONTRACT 1.1.1 The Contract botween the Owner and the Contractor, of which this Agreement is a pan, consists of the Contract Documents. It shall be effective on the data this Agreement is executed by the last parry to execute it. 1,2. THECONTRACTDOCHMENTS 1.2.1 The Contract Documents consist of this Agreement, the Invitation to Bid, Requirements and Instructions to Bidders, the Specifications, the Drawings, the Project Manual, all Change Orders and Field Orders issued hereafter, any other amendments hereto executed by the parties hereafter, together with the following (irony): Documents not enumerated in this Paragraph 1.2.1 are not Contract Documents and do not form pert of this Contract. 1.3 ENTIRE AGREEMENT 1.3.1 This Contract together with the Contracbm's performance and payment bonds for the Project, all General Conditions, Special Conditions, Plans and Specifications, and Addenda attached thereto, constitute the entire and exclusive agreement between the Owner and the Contractor with reference to the Project. Specifically, but without limitation, this Contract supersedes any bid documents and all prior written or oral communications, representations and negotiations, if any, between the Owner and Contractor not expressly made a pan hereof. IA NOPRIVICYNYUHOTHERS 1.4.1 Nothing contained in this Contract shall create, a be interpreted to create, privity or any other contractual agreement between the Owner and any person or entity, other than the Contractor. 1.5 IN'TENPAND INTERPRETATION 1.5.1 The intent of this Contract is to require P correct and timely execution of the Work. Any Work that may be required, implied or inferud by the Contract Documents, or any one or more of them, as necessary to produce the intended result shall be provided by the Contractor for the Contract Price. 1.5.2 This Contract is intended to be an integral whole and shall be interpreted as internally consistent. What is required by any one Contract Document shall be considered as required by the Contract. 1.5.3 When a word, term or phrase is used in this Contract, it shall be interpreted or construed, first, as defined herein; second, if not defined, a.cendmit t- its generally accepted meaning in the construction industry; and third, if thee is no generally accepted meaning in the construction industry, according to its common and customary usage. 1.SA The words "include", "includes", or "including", as used in this Contract, shall be deemed to be followed by the phrase, "without limitation". 1.5.5 The specification herein of any act, failure, refusal, omission, event, occurrence or condition as constituting a material breach of this Contract shall not imply that any other, non-specified act, failure, refusal, omission, event, occurrence or condition shall be deemed not to constitute a material breach of this Contract. 1.5.6 Words or terms used as nouns in this Contract shall be inclusive of their singular and plural forms, unless the context of their usage clearly requires a contrary meaning. 1.59 The Contractor shall have a continuing duty to read, carefully study and compete each of the Contract Documents, the Shop Drawings, the Product Data, and any Plans and Specifications, and shall give CIrV Or, COPPELL amnwALIC, STnnET& ALLEN PAVEMENT REPAm3 EnR III SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS written notice to the Owner of any inconsistency, ambiguity, error or omission which the Contractor may discover with respect to these documents before proceeding with the affected Wad;. The issuance, or the express or implied approval by the Owner or the Owner's Representative of the Contract Documents, Shop Drawings or Product Data shall not relieve the Contractor of the continuing duties imposed hereby, nor shall any such approval be evidence of the Contractors compliance with ibis Contract. The Owner has prepared documents for the Project, including the Drawings and Speoiflcations for the Project, which are accurate, adequate, consistent, coordinated, and sufficient for construction. HOWEVER, THE OWNER MAKES NO REPRESENTATION OR WARRANTY OF ANY NATURE WHATSOEVER TO THE CONTRACTOR CONCERNING SUCH DOCUMENTS. By the execution hereof, the Contractor acknowledges and represents that it has received, reviewed and carefully examined such documents, has found them to be complete, accurate, adequate, consistent, coordinated and sufficient for construction, and that the Contractor has not, does not, and will not rely upon any representation or warmaties by the Owner concerning such documents as no such representation tar —call. have been or are hereby made. Further, the Contractor represents and warrants that it has had a sufficient opportunity m inspect the Project site and assumes any and all responsibility for inadequacies or ambiguities in the plans, drawings or specifications as well as far latent conditions of thesim whom the work is to be performed. 1.5.8 As between numbers and scaled measurements on the Drawings and in the Design, the numbers shall govern, as between larger scale and smaller scale drawings, the larger scale shall govern. 1.5.9 Neither the organization of any of the Contract Documents into divisions, sections, paragraphs, articles, let other categories), nor the organization or arrangement of the Design, shall control the Contractor in dividing the Work or in establishing the extent or scope of the Work to be performed by Sal mra aetors. OVENERSHIPOF CONTRACT DOCUMENTS 1.6.1 The Contract Documents, and each of them, shall remain the property of the Owner. The Contractor shall have the right to keep one record set of the Contract Documents upon completion of the Project; provided, however, that in no event shalt Contractor use, or permit to be used, any or all of such Contract Documents on other projects without the Owner"s prior written authorization. ARTICLE 11 THE WORK 21 The Contractor shall perform all of the Work required, implied or reasonably inferable from, this Contract. 2.2 WORK 2.2.1 The term "Work" shall mean whatever is done by or requhred of the Contractor to perform and complete its duties under this Contract, including the following: construction of the whole or a designated part of the Project; furnishing of any required surety bonds and insurance, and the provision or furnishing of tabor, sup—inion, services, materials, supplies, equipment, fixtures, appliances, facilities, mals, transportation, storage, power, permits and licenses required of the Contractor, fuel, heat, light, cooling and all other utilities m required by this Contract. The Work to be performed by the Connector is generally described as follows: Concrete Sidewalk, Street & Alley Pavement Repairs / Construction in accordance with the stated specifications. 2.2.2 The Contractor shall be responsible for paying for and procuring all materials and labor and furnishing all services necessary or appropriate for the full performance of the Wort; and the for the full completion of the Project. All materials shall be new, and materials and workmanship shall be of good quality. Upon request, the Contractor shall furnish satisfactory proof of the type, kind, and quality of materials. ARTICLE III CONTRACTTIME TIME AND LIQUIDATED DAMAGES 3.1.1 The Contractor shall commence the Work within 10 days of receipt of a written Notice to Proceed and shall achieve Substantial Completion of the Work no later than the end of the twelfth month of the one-year contract period. The parties acknowledge that time is of the essence in the performance of the termsofthis Contract. Theterm"calendardays"shall mean any and all days of the week or month, no days being excepted. CrCY OF COPPELL slarwara, STREET st ALLEY PAVEMENT REPAIRS n+6" Ji SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS "Hours worked before 8:00 a.m., after 5:00 p.m., all weekends and holidays are subject to overtime. Overtime request most be made in writing acrd approved by the City of Coppell. Seventy-two hours notice is required. All overtime incurred by the City for Inspection services shallbe paid by the Contractor at the ,.to of $54 per hour. If not paid, such ..at may be deduoted from partial payments." It is comemplated by the parties that the progress of the Work may be delayed by certain conditions beyond the control of the parties; these delays have been contemplated by the parties and considered in the time allotted for performance specified herein and includes, but is not limited to delays occasioned on account of adverse weather, temporary unavailability of materials, shipment delays, and the presence and potential interference of other contractors who may be performing work at the Project site unrelated to this agreement. 3.1.2 No claim shall be made by the Contractor to the Owner, and no damages, costs or extra compensation shall be allowed or paid by the Owner to the Contractor for any delay or hindrance from any cause in the progress or completion of the Work or this Contract. The Contractor's sale remedy in the event of any delay or hindrance shall be to request time extensions by written change mders as provided for hereinafter. Should the Contractor be delayed by an act of the Owner, or should the Owner order a stoppage of the Work for sufficient cause, an extension of time shall be granted by the Owner by written authorization upon written application, which extension shall not be unreasonably denied, to compensate for the delay. 3.1.3 The Owner shall have the authority to suspend the Work wholly or in part for such period or periods of time as it may deem appropriate due to unsuitable conditions considered unfavorable for the proper prosecution of the Work or for the failure of the Contractor to carry out instructions from the Owner or Owner's Representative. During any period in which the Work is stopped or during which any of the Work is not actively in progress for any reason, Contractor shall properly protect the site and the Work from damage, lass or harm. SUBSTANTIAL COMPLETION 3.2.1 "Substantial Completion" shall mean that stage in the progression of the Work when the Work is sufficiently complete in accordance with this Contract that the Owner can enjoy beneficial use or occupancy of the Work and can utilize the Work for its intended purpose, even though minor miscellaneous work and/or adjustment may be required. 