Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
CP 2021-01-12
o I'll""' COFFELL Tuesday, January 12, 2021 City of Coppell, Texas Meeting Agenda City Council 5:30 PM KAREN HUNT MARK HILL Mayor Mayor Pro Tem CLIFF LONG GARY RODEN Place 1 Place 4 BRIANNA HINOJOSA-SMITH JOHN JUN Place 2 Place 5 WES MAYS BIJU MATHEW Place 3 Place 6 MIKE LAND City Manager 255 E. Parkway Boulevard Coppell, Texas 75019-9478 As authorized by Section 418.016(e) of the Texas Government Code, on March 16, 2020, Governor Greg Abbott suspended various provisions that require government officials and members of the public to be physically present at a specified meeting location. The following requirements have been suspended by the governor: Council Chambers 1. A quorum of the city council need not be present at one physical location. Id. § 551.127(b). 2. In light of (1), above, the meeting notice need not specify where the quorum of the city council will be physically present and the intent to have a quorum present. Id. § 551.127(e). 3. In light of (1) above, the meeting held by videoconference call is not required to be open to the public at a location where council is present. Id. § 551.127(f). 4. The audio and video are not required to meet minimum standards established by Texas Department of Information Resources (DIR) rules, the video doesn't have to be sufficient that a member of the public can observe the demeanor of the participants, the members faces don't have to be clearly visible at all times, and the meeting can continue even if a connection is lost, so long as a quorum is still present. Id. § 551.127(a-3); (h); (i); Q). City of Coppell, Texas Page 1 Printed on 1/8/2021 City Council Meeting Agenda January 12, 2021 Notice is hereby given that the City Council of the City of Coppell, Texas will meet in Regular Called Session at 5:30 p.m. for Executive Session, Work Session will follow immediately thereafter, and Regular Session will begin at 7:30 p.m., to be held at Town Center, 255 E. Parkway Boulevard, Coppell, Texas. As authorized by Section 551.071(2) of the Texas Government Code, this meeting may be convened into closed Executive Session for the purpose of seeking confidential legal advice from the City Attorney on any agenda item listed herein. As authorized by Section 551.127, of the Texas Government Code, one or more Councilmembers or employees may attend this meeting remotely using videoconferencing technology. The City of Coppell reserves the right to reconvene, recess or realign the Work Session or called Executive Session or order of business at any time prior to adjournment. The purpose of the meeting is to consider the following items: 1. Call to Order 2. Executive Session (Closed to the Public) 1st Floor Conference Room Section 551.071, Texas Government Code - Consultation with City Attorney. A. Seek Legal Advice from City Attorney regarding Texas Administrative Code Rule 3.334, concerning local sales and use taxes. Section 551.087, Texas Government Code - Economic Development Negotiations. B. C. 3. Work Session Discussion regarding an economic development prospect west of Freeport Parkway and south of Gateway Boulevard. Discussion regarding an economic development prospect north of Sandy Lake Road and west of Denton Tap Road. (Open to the Public) Council Chambers A. Discussion regarding agenda items. B. Discussion regarding Mayor Pro Tem. C. Discussion and update regarding an asset management system. D. Short Term Rental Ordinance Update. E. Discussion regarding moving forward with the Moore Road Park Elevated Trail Section. Regular Session 4. Invocation 7:30 p.m. City of Coppell, Texas Page 2 Printed on 1/8/2021 City Council Meeting Agenda January 12, 2021 5. Pledge of Allegiance 6. Consider approval of accepting the resignation of John Jun from Board of Adjustment. 7. Swearing in of Council Place 5. Citizens' Appearance Proclamations 9. Consider approval of a Proclamation naming January 12, 2021, as "Kenny Marchant Day," and authorizing the Mayor to sign. 10. Consent Agenda A. Consider approval of the minutes: December 8, 2020 and December 15, 2020. B. Consider approval of an Ordinance for PD -304-H, Nixon Pence Residential, a zoning change request from H (Historic) to PD -304-H (Planned Development -304 - Historic), to allow for two residential units on 0.442 acres of land located on the west side of S. Coppell Road, approximately 175 feet south of W. Bethel Road; and authorizing the Mayor to sign. C. Consider approval to enter into a License Agreement with the Village at Cottonwood Creek 5 Homeowners Association; to allow construction of approximately 25 -feet brick screening wall in the public Right -of -Way; and authorizing the City Manager to sign any necessary documents. D. Consider approval to enter into a contract with Joel Brown and Co., for the construction of site improvements to the Southwestern Water Tower; in the amount of $216,519.75; as provided for in the Utility Fund balance; and authorizing the City Manager to sign any necessary documents. E. Consider