3.3 TIME IS OF THE ESSENCE 3.3,1 All limitations of time set forth in the Contract Documents are of the essence of this Contract. ARTICLE IV CONTRACT PRICE 4.1 THE CONTRACT PRICE 4.1.1 The Owner shall pay, and the Contractor shall accept, as full and complete payment for all of the Work required herein, the Unit Pricing as established in the Bid Summary times the Quantity measured in the field. In the event the Contractor is unable to complete the selected scope within the awarded amount, the scope will be mmcamd. In the event the City desires a Renewal ofEw Contract in subsequent year(s), the total price will be a variable amount based on available funding and may be higher or lower in renewal years (if applicable). According to State of Texas contract guidelines, the amount ofthe renewed contract cannot increase or decrease by more than 25% when renewed. The Unit Price(s) set forth in the Bid Summary shall constitute the Contract Price, which shall not be modified except by written Change Order as provided in this Contract. ARTICLE V PAYMENT OF THE CONTRACT PRICE 5.1 SCHEDULE OF VALUES 5.11 Within ten (10) calendar days of the effective date hereof, the Contractor shall submit to the Owner and to the Owner's Representative a Schedule of V.bRS allocating the Contract Price to the various portions of the Work. The Contractor's Schedule of Values shall be prepared in such form, with such detail, and supported by such data as the Owner may require to substantiate its accuracy. The Contractor shall not imbalance it's Schedule of Values nor artificially inflate any element thereof. The violation of this provision by the Contractor shall constitute a material breach of this Contract. The Schedule of Values shall be used only as a basis for the Contractor's Applications for Payment and shall only constitute such basis after it has been acknowledged and accepted in writing by the Owner's Representative and the Owner. CIN OF COPPELL SmEw—, STREET I, ALLEY PAVEMENT REPAIRS Ever. SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS PAYMENT PROCEDURE 5.2.1 The Owner shall pay the Contract Pdce to the Contractor as provided below: 5.2.2 PROGRESS PAYMENTS - Based upon the Contractor's Applications for Payment submitted to the Owner's Representative and upon Certificates for Payment Subsequently issued to the Owner, the Owner shall make progress payments to the Contractor on account of the Contract Price. 5.2.3 to or before the 10th day of each month after commencement of the Work, the Contractor shall submit an Application for Payment for the period ending the last day of the previous month to the Owner in such form and manner, and with on supporting data and content, as the Owner may require. Therein, the Contractor may request paymentfor ninety pamma (90%) of that portion of the Contract Price properly allocable to Contract requirements properly provided, labor, materials and equipment properly incorporated in the Work, less the total amount of previous payments received from the Omer. Such Application for Payment shall be signed by the Contractor and shall constitute the Contractor's representation that the Work has progressed to the level for which payment is requested in accordance with the Schedule of Values, that the Work has been properly installed or performed in full compliance with this Contract, and that the Contractor knows of no reason why payment should not be made as requested. Thereafter, the Architect will review the Application. for Payment and may also review the Work at the Project site or elsewhere to determine whether the quantity and quality of the Work is as represented in the Application for Payment and is as required by this Contract. The Owner shall deternme and certify to the amount properly owing to the Contractor. The Owner shall make partial payments on account of the Contract Price to the Contractor within thirty (30) days following the receipt and approval of each Application for Payment. The amount of each partial payment shall be the amount certified fm' payment less such amounts, if any, Otherwise owing by the Contractor to the Owner or which the Owner shall have the right to withhold as authorized by this Contract The certification of the Contractor's Application for Payment shall not preclude the Owner from the exercise of any of its rights as set forth to Paragraph 5.3 herein below, 5.2.4 The Contractor warrants that title to all Work covered by an Application for Paymentwill pass to the Owner no later than the time of payment. The Contractor further warrants that upon submittal of an Application for Payment, all Work for which payments have been received from the Owner shall be free and clear ofliens, claims, security interest or other encumbrances in favor of the Contractor or any other person or entity whatsoever. 5.2.5 The Contractor shall promptly pay each Subcontractor out of the amount paid to the Contractor on account of such Subcontractor's Work, the amount to which such Subcontractor is entitled. In the event the Omer becomes informed that the Contractor has not paid a Subcontractr as herein provided, the Owner shall have the right, but not the duty, to issue future checks in payment to the Contractor of amounts otherwise due hereunder naming the Contractor and such Subcontractor as joint payees. Suchjointobeck procedure, if employed by the Owner, shall create no rights in favor of any parson or entity beyond the right of the named payees to payment of the check and shall not be deemed to commit the Owner to repeat the procedure in the future. 5.2.6 No progress payment, nor any use or occupancy, of the Project by the owner, shall be interpreted to constitute an acceptance of any Work not in strict accordance with this Contract. WITHHELD PAYNIENT 5.3.1 The Owner may decline to make payment, may withhold funds, and, if necessary, may demand the return of some or all of the amounts previously paid to the Contractor, to protect the Owner from loss because of: (a) Defective Work not remedied by the Contractor nor, in the opinion of the Owner, likely to be remedied by the Contractor; (b) Claims o£third parties against the Owner or the Owner's property; (c) Failure by the Contractor to pay Subcontractors or others in a prompt and proper fashion; (d) Evidence that the balance of the Work cannot be completed in accordance with the Contract for the unpaid balance ofthe Contract Price, (e) Evidence that the Work will not be completed in the time required for substantialor final completion; (f) Persistent failure to carry out the Work in accordance with the Contract; CMY OF COPPGLL SrnEWALE,STREET &ALLEY PAVEMENT' REPAIRS Yaffe 0 SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS (g) Damage to Che Owner ora third party to whom the Owner is, at may be, liable. In the event that the Owner makes written demand upon the Contractor for amounts previously paid by the Owner as contemplated in this Subparagraph 5.3.1, the Contractor shall promptly comply with such demand. The Owner Shall have no duty to third parties to withhold payment to the Contractor and shall incur no liability for a failure to withhold funds. UNExcustm FAILURE To PAY 5.4.1 If within fifteen (15) days aper the data established herein for payment to the Contractor by the Owner, the Owner, without cause or basis hereunder, fails to pay the Contractor any amount then due and payable to the Contractor, then the Contractor may after ten (10) additional days' written notice to the Owner, and without prejudice to any other available rights or remedies it may have, stop the Work until payment of those amounts due from the Owner have been received accrue Late payments shall not interest or other late charges. SUBSTANTIAL COMPLETION 5.5.1When the Contractor believes that the Work is substantially complete, the Contractor shall submit to the Owner m Owner's Representative a list of items to be completed or corrected. When the Owner on the basis of. inspection determines that the Work is in fact substantially complete, it will prepare a Certificate of Substantial Completion which shall establish the date of Substantial Completion, shall state the responsibilities of the Owner and the Contractor for Project security, maintenance, heat, utilities, damage to the Work, and insurance, and shall fix the time within which the Contractor shall complete the items listed therein. Guarantees required by the Contract shall commence on the date of Substantial Completion of the Work. The Certificate of Substantial Completion shall be submitted to the Owner and the Contractor for their written acceptance of the responsibilities assigned to them in such certificate. Upon Substantial Completion of the Work, and execution by both the Owner and the Contractor of the Certificate of Substantial Completion, the Owner shall pay the Contractor an amount sufficient to increase total payments to the Contractor to one hundred percent (100%) of the Contract Price less three hundred percent (300%) of the reasonable cost as determined by the Owner for completing all incomplete Work, correcting and bringing into conformance all defective and nonconforming Work, and handling all unsettled claims. COMPLETION AND FINAL PAYMENT 5.6.1 When all cf the Work is finally complete and the Contractor is ready for a final inspection, it shall notify the Owner thereof in writing. Thereupon, the Owner (or Owner's Representative) will make final inspection of the Work and, if the Work is complete in full accordance with this Contract and this Contract has been fully performed, the Owner will promptly issue a final Certificate for Payment certifying that the Project is complete and the Contractor is entitled to the remainder of the unpaid Contract Price, fess any amount withheld pursuant to this Contract. If the Owner is unable to issue its final Certificate for Payment and is required to repeat its final inspection of the Work the Contractor shall bear the cost of such repeat final inspeotion(s) which cost may be deducted by the Owner from the Commetor's final payment. 5.6.1.1 If the Connector fails to complete the scope within the time fixed therefore by the contract, the Contractor shall pay the Owner the sum set forth hereinabove as liquidated damages of $240 par day for each and every calendar day of unexcused delay in achieving final completion beyond the date set forth herein for final completion of the Work. Any some due and payable b wounder by the Contractor shalt be payable, not as it penalty, but as liquidated damages representing an estimate of delay damages likely to be sustained by the Owner, estimated at or before the time of executing this Contract. When the Owner reasonably believes that final completion will be inexcusably delayed, the Owner shall be entitled, but not required, to withhold from any amounts otherwise due the Contractor an amount then believed by the Owner to be adequate to recover liquidated damages applicable to such delays. If and when the Contractor overcomes the delay in achieving final completion, or any part thereof, for which the Owner has withheld payment, the Owner shall promptly release to the Contractor those funds withheld, but no longer applicable, as liquidated damages. 5.6.2 The Contractor shall not be entitled to final payment unless and until it submits to the Owner its affidavit that all payrolls, invoices for materials and equipment, and other liabilities connected with the Work for which the Owner, or the Owner's property might be responsible, have been fully paid o otherwise satisfied; releases and waivers of lien from all Subcontractors of the Contractor and of any and all other parties required by the Owner, consent of Surety, if any, to final payment. if any third party fails or refuses to provide a release of claim or waiver, of lien ON ON COPPELL SIDEWALK, STREET @ ALLEY PAYEMENr REPAIRS Page. SIDEWALK, S'T'REET & ALLEY PAVEMENT REPAIRS as required by the Owner, the Contractor shall furnish a bond satisfactory to the Owner to discharge any such Run or indemnify the Owner Brom liability. 5.6.3 The Owner shall make final payment of all sums due the Contractor within ten (10) days ofthe execution of a final Certificate for Payment. 5.6.4 Acceptance of final payment shall constitute a waiver of all claims against the Owner by the Contractor except for those claims previously made in writing against the Owner by the Contractor, pending at the time of final payment, and identified in writing by the Contractor as unsettled at the time of its request for fmal payment. 5.6.5 Under no circumstance shall Contractor be entitled to reach, interest on any payments at monies due Contractor by the Owner, whether the amount on which the interest may accrue is timely, late, wrongfully withheld, or an assessment of damages of any kind. ARTICLE VI THE OWNER 6.1 INFORMATION, SERVICES AND THINGS REQUIRED FROM OWNER 6.1.1 The Owner shall furnish to the Contractor, at the time of executing this Contract, any and all written and tangible material in its possession concerning conditions below ground at the site of the Project. Such written and tangible material is famished to the Contractor only in order to make complete disclosure of such material and for no other purpose. By furnishing such material, the Owner does not represent, warrant, or guarantee its accuracy either in whole, in part, implicitly or explicitly, or at all, and shall have no liability, therefore. The Owner shall also famish surveys, legal limitations and utility locations (if known), and a legal description of the Project site. 61.2 Excluding permits and fees normally the responsibility of the Contractor, the Owner shall obtain all approvals, easements, and the like required for construction and shall pay for necessary assessments and charges requiredfor construction, use or occupancy ofpermanent structures in for permanent changes in existing facilities. 6.1.3 The Owner shall furnish the Contractor, free of charge, one copy of the Contract Documents for execution of the Work. RIGHT TO STOP WORK 6.2.1 If the Contractor persistently fails or refuses to perform the Work in aecordance with this Contract, or if the best interests of the public health, safety or welfare so require, the Owner may order the Contractor to stop the Work, or any described portion thereof, unfit the cause far stoppage has been corrected, no longer exists, or the Owner orders that Work be resumed. In such event, the Contractor shall immediately obey such order. 6.3 OWNER'S RIGHT TO PERFORM WORK 6.3.1 If the Contractor's Work is stopped by the Owner under Paragraph 6.2, and the Contractor fails within seven (7) days of such stoppage to provide adequate assurance to the Owner that the cause of such stoppage will be eliminated or corrected, then the Owner may, without prejudice to any other rights or remedies the Owner may have against the Contractor, proceed to carry out the subject Work. In such a situation, an appropriate Change Order shall be issued deducting from the Contract Price the cost of correcting the subject deficiencies, plus services and expenses necessitated thereby, if any. If the unpaid portion of the Contract Rice is insufficient to cover the amount due the Owner, the Contractor shall pay the difference to the Owner. ARTICLE VII THE CONTRACTOR 7.1 The Contractor is again reminded of its continuing duty set forth in Subparagraph 1..5.7. The Contractor shall perform no part of the Work at any time without adequate Contract Documents or, as appropriate, approved Shop Drawings, Product Data or Samples for such portion of the Work. If the Contractor performs any of the Work knowing it involves a recognized error, inconsistency or omission in the Contract Documents without such notice to the Owner or Owner's Representative, the Contractor shall bear responsibility for such performance and shall beer the cost of correction. 7.2 The Contractor shall perform the Work strictly in accordance with this Contract. 7.3 The Contractor shall supervise and direct the Work using the Contractor's best skill, effort and attention. The Contractor shall be —feasible to the Owner for any and all acts or omissions of the Contractor, its employees and others engaged in the Work on behalf of the Contractor. Crry OP OOPPELL smaworX, STREET& ALLEY PAVENfENT REPAIRS Nc d5 SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS 7.3.1 The Contractor shall give adequate attention to the foithfitl prosecution of the Work and the timely compledon of this Contract, with authority to determine the manner and means of perfotming such Work, so long as such methods insure timely completion and proper performance. 7.3.2 The Contractor shall exercise all appropriate means and measures to insure a safe and secure jobsite in order to avoid and prevent injury, damage or loss to persons or property. 7.4 WARRANTY 7.4.1The Contractor warrents to the Owner that all labor famished to progress the Workanderthis Contract will be competent to perform the tasks undertaken, that the product of each labor will yield only fast -class results, that materials and equipment furnished will be of good quality and new unless otherwise permitted by this Contract, and that the Work will be of good quality, free from faults and defects and in strict conformance with this Contract. All Work not conforming to these requirements may be considered defective. 7.5 The Contractor shall obtain and pay for all permits, fees and licenses necessary and ordinary for the Work. The Contractor shall comply with all lawful requirements applicable to the Work and shall give and, maintain any and all notices required by applicable law pertaining to the Work 7.6 SUPERVISION 7.6.1 The Contractor shall employ and maintain at the Project site only competent supervisory personnel. Absent written instruction from the Contractor to the contrary, the superintendent shall be deemed the Contractors authorized representative at the site and shall be authorized to receive and accept any and all communications from the Owner or the Owner's Representative. 7.6.2 Key supervisory personnel assigned by the Contractor to this Project are as follows: NAME FUNCTION So long as the individuals named above remain actively employed or retained by the Contractor, they shall perforin the functions indicated next to their names unless the Owner agrees to the contrary in writing. In the event one or more individuals not listed above subsequently assume one or more of those functions listed above, the Commctor shall be bound by the provisions of this Subparagraph 7.6.2 as though such individuals had been listed above. 7.7 The Contractor, within fifteen (15) days of commencing the Work, shall submit to the Owner for their information, the Contractor's schedule for completing the Work. The Contractor's schedule shall be revised no less frequently than monthly (unless the parties otherwise agree in writing) and shall be revised to reflect conditions encountered from time to time and shall be related to the entire Project. Each such revision shall be furnished to the Owner and the Owner's Representative. Failure by the Contractor to strictly comply with the provisions of this Paragraph 7.7 shall constitute a material breach of this Contract. 7.8 The Contractor shall continuously maintain at the site, for the benefit of the owner, one record copy of this Contract marked to record on a current basis changes, selections and modifications made during construction. Additionally, the Contractor shall maintain at the site for the Owner the approved Shop Drawings, Product Data, Samples and other similar required submittals. Upon final completion of the Work, all of these record documents shall be delivered to the Owner. 