approval of awarding a contract for the annual purchase of water and wastewater parts; with Core and Main; in the amount of $75,000.00; as budgeted in the Water/Sewer Operations Fund; and authorizing the City Manager to sign any necessary documents. F. Consider approval to purchase Fire Department medical supplies from Bound Tree Medical, LLC. through an Interlocal Agreement with the City of Midlothian, for a not -to -exceed amount of $97,500.00, or as budgeted annually, and authorizing the City Manager to sign any necessary documents. G. Consider approval of a new agreement to extend the term of the Coppell CARES Program Agreement between the City of Coppell and Metrocrest City of Coppell, Texas Page 3 Printed on 1/8/2021 City Council Meeting Agenda January 12, 2021 Services to December 31, 2021; and authorizing the Mayor to sign. End of Consent Agenda 11. PUBLIC HEARING: Consider approval of PD -250R21 R -H, Old Town Addition, Lot 1 R2, Block C, zoning change request from PD -250R21 -H (Planned Development -250 -Revision 21 -Historic) to PD -250R21 R -H (Planned Development -250 -Revision 21 -Revised -Historic) to allow the coffee shop/retail to remain on the 1 st floor and to convert one of the residential units (Apt. 202) into an office space on the 2nd floor; on 0.24 acres of property located at 462 Houston St., at the request of Christian Hemberger, the property owner. 12. PUBLIC HEARING: Consider approval of PD -157R8 -C, Valley Ranch Plaza, a zoning change request from PD -157R7 -C (Planned Development -157- Revision 7 -Commercial) to PD -157R8 -C (Planned Development -157- Revision 8 -Commercial), to allow for the subdivision of the property into three lots for the sale of the different lots/businesses on approximately 4.6 acres of property located at the southwest corner of East Belt Line Road and South MacArthur Blvd, at the request of BLMA, Ltd and Phase II BLMA, Ltd. 13. PUBLIC HEARING: Consider approval of PD -260R3 -R, Trinity River Kayak, zoning change request from PD -260R2 -R (Planned Development -260 -Revision 2 -Retail) to PD -260R3 -R (Planned Development -260 -Revision 3 -Retail) to amend the site plan to allow for the demolition of an existing storage building and construction of a new structure containing a garage, enclosed storage area and covered pavilion area; on 1.49 acres of property located 1601 E. Sandy Lake Road, at the request of Aaron Duncan on behalf of Jeff Varnell, Varnell Holdings, LLC. 14. Consider approval of awarding Bid # Q-1121-02 Denton Tap Intersection Improvements to Rebcon, Inc.; for the construction of auxiliary lanes at four intersections of Denton Tap Road; in the amount of $2,777,148.70; funding provided by Bond proceeds and Roadway Impact Fees; and authorizing the City Manager to sign any necessary documents. 15. City Manager Reports - Project Updates and Future Agendas 16. Mayor and Council Reports Report by the City Council on recent and upcoming events. 17. Public Service Announcements concerning items of community interest with no Council action or deliberation permitted. City of Coppell, Texas Page 4 Printed on 1/8/2021 City Council Meeting Agenda January 12, 2021 18. Necessary Action from Executive Session 19. Adjournment Karen Selbo Hunt, Mayor CERTIFICATE I certify that the above Notice of Meeting was posted on the bulletin board at the City Hall of the City of Coppell, Texas on this 8th day of January, 2021, at Ashley Owens, City Secretary PUBLIC NOTICE - STATEMENT FOR ADA COMPLIANCE AND OPEN CARRY LEGISLATION The City of Coppell 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 (i.e. sign interpretative services, alternative audio/visual devices, and amanuenses) for participation in or access to the City of Coppell sponsored public programs, services and/or meetings, the City requests that individuals make requests for these services seventy-two (72) hours — three (3) business days ahead of the scheduled program, service, and/or meeting. To make arrangements, contact Kori Allen, ADA Coordinator, or other designated official at (972) 462-0022, or (TDD 1 -800 -RELAY, TX 1-800-735-2989). Pursuant to Section 30.06, Penal Code (trespass by license holder with a concealed handgun), a person licensed under Subchapter H, Chapter 411, Government Code (handgun licensing law), may not enter this property with a concealed handgun. Pursuant to Section 30.07, Penal Code (trespass by license holder with an openly carried handgun), a person licensed under Subchapter H, Chapter 411, Government Code (handgun licensing law), may not enter this property with a handgun that is carried openly. City of Coppell, Texas Page 5 Printed on 1/8/2021 City of Coppell, Texas C',P FE L File ID: 2020-5462 Version: 1 File Name: Exec Session 1/12/21 Master File Number: 2020-5462 Type: Agenda Item Reference: 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Executive Session In Control: City Council File Created: 01/04/2021 Final Action: Title: Seek Legal Advice from City Attorney regarding Texas Administrative Code Rule 3.334, concerning