7.9 SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 7.9.1 Shop Drawings, Product Data, Samples and other submittals from the Contractor do not constitute Contract Documents. Their purpose is merely to demonstrate the manner in which the Contractor intends to implement the Work in conformance with information received from the Contract Doessaamm. 7.9.2 The Contractor shall not perform any portion of the Work requiring submittal and review of Shop Drawings, Product Data or Samples unless and until such submittal shall have been approved by the Owner. Approval by the Owner, however, shall not be evidence that Work installed pursuant thereto conforms with the requirements of this Contract. 7.10 CLEANING THE SITE AND THE PROJECT 7.10.1 The Contractor shall keep the site reasonably clean during performance of the Work. ,,w op COPPELLainEWALtt,—ET & ALLEY PAYEMENTAmAIRS cm. SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS Upon final completion of the Work, the Contractor shall clean the site and the Project and remove all waste, rubbish, temporary structures, and other materials together with all of the Contractor's property therefrom. Contractor shall dispose of all refuse at a Texas Commission on Environmental Quality approved landfill. The Contractor shall further restore all property damaged during the prosecution of the Work and shall leave the site in a clean and presentable condition. No additional payment shall be made by the Owner for this work, the compensation having been considered and included in the contract price. 7.11ACCESSTO WORK AND INSPECTIONS 7.1 1.1 The Owner and the Owner's Representative shall have access to the Work at all times from commencement of the Work through final completion. The Contractor shall take whatever steps necessary to provide .—AS when requested. When reasonably requested by the Owner or the Owner's Representative, the Contractor shall perform or cause to be performed sub testing as may be necessary or appropriate to insure suitability of the jobsite or the Work's compliance with the Contract requirements. All overtime incurred by the City for inspection services Mall be paid by the Contractor. If not paid, such cost may be deducted from partial payments." 7.12 INDEMNITY AND DISCLAIMER 7.12.1 OWNER SHALL NOT BE LIABLE OR RESPONSIBLE FOR, AND SHALL BE INDEMNIFIED, DEFENDED, HELD HARMLESS AND RELEASED BY CONTRACTOR FROM AND AGAINST ANY AND ALL SUITS, ACTIONS, LOSSES, DAMAGES, CLAIMS, OR LIABILITY OF ANY CHARACTER, TYPE, OR DESCRIPTION, INCLUDING ALL EXPENSES OF LITIGATION, COURT COSTS, AND ATTORNEY'S FEES FOR INJURY OR DEATH TO ANY PERSON, OR INJURY OR LOSS TO ANY PROPERTY, RECEIVED OR SUSTAINED BY ANY PERSON OR PERSONS, INCLUDING THE CONTRACTOR, OR PROPERTY, ARISING OUT OF, OR OCCASIONED BY, DIRECTLY OR INDIRECTLY, THE PERFORMANCE OF CONTRACTOR UNDER THIS AGREEMENT, INCLUDING CLAIMS AND DAMAGES ARISING IN WHOLE OR IN PART FROM THE NEGLIGENCE OF OWNER, WITHOUT, HOWEVER, WAIVING ANY GOVERN -MENTAL IMMUNITY AVAILABLE TO THE OWNER UNDER TEXAS LAW AND WITHOUT WAIVING ANY DEFENSES OF THE PARTIES UNDER TEXAS LAW. THE PROVISIONS OF THIS INDEMNI-FICATION ARE SOLELY FOR THE BENEFIT OF THE PARTIES HERETO AND NOT INTENDED TO CREATE OR GRANT ANY RIGHTS, CONTRACTUAL OR OTHERWISE, TO ANY OTHER PERSON OR ENTITY. IT IS THE EXPRESSED INTENT OF THE PARTIES TO THIS AGREEMENT THAT THE INDEMNITY PROVIDED FOR IN THIS CONTRACT IS AN INDEMNITY EXTENDED BY CONTRACTOR TO INDEMNIFY AND PROTECT OWNER FROM THE CONSEQUENCES OF THE CONTRACTOR'S AS WELL AS THE OWNER'S NEGLIGENCE, WHETHER SUCH NEGLIGENCE IS THE SOLE OR PARTIAL CAUSE OF ANY SUCH INJURY, DEATH, OR DAMAGE. IN ADDITION, CONTRACTOR SHALL OBTAIN AND FILE WITH OWNER CITY OF COPPELL A STANDARD CERTIFICATE OF INSURANCE AND APPLICABLE POLICY ENDORSEMENT EVIDENCING THE REQUIRED COVERAGE AND NAMING THE OWNER "CITY OF COPPELL" AS AN ADDITIONAL INSURED ON THE REQUIRED COVERAGE. 7.12.2 The Contractor will seome and maintain Contractual Liability insurance to cover this indemnification agreement that will be primary and non-contributory As to any hlsurance maintained by the Owner f its own benefit, including self- insuranes. In addition, Contractor shall obtain and file with Owner City of Coppell. a Standard Certificate of Insurance and applicable policy endorsement evidencing the required coverage and naming the owner "City of Coppell" as an additional insured on the required coverage. 7.12.3 In claims against any person or entity indemnified under this Paragraph 7.12 by an employee of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be Gable, the indemnification obligation under this Paragraph 7.12 shall not be limited by a limitation on amount or type of damages, compensation or benefits payable by or for the Contractor or a Subcontractor under workers' compensation is, disability benefit acts or other employee benefit acts. 7.13 NONDISCRIMINATION 7.13.1 The Contractor shall not discriminate in any way against any person, employee orjob applicant on the basis of race, color, creed, national original, religion, age, say, or disability where reasonable accommodations can be effected to enable the person to perform the essential functions of the job. The Contractor shall further ensure that the foregoing nondiscrimination requirement shall be made a put and requirement of each subcontract on this Project. CITY OF WaYELL SIDEWALK, STREET & ALLEY PAVENIENT REPAIRS Yxge 11 SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS 7.14 PREVAILING WAGE RATES 7.14.1 The Contractor shall comply in all respects with all requirements imposed by any laws, ordinances, or resolutions applicable to the Project with regard to the minimum prevailing wage rates for all classes of employees, laborers, subcontractors, mechanics, workmen and persons furnishing labor and services to the Project. The City of Cupped has adopted a Prevailing Wage Rate Schedule, available to the Contractor by request, which specifies the classes and wage rates to be paid to all persons. The Contractor shall pay not less than the minimum wage rates established thereby for such class, craft or type of labor, workman, or mechanic employed in the execution of this Contract. The failure of the Contractor to comply with this requirement shall result in the forfeiture to the City of Coppell of a sum of not less than Sixty Dollars ($60.00) for each person per day, or portion thereof, that such person is paid less than the prevailing rate. Upon request by the Owner, Contractor shall make available for inspection and copying its books and records, including but not limited to its payroll records, account information and other documents as may be required by the Owner to sowre compliance with this provision. 7.1$ SOR SITE SAFETY PRECAUTIONS 7.151 The Contractor shall at alt times exercise easonableprecautions for the safety of its employees, laborers, subcontractors, mechanics, workmen and others on and near the jobsite and shall comply will, all laws, ordinances, regulations, and standards of federal, state, and local safety taws and regulations. The Contractor shall provide such machinery guards, safe walk -ways, ladders, bridges, and other safety devices as may be necessary or appropriate to insure a safe and secure jobsite and shall require its subcontractors to comply with this requirement. The Contractor shall immediately comply with any and all safety requirements imposed by the Owner or Owner's Representative during the progress of the Work, 7.16 WARNING DEVICES AND BARRICADES 7.16 .1 The Contractor shall furnish and maintain such warning devices, barricades, lights, signs, pavement markings, and other devices as may be necessary or appropriate or required by the Owner's Representative to protect persons or property in, near or adjacent to the jobsite. No separate compensation shall be paid to the Contractor for such measures. Where the Work is being conducted in, upon or near streets, alleys, sidewalks, or other rights-of-way, the Contractor shall insure the placement, maintenance and operation of any and all such warning devices as may be required by the City of Coppell and shall do so until no longer required by the City. Stich devices shall be in compliance with and conform to the manual and specifications for the uniform system of traffic control devices adopted by the Texas Department of Transportation (TMUTCD). 7.17 PROTECTION OF UTILITIES AND OTHER CONTRACTORS 7.17.1 The Contractor shall use best efforts to leave undisturbed and uninterrupted all utilities and utility services provided to the jobsite or which presently exists at, above or beneath the location where the Work is to be performed, in the event that any utility car utility service is disturbed or damaged during the progress of the Work, the Contractor shall forthwith repair, remedy or restore the utility at Contractor's sole expense. 7.17.2 The Contractor understands and acknowledges that other contractors of the Owner or of other entities may be present at the jobsite performing other work unrelated to the Project. The Contractor shall use best efforts to work around other ennhzetora without impeding the work of others while still adhering to the completion date established herein. In the event that the Contractor's work is or may be delayed by any other person, the Contractor shall immediately give notice thereof to the Architect and shall request a written Change Order in accordance with the procedures set forth by this Contract. The Contractor's failure to provide such notice and to request such Change Order shall constitute a waiver of any and all claims associated therewith. ARTICLE VITT CONTRACT ADMINISTRATION OWNER'S REPRESENTATIVE 8.11 When used in this Contract the term "Owner's Representative" shall be used interchangeably and shall mean a designated Architect, City, or Contract Administrator, or Inspector (who may not be an architect or City) for the Owner, said person to be designated or re -designated by the Owner prior to or at any time during the Work hereunder. The Owner's Representative may be an employee of the Owner or may be retained by the Owner as an independent contractor but, in either event, the Owner's Representative's duties and authority shall be as set forth hereinafter. The Contractor understands and agrees that it shall abide SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS by the decisions and instructions of the Owner's Representative, notwithstanding the contracmal relationship between the Owner and the Owner's Representative. Allcfthe Owner'smstmetionstothe Contractor And be through the Owner's Representative. In the event the Owner should find it necessary or convenient to replace the Owner's Representative, the Owner shall retain a replacement and the status ofthe replacement shall be that of the former Owner's Representative. ADMINISTRATION 8.2.1 The Owner's Representative, unless otherwise directed by the Owner in writing, will perform those duties and discharge those responsibilities allocated to the Owner's Representative as set forth in this Contract and shall represent the Owner fiven the effective date of this Contract until final payment has been made. 8.2.2 The Owner and the Contractor shall communicate with each other in the first instance through the Owner's Representative. 8.2.3 The Owner's Representative shall be the initial interpreter of the requirements of the drawings and specifications and the judge of the performance therermder by the Contractor. The Owner's Representative Shall render written or graphic interpretations necessary for the proper execution or progress of the Work with reasonable prvmpmess on request of the Contractor. 8.2.4 The Owner's Representative will review the Contractor's Applications for Payment and will certify to the Owner for payment to the Contractor, those amounts then due the Contractor as provided in this Contract. 8.25 The Owner's Representative shall have authority to reject Work which is defective or does not conform to the requirements of this Contract. If the Owner's Representative deems it necessary or advisable, he or she shall have authority to require additional inspection or testing of the Work for compliance with Contract requirements. 8.2.6 The Owner's Representative will review and approve, or takeother appropriate action as necessary, concerning the Contractor's submittals including Shop Drawings, Product Data and Samples. Such review, approval or other action shall be for the sole purpose of determining conformance with the design concept and information given through the Contract Documents. 8.2.7 The Owner's Representative will prepare Change Orders and may authorize minor changes in the Work by Field Order as provided Elsewhere herem. 8.2.8 The Owner's Representative shah, upon written request from the Contractor, conduct inspections to determine the data of Substantial Completion and the date of final completion, will receive and forward to the Owner for the Owner's review and records, written warranties and related documents required by this Contract and will issue a final Certificate for Payment upon compliance with the requirements of tbis Contract. 8.2.9 The Owner's Representative's decisions in matters relating to aesthetic effect shall be final if consistent with the intent of this Contract. CLAIMS BY TRE CONTRACTOR 8.3.1 The Owner's Representative shall determine all claims and matters in dispute with regard to the execution, progress, or sufficiency of tare Work or the interpretation of the Contract Documents, including but not limited to the plans and specifications. Any dispute shall be submitted in writing to the Owner's Representative within Seven (7) days of the event or occurrence or the first appearance of the condition giving rise to the claim or dispute that shall render a written decision within a reasonable time thereafter, The Owner's Representative's decisions shall be final and binding on the parties. In the event that the Contractor objects to the determination of any submitted dispute, the Contractor shall submit a when objection to the Owner within tan (10) days of receipt of the Owner's Representative's written determination in order to preserve the objection. Failure to so object shall constitute a waiver of the objection for all purposes. 8.3.2 Pending final resolutum of any claim of the Contractor, the Contractor shall diligently proceed with performance of this Contract and the Owner shall continue to make payments to the Contractor in accordance with this Contract. 8.3.3 CLAIMS FOR CONCEALED, LATENT OR IINKNOtm CONDITIONS - The Contractor expressly represents that it has been provided with an adequate opportunity to inspect the Project site and thoroughly review the Contract Documents and plans and specifications prior to submission of its bid and the Owner's acceptance of the bid. Subject to the conditions hereof, Contractor assumes full responsibility and risk for any concealed, latent or unknown condition which may affect the Work No claims for extra work or additional compensation shall CITY OF COPPELL Sm enin.,STREET& ALLEY PAVEMENT REPAIRS 'Sa, Fs SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS be made by Contractor in connection with concealed, latent or unknown conditions except as expressly provided herein. Should concealed, lateramtorknown conditions encountered in the performance of the Work (a) below the surface of the ground or (b) in an existing sbuoture be at variance with the conditions indicated by this Contract, or should unknown conditions of an unusual nature differing materially from those ordinarily encountered in the area and generally recognized as inherent in Work of the character provided for in this Contract, be encountered, the Contract Price shall be equitably adjusted by Change Order upon the written notice and claim by either party made within seven (7) days after the fist observance of the condition. As a condition precedent to the Owner having any liability to the Contractor for concealed or unknown conditions, the Contractor must give the Owner and the Owner's representative written notice of, and an opportunity to observe, the condition prior to disturbing it. The failure by the Contractor to make the written notice and claim as provided in this Subparagraph shall constitute a waiver by the Contractor of any claim arising out of or relating to such concealed, latent or unknown condition and the Contractor thereby assumes all risks and additionalcosts associated therewith. 8.3.4 CL 4nc x FOR ADDrTTONAL Cows - If the Contractor wishes to make a claim for an increase in the Contract Price, as a condition precedent to any liability of the Owner therefore, he Contractor shall give the Owner's Representative written notice ofsuch claim within seven O days after the occurrence ofthe event, or the first appearance of the condition, giving i. to such claim. Such notice shall be give. by the Contractor before proceeding to execute any additional or changed Work The failure by the Contractor to give such notice and to give such notice prior to executing the Work shall constitute a waiver of any claim for additional compsoaation. 8.3.4.1 In connection with any claim by the Contractor against the Owner fm compensation in excess of the Contract Puioe, any liability of the Owner for the Contractor's costs shall be strictly limited to direct costs incurred by the Contractor and shall in no event include indirect costs or consequential damages of the Contractor. The Owner shall not be liable to the Contractor for claims of third parties, including Subconttaetors. The Owner shall not be liable to the Contractor for any claims based upon delay to the Contractor for any reason whatsoever including any .at or neglect on the part Fiber Owner. 8.3.5 CLAIMS FOR ADDITTONAL TIME - If the Contractor is delayed in progressing any task which at the time of the delay is then critical or which during the delay becomes critical, as the sole result of any act or neglect to act by the Owner or someone acting in the Owner's behalf, may changes ordered in the Work, unusual delay in banspmtation, unusually adverse weather conditions not reasonably anticipated, fire or any causes beyond the Contractor's control, then the date for achieving Substantial Completion ofdre Work shall be extended upon the written notice and claim of the Contractor to the Owner and the Owner's Representative, for such reasonable time as the Owner may determine. Any notice and claim for an extension of time by the Contractor shall be made not more than seven (7) days after the occurrence of the event or the first appearance of the condition giving rise to the claim and shall set Earth in detail the Cmnraetor's basis for requiring additional time in which to complete the Project. In the event the delay to the Contractor is a continuing one, only one notice and claim for additional time shall be necessary. If the Contractor fails to make such claim as required in this Subparagraph, any claim for an extension oftime shall be waived. The procedures and remedies provided by this provision shall be the sole remedy of Contractor and Contractor shall not assert nor be entitled to any additional delays or damages associated therewith. 8.4 FIELD ORDERS 8.4.1 The Owner's Representative shall have authority to order minor changes in the Work not involving aehange in the Contract Price or in Contract Time and not inconsistent with the intent of the Contract. Such changes shall be effected by Field Order and shall be binding upon the Contractor. The Contractor shall cavy out such Field Orders promptly. 8.5 MEDIATION 8.5.1 In the event that a dispute arises under the terms of this Contract, following an adverse determination by the Owner's Representative and proper preservation of the issue as required herein, the parties agree to submit to mediation. In such event, the panties shall agree to a designated perean to serve as mediator and each party shall be responsible for payment of one-half of the total mediation fres. The parties shall submit the dispute w mediation as soon as Practical and in no event later than one (1) year after the Owner's written decision on the matter. At least one designated representative of each party most attend and participate in good faith in an effort to resolve the matters in dispute. 8.5.2 In no event shall the foregoing provision justify or authorize any delay in the progress of the Work; the parties shall abide by the decision of the Owner's Representative in accomplishing the timely completion of the Project. CITY OF COPY&LL SHAWALIy STREET&ALL 11 -F -ST tom—S Pogo 50 SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS ARTICLE IX SUBCONTRACTORS 9.1 DEFINITION 9.1.1 A Subcontractor is an entity which has a direct contract with the Contractor to perform a portion. of the Work. No Subcontractor shall be in privily with the Owner. AWARD OF SUBCONTRACTS 92.1 Upon execution of the Contract, the Contractor shall furnish the Owner, in writing, the names of persons or entities proposed by the Contractor to act as a Subcontractor on the Project. The Owner shall promptly reply to the Contractor, in writing, staling any objections the Owner may have to such proposed Subcontractor. The Contractor shah not enter into a subcontract with a proposed Subcontractor with reference to whom the Owner has made timely objection. The Contractor shall not be required to subcontract with any party to whom the Contractor has objection. 9.2.2 All subcontracts shall afford the Contractor rights against the Subcontractor which correspond to those rights afforded to the Owner against the Contractor herein, including those rights afforded to the Owner by Subparagraph 12.2.1. below. All subcontracts shall incorporate by reference the provisions boreof and shall provide that no claims, causes or demands shall be made by any Subcontractor against the Owner. 9.2.3 The Contractor shall indemnify, defend and hold harmless the Owner from and against any and all claims, demands, causes of action, damage, and liability asserted or made against the Owner by or on behalf of any Subcontractor. ARTICLE X CHANGES IN THE WORK 10.1 CHANGESPERNHTTED UCLI Changes in the Work within the general scope of this Contract, consisting of additions, deletions, revisions, or any combination thereof, may be mdered without invalidating this Contract, by Change Order or by Field Order. 10,1.2 Changes in the Work shall be performed under applicable provisions of this Contract, and the Contractor shall proceed promptly with such changes. 10.2 CHANGE ORDER DEFINED 10.2.1 Change Order shall mean a written order to the Contractor executed by the Owner, issued after execution of this Contract, authorizing and directing a change in the Work or an adjustment in the Contract Price or the Contract Time, or any combination thereof. The Contract Price and the Contract Time may be changed only by written Change Order. 10.3 CHANGES IN THE CONTRACT PRICE 10.3.1 Any change in the Contract Price resulting from a Change Order shall be determined as follows: (a) by mutual agreement between the Owner and the Contractor as evidenced by (1) the change In the Contract Price being set forth in the Change Order, (2) such change in the Contract Price, together with any conditions or requirements related thereto, being initialed by both parties and (3) the Contractor's execution of the Change Order, or (b) if no mutual agreement odours between the Owner and the Contractor, then, as provided in Subparagraph 10.3.2 below. 103.2 If no mutual agreement occurs between the Owner and the Contractor as contemplated in Subparagraph 10.3.1 above, the change in the Contract Price, !fairy, shall then be determined by the Owner's Representative on the basis of the reasonable expenditures or savings of those performing, deleting or revising the Work attributable to the change, including, in the case of an increase or decrease in the Contract Prim, a reasonable allowance for direct job site overhead and profit. In such case, the Contractor shall present, in such form and with such content as the Owner may require, an itemized accounting of such expenditures or savings, plus appropriate supporting data for inclusion in a Change Order. Reasonable expenditures or savings shall be limited to the following: reasonable costs of materials, supplies, or equipment including delivery costs, reasonable costs of labor, including social security, old age and unemployment insurance, fringe benefits required by agreement or custom, and workerscompensation insurance, reasonable rental costs of machinery and equipment exclusive of hand tools whether rented from the Contractor or others, reasonable costs of premiums for all bonds and insurance, permit fees, and sales, use or other taxes related to the Work, and reasonable cost of direct supervision and jobsite field office overhead directly attributable to the change. In no event shall any expenditure or savings associated with the Contractor's home office or other non jobsite overhead expense be includedin any change in the Contract Price. Pending final determination of reasonable expenditures or savings to the Owner, CrTv of COPPELL SIDEWALK, STREET & ALLEY YAVEarENT REPAIRS Page 11 SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS payments on account shall be made to the Contractor on the Certificate for Payment. 10.3.3 If unit prices are provided in the Contract, and if the quantities contemplated are so changed in a proposed Change Order that application of such unit prices to the quantities of Work proposed will cause substantial inequity to the Owner or to the Contractor, the applicable unit prices shall be equitably adjusted. 10.4 MINOR CHANGES 10.4.1 The Owner's Representative shall have authority to order minor changes in the Work not involving a change in the Contract Price or an extension of the Contract Time and not inconsistent with the intent of this Contract Such minor changes shall be made by written Field Order and shall be binding upon the owner and the Contractor. The Contractor shall promptly carry out such written Field Orders. 10.5 EFFEctroFEXECIrrED CHANGE ORDER 10.5.1 The execution of a Change Order by the Contractor shall constitute conclusive evidence of the Contractor's agreement to the ordered changes in the Work, this Contract as thus amended, the Contract Price and the Contract Time, The Contractor, by executing the Change Order, waives and forever releases any claim against the Owner for additional time or compensation for matters relating to or arising out of an resulting from the Work included within or affected by the executed Change Order. 10.6 NOTICE TO SURETY; CONSENT 10.6.1 The Contractor shall notify and obtain the consent and approval of the Contractor's surety, with reference to all Change Orders if such notice, consent or approval is required by the Contractor's surety or by law. The Contractor's execution of the Change Order shall constitute the Contractor's warranty to the Owner that the surety has been notified of and consents to, such Change Order and the surety shall be conclusively deemed to have been notified of such Change Order and to have expressly consented thereto. ARTICLE XI UNCOVERING AND CORRECTING WORK 11,1 UNCOVERING WORK 11.1.1 If any of the Work is covered contrary to the Owner's request or to any provisions of this Contract, it shall, if required by the Owner's Representative or tha 0-, be uncovered for inspection and shall be property replaced at the Contractor's expense without change in the Contract Time. 11.1.2 If any ofthe Work is covered in amanner not inconsistent with Subparagraph 11.1.1 above, it shall, if required by the Owner's Representative or Owner, be uncovered for inspection. If such Work conforms strictly with this Contract, costs of uncovering and proper replacement shall by Change. Order be chargedm the Owner. If such Work does not strictly conform with this Contract, the Contractor shall pay the costs of uncovering and proper replacement. 11.2 CORRECTING WORK 11.2.1 The Contractor shall immediately proceed to correct Work rejected by the Owner's Representative as defective or failing to conform to this Contract. The Contractor shall pay all costs and expenses associated with correcting such jetted Work, including any additional testing and inspections and expenses made necessity thereby. 11.2.2 If within two (2) years after Substantial Completion of the Work any of the Work is found to be defcerive m at accordance with this Contract, the Contractor shall correct it promptly upon receipt of written notice firm the Owaer. This obligation shalt survive f al payment by the Owner and termination ofthis Contract. With respect to Work fast performed and completed after Substantial Completion, this one year obligation to specifically correct defective and nonconforming Work shall be extended by the period .franc which elapses between Substantial Completion and completion fthe subject Work. 11.2,3 Nothing contained in this Paragraph 11.2 shalt establish any period of limitation with respect to other obligations which the Contractor has under this Contract. Establishment of the one yeartime period in Subparagraph 11.2.2 relates only to the duty of the Contractor to specifically correct the Work. SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS 11.3 O}YNER MAY ACCEPT DEFECTIVE OR NONCONFORMING WORK 11.3.1 If the Owner chooses to accept defective or nonconforming Work, the Owner may do so. In such event, the Contract Price shall be reduced by the greater of (a) the reasonable cost of removing and correcting the defective or nonconforming Work, and (b) the difference between fie fair market value of the Project as constructed and the fair market value of the Project had it not been constructed in such a manner as to Include defective or nonconforming Work. Ifthe remaining portion of the unpaid Contract Price, if any, is insufficient to compensate the Owner for its acceptance of defective or ...... harming Work, the Contractor shall, upon written demand fiom the Owner, pay the Owner such remaining compensation for accepting defective or nonconforming Work. ARTICLE XII CONTRACT TERMINATION 12.1 TERMINATION BY THE CONTRACTOR 12.1.1 If the Work is stopped for a period of ninety (90) days by m order of any coast or other public authority, or as a result of an act of the Government, through no fault ofthe Contractor or any person or entity working directly or indirectly for the Contractor, the Contractor may, upon ten (10) days' written notice to the Owner, terminate performance under this Contract and recover fiom the Owner payment for the actual reasonable expenditures of the Contractor (se limited in Subparagraph 10.3.2 above) for all Work executed and for materials, equipment, tools, construction equipment and machinery actually purchased or rented solely for the Work, less any salvage value of any such items. 12.2.1..1 The Owner may for any reason whatsoever terminate performance under this Contract by the Contractor for convenience The Owner shall give written notice of such termination to the Contractor specifying when terminationbecomes effective. 12.2.1.2 The Contractor shall incur no further obligations in connection with the Work and the Contractor shall stop Work when such termination becomes effective. The Contractor shall also terminate outstanding orders and subcontracts. The Contractor shall settle the liabilities and claims arising out of the termination of subcontracts and orders. The Owner may direct the Contractor to assign the Contractors right, title and interest under terminated orders or subcontracts to the Owner or its designee. 12.2.1.3 The Com,aetor shall transfer title and deliver to the Owner such completed or partially completed Work and materials, equipment, parts, fixtures, information and Contract rights as the Contractor has. 12.2.1.4 (a) The Contractor shall submit a termination claim to the Owner specifying the amounts due two ...c of the termination for convenience together with costs, pricing or other data required by the Owner. If the Contractor fails to file a termination claim within one (1) year from the effective date of termination, the Owner shall pay the Contractor, an amount derived in accordance with subparagraph (c) below. (b) The Owner and the Contractor may agree to the compensation, if any, due to the Contractor hereunder. 12.1.2 If the Owner shall persistently or (c) Absent agreement to the amount due repeatedly fail to perform any material obligation to to the Contractor; the Owner shall pay the Contractor for a period of fifteen (15) days after the Contractor the following amounts: receiving written notice from the Contractor of its intent to terminate hereunder, the Contractor may (e) Contract prices for labor, materials, terminate performance under this Contract by written equipment and other services accepted notice to the Owner. In such avant, tine Contractor under this Contract; shall be entitled to recover frorn the Owner as though the Owner bad terminated the Contractor's (d) Reasonable costs. erred in performance under this Contract for convenience preparing to performand in pursuant to Subparagraph 12.2.1 hereunde, performing the terminated portion of the Work, and in terminating the 12.2 TERntmATION BY THE OWNER Contractor's performance, plus a fair and reasonable allowance for 12.2.1 FOR COA4ZNIENCE overhead and profit thereon (such profit shall not include anticipated profit m consequential damages), CITY OF rn-ELL SmEw, UL, STREET & ALLEY PAVEMENT REPAIRS cost. SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS provided however, that if it appears that the Contractor would have not profited or would have sustained a loss if the entire Contract would have been completed, no profit shall be allowed or included and the amount of compensation shall be reduced to reflect the anticipated rate of loss, if any; (e) Reasonable costs of settling and paying claims arising out of the termination of subcontracts or orders pursuant to Subparagraph 12.2.1.2 of this Paragraph. These costs shall not include amounts paid in accordance with other provisions hereof. The total sum to be paid the Contractor under this Subparagraph 12.2.1 shall not exceed the total Contract Price, as properly adjusted, reduced by the amount of payments otherwise made, and shall in no event include duplication of payment. 12.2.2 FOR CA USE 122.2.1 If the Contractor persistently a repeatedly refuses or fails to prosecute the Work in a timely manner, abandons the jobsite and fails to resume work within five (S) days of written notice thereof by the Owner, fails to grant or allow access to the jobehe by the Owner or Owner's Representative, fails to supply enough properly skilled workers, supervisory personnel or proper equipment or materials, fails to make prompt payment to Subcontractors or for materials or labor, persistently disregards laws, ordinances, rules, regulations or orders of any public authority having jurisdiction, or otherwise is guilty of a violation of a material provision of this Contract, than the Owner may by written ..tire to the Contractor, without prejudice to any other right or remedy, terminate the employment of the Contractor and take possession of the site and of all materials, equipment, tools, construction equipment and machinery thereon owned by the Contractor and may finish the Work by whatever methods it may deem expedient. In such case, the Contractor shall not be entitled to receive any further payment until the Work is finished. 12.2.2.2 If the unpaid balance of the Contract Price does not exceed the cost of finishing the work, including compensation for expenses made necessary thereby, such difference shall be paid by the Contractor to the Owner. This obligation for payment shall survive the termination of the Contract. 12.2.2.3 In the event the employment of the Contractor is terminated by the Owner for cause Dormant to Subparagraph 12.2.2 and it is subsequently determined by a Court of competent jurisdiction that such termination was without cause, such termination shall thereupon be deemed a Termination for Convenience under Subparagraph 12.2.1 and the provisions of Subparagrapb 12.2.1 shall apply. ARTICLE XIR INSURANCE 13.1 CONTRACTOR SHALL MAINTAIN INSURANCE 13.1.1 The Contractor at his own expense shall purchase, maintain and keep in faro, during the life of this contract, adequate insurance that will protect the Contractor and/or any Additional Insured firom claims which may arise out of or result form operations under this contract. Thu insurance required shall provide adequate protections from all claims, whether such operations be by the Contractor or by any Additional Insured or by any Subcontractor or by anyone directly or indirectly employed by any of them, or by anyone whose acts of any of them may be liable and from any special hazards, such as blasting, which may be encountered in the performance of this contract in the amounts as shown below in paragraph 13.2.1. 13.1.2 The Contractor shall not commence work on any Contract in the City of Coppell until the Contractor has obtained all the insurance required under this paragraph and such insurance has been approved by the City. 13.2 TYPES AND AMOUNTS OF CONTRACTOR'S INSURANCE 13.2.1. The Contractor shall furnish and maintain during the life of the contract adequate Worker's Compensation and Commercial Commit Liability (Public) Insurance in such amounts as follows: Type of firs— nee Amount Worker's Compensation se set forth in the Worker's Compensation Act, Commercial General $1,000,000 Each Aceident/Occuromax. CITY OFCOPPELL s movaLl4 STREET & ALLEY PAVIALENT REPAms Page at SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS Liability (Public) $1,000,000 Aggregate $1,000,000 Products A, Completed Operations Aggregate. Owner's Protective $600,000 per occurrence Liability Insurance $1,000,000 aggregate Excoss/Umbrella Liability $1,000,000 per occurrence wldrop down coverage Endorsement CG 2503 Amendment Aggregate Limit of Insurance per Project or Owner's and Contractor's Protective Liability Insurance for the Project. Automobile Liability $500,000 Combined single limit per werutence. 13.3 ADDITIONAL INSURED The Owner shall be armed as an additional insured on the Commercial General Liability (Public), Owner's Protective Liability, and EscAsstUmbrella Liability Insurance Policies furnished by the Contractor. 13.4 WRITTEN NOTIFICATION Each insurance policy shall contain a provision requiring that thirty (30) days prior to expiration, cancellation, non -renewal or any material change in coverage, a notice there of shall be given by certified mail to the Division of Purchasing, City of Coppetl, 255 Parkway Blvd, Coppell, Texas, 75019. 13.5 PREMIUMS AND ASSESSMENTS Companies issuing the insurance policies shall have no recourse against the Ci 0, for payment ofany premiums or assessments for any deductibles which are at the sole responsibility and risk of the Contractor. 13.6 CERTIFICATE OR INSURANCE Proof that the insurance is in force shall be famished to the City on City of Coppell Standard Certificate of Insurance Forms. In the event My insurance policy shown on the Certificate of Insurance has an expiration date that is prior to the completion and final acceptance of the project by the City of Coppetl, the contractor shall furnish the City proof of identical continued coverage no later than thirty (30) days prior to the expiration date shown oa the Certificate of Insurance. 13.7 PRIMARY COVERAGE The coverage provided herein shall be primary and noncontributory with my other insurance maintained by the City of Coppel 1, Texas, for its benefit, including self-insurance. 13.8 WORKER'S C)NIPENSATION INSURANCE COVERAGE 13.8.1 The Contractor shalt: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons In oviding services on the project; and (B) no later than seven days after receipt by the connector, a new certificate of coverage showing extension of covc.ge, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified ..it or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage CITY OFCOPPELLSmEWA1,K, STREET & AL-1.M11ENT—ms EN, 95 SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS of any person providing services on the (B) provide a certificate of coverage to the contractor prior to that person Project; beginning work on the project; (7) post a notice on each project site informing the (C) include in all contracts to Ovide pr all persons providing services on project that they are required to be covered services on the project the language and stating how a parson may verify in subsection (e)(3) of this rule; current coverage and report failure u) This notice does not (D) print to the provide the Contractor, p provide coverage. satisfy other postingrequiremeres imposed and of the coverage period, a new by the Act or other commission roles. This certificate of coverage showing notice must be printed with a title in at least extension of coverage, if the 30 point bold type and text in at least 19 coverage period shown on the ends point normal type and shall be in both current certificate of coverage English and Spanish and any other during the duration ofthe project; language common to the worker The text for e notices shall be E (} obtain from each other person with population. the following text provided by the Texas whom it contracts, and provide to Department of Insurance Division of the Contractor: Worker's Compensation on the sample (i) a certificate of coverage, notice, without any additional words or prior to the other person changes: beginning work on the project; and REQUIRED WORKERS' COMPENSATION the end of the COVERAGE (ii) prior to coverage period, a new "The lawrequiresthateachpersonworkingon thissits certificate of coverage showing extension of the or providing services related to this construction coverage period, if the project must be covered by workers' compensation insurance. This includes persons providing, hauling, or coverage period shown on delivering equipment or materials, or providing labor the current certificate of ends during the or transportation or other services related to the coverage duration of the project, regardless of the identity of their employer' or project; status as an employee. (F) retain a0 required certificates of Call the Division of Workers' Compensation at 512- coverage on file for the duration of the project and for one year 804-4345 to receive information on the legal thereafter; requirement for coverage, to verify whether your employer has provided the required coverage, or to " (G) notify the governmental entity in report an employer's failure to provide coverage. writing by certified mail or personal delivery, within 10 days after the and person knew or should have known, (8) contractually require each person with ofany change that materially affects whom it contracts to provide services on a the provision of coverage of any project, to: person providing services on the p jest; and (A) provide coverage based on proper reporting ofelassifieation codes and (H) commonalty require each other payroll amounts and filing of any person with whom it contracts, to coverage agreements for all of its perform as required by sub - employees providing services on the paragraphs (A) - (H) of this project, for the duration of the paragraph, with the certificate of project; coverage to be provided to the person for whom they are providing services. SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS ARTICLE XIV MISCELLANEOUS 14.1 LAWS AND ORDINANCES 141.1 The Contractor shall at all times and in all respects observe and comply with all federal, state, and local laws, ordinances, and regulations applicable to the Project and Work, The Contractor shall further insure that all Subcontractors observe and comply with said laws, ordinances, and regulations. 14.2 GOVERNING LAR, 14.2.1 The Contract shall be governed by the laws of the State of Texas. Venue for any causes of action arising under the terms or provisions of this Contract or the Work to be performed hereunder shall be in the courts of Dallas County, Texas. 14.3 SUCCESSORs AND ASSIGNS 14.3.1 The Owner and Contractor bind themselves, their successors, assigns and legal representatives to the other party harem and to Successors, assigns and legal representatives of such other party in respect to covenants, agreements and obligations contained in this Contract. The Contractor shall not assign this Contract without written consent of the Owner. 14.4 SURETY BONDS MAI If the Contract Price exceeds the sum of $25,000.00, the Contractor shall furnish separate performance and payment bands to the Owner, according to the requirements set out in the bid documents and state Sams, to guaranty full and faithful performance of the Contract and the full and final payment of all persons supplying labor or materials to the Project. Each hand required by the bid documents or state statute shall set forth a penal sum in an amount not less than the Contract Price. Each bond furnished by the Court actor shall incorporate by reference the terms of this Contract as fully as though they were set forth verbatim in such bonds. In the event the Contract Price is adjusted by Change Order executed by the Contractor, the penal sum of both the performance bond and the payment bond shall be deemed increased by like amount. The performance and payment bonds furnished by the Contractor shall be in form suitable to the Owner and shah be executed by a surety, or, sandier, reasonably suitable to the Owner and authorized to do business in the State of Texas by the State Board of Insurance. 14.4.2 If the Contract moo exceeds In, sum c, $25,000.00, the Contractor, upon execution of the Contract and prior to commencement of the Work, shall furnish to the Owner a two-year maintenance band in the amount of one hundred percent (100%) of the Contract Price covering the guaranty and maintenance prescribed herein, written by an approved surety authorized and duly licensed to conduct business in the State of Texas. The cost of said maintenance bond shall be included in the Contractor's unit bid prices and shall be paid by the Contractor. 14.5 SEVERABILITY 14.5.1 The provisions of this Contract are herein declared to be severable; in the event that any term, provision or part bereof is determined to be invalid, void or unermtecable, such determination shall not affect the validity or enforceability of the remaining terms, provisions and parts, and this Contract shall be read as if the invalid, void or unenforceable portion had not be icluded herein. 14.6 AMENDMENTS 14.6.1 This Contract may be amended by the parties only by a written agreement duly executed by both parties. The failure of the Owner to object to any nonperformance or nonconforming work or to enforce any provision hereof shall in no event be regarded as or construed to be a waiver, release or modification of any term or provision in this Contract, our shall such failure to object or enforce estop the Owner from insisting on strict compliance with this Contract or from recovering damages, costs or expenses arising as a result of such nonperformance or nonconforming work. 14.7 NOTICES 14.7.1 All notices required by this Contract shall be presumed received when deposited in the mail properly addressed to the other party at the address set forth herein or set forth in a written designation of change of address delivered to all parties. SIDEWALK, STREET & ALLEY PAVEMENT REPAIRS EXECUTED in single or multiple originals, this 4 dap ofuuoAlef, 202y CITY OF COPPELL CONTRACTOR APPROVE . City Manager (Slgaamr ) D— ndI'll berg 11P,111111 President ATTEST (TypelP . Name end Title) 11127 Shad Trail Suite#104 (Street Address) Dallas Texas -75229 City S (Cityl9tatelZip) Page 58 -(n' COPPEGL SIOEWALI(, STREET & ALLliY PAVEMENT REPAIRS SmEWALK, STREET &ALLEY PAVEMENT REPAIRS CORPORATE ACKNOW LEllGMENT THESTATEOF Texas-------- COUNTY OP Dallas-- BEFORE ME, the undersigned authority, a Notary Public in and for said County and State, on this day personally appeared: Project En IneertEstimator V(ay Bheemireddy (Print FEW (Print Name) of NEW `NOEL) CONTRACTING,LLC , the going instrument designated hereinabove, known to t t he s be the person an the said Contracture i corporation, ribd o the ha was duty ari-d top Perform the same by appropriate resolution of the board of di ­ wry of such corporation and that he executed the same as the act and deed of such corooration for the Purposes and consideration therein expressed, and in the capacity therein stated. GIVEN UNDER MY RAND AND SEAL OF OFFICE this the daY o B6tn A.D., 202t_ /�'.. otactnvablis1w@ Eor �°pt�$o s xoi es L. `prig% My Commission expires: 2 3 Dat CITY MANAGER'S ACKNOWLEDGMENT THE STATE OF TEXAS COUNTY OP DALLAS it BEFORE ME, the undersigned authority, a Notary Public to elling , and far rsaid a muni cipal corporation, 4mowtn day personalty appeared the undersigned, City Manager ofthe City camels fo Copp to the same wa theract and the officer icerid C !he' eof C ppetl subscribed mut cipalmcoorporat on,rU t he/shewas, duty ganrho tied to perform the same by appropriate resolution and consirty Cuncil of thderation therein expressed, ed, and inCity of lthecapacity there nthat helshe eata"'L same as the act of the said City for pure A.D., GIVEN UNDER MY HAND AND SEAL OF OFFICE this the ____ day of 202_. Notary Public in and for the State of Texas My Commission expires: Pxge 59 CiTr us Corimru SIDEWALK, STRB&T & ALL6Y PAVFMEA'T a" 'Am'