local sales and use taxes. Notes: Sponsors: Attachments: Contact: Drafter: Related Files: History of Legislative File Enactment Date: Enactment Number: Hearing Date: Effective Date: Ver- Acting Body: Date: Action: Sent To: Due Date: Return Result: sion: Date: Text of Legislative File 2020-5462 Title Seek Legal Advice from City Attorney regarding Texas Administrative Code Rule 3.334, concerning local sales and use taxes. Summary City of Coppell, Texas Page 1 Printed on 1/8/2021 C',P FE L File ID: 2020-5469 Version: 1 City of Coppell, Texas Master File Number: 2020-5469 Type: Agenda Item Reference: File Name: exec session - eco dev w of freeport and s of gateway 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Executive Session In Control: City Council File Created: 01/04/2021 Final Action: Title: Discussion regarding an economic development prospect west of Freeport Parkway and south of Gateway Boulevard. Notes: Sponsors: Enactment Date: Attachments: Enactment Number: Contact: Hearing Date: Drafter: Effective Date: Related Files: History of Legislative File ver- Acting Body: Date: Action: Sent To: Due Date: Return Result: sion: Date: Text of Legislative File 2020-5469 Title Discussion regarding an economic development prospect west of Freeport Parkway and south of Gateway Boulevard. Summary Strategic Pillar Icon: City of Coppell, Texas Page 1 Printed on 1/8/2021 C',P FE L File ID: 2020-5468 Version: 1 City of Coppell, Texas Master File Number: 2020-5468 Type: Agenda Item Reference: File Name: exec session - eco dev n of sandy lake, w. of denton tap 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Executive Session In Control: City Council File Created: 01/04/2021 Final Action: Title: Discussion regarding an economic development prospect north of Sandy Lake Road and west of Denton Tap Road. Notes: Sponsors: Attachments: Contact: Drafter: Related Files: Enactment Date: Enactment Number: Hearing Date: Effective Date: History of Legislative File ver- Acting Body: Date: Action: Sent To: Due Date: Return Result: sion: Date: Text of Legislative File 2020-5468 Title Discussion regarding an economic development prospect north of Sandy Lake Road and west of Denton Tap Road. Summary Fiscal Impact: [Enter Fiscal Impact Statement Here] Staff Recommendation: [Enter Staff Recommendation Here] Strategic Pillar Icon: ireate III'; iusiiness wind Illininovatioin Modes City of Coppell, Texas Page 1 Printed on 1/8/2021 Master Continued (2020-5468) City of Coppell, Texas Page 2 Printed on 1/8/2021 C',P FE L File ID: 2020-5463 Version: 1 File Name: WKS 1/12/21 City of Coppell, Texas Master File Number: 2020-5463 Type: Agenda Item Reference: 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Work Session In Control: City Council File Created: 01/04/2021 Final Action: Title: A. Discussion regarding agenda items. B. Discussion regarding Mayor Pro Tem. C. Discussion and update regarding an asset management system. D. Short Term Rental Ordinance Update. E. Discussion regarding moving forward with the Moore Road Park Elevated Trail Section. Notes: Sponsors: Attachments: Enterprise Asset Management Memo.pdf, STIR Memo.pdf, DRAFT STIR Ordinance.pdf, Moore Road Park Elevated Trail Section Memo.pdf Contact: Drafter: Related Files: History of Legislative File Enactment Date: Enactment Number: Hearing Date: Effective Date: Ver- Acting Body: Date: Action: Sent To: Due Date: Return Result: sion: Date: Text of Legislative File 2020-5463 Title A. Discussion regarding agenda items. B. Discussion regarding Mayor Pro Tem. C. Discussion and update regarding an asset management system. D. Short Term Rental Ordinance Update. E. Discussion regarding moving forward with the Moore Road Park Elevated Trail Section. Summary City of Coppell, Texas Page 1 Printed on 1/8/2021 COPPELL �' ;� Sim ps•^ � MEMORANDUM To: Mayor and City Council From: Kent Collins, P.E., Director of Public Works Date: January 12, 2021 Reference: Discussion Regarding Enterprise Asset Management System 2040: Pillar 0: Sustainable City Government Pillar 7: Apply "Smart City" Approach to Resource Management The city implemented a work order system for Public Works infrastructure with the implementation of the Tyler Permit Land Management System and Public Maintenance Management systems in 2016. The work order system that was implemented is no longer supported by Tyler, and their replacement enterprise asset management system does not meet the city's needs. Staff will present history, need for an asset management system, options that have been evaluated, and an update on the procurement process for a new system. Staff will request feedback on the need for an enterprise asset management system as part of the "Smart City" approach to resource management, as well as direction to proceed with the procurement and implementation of the selected system. Legal Review: N/A. Fiscal Impact: This is a work session item, so there is no fiscal impact with this item. Recommendation: This item is presented for discussion only. T H E ^ C � T Y • 0 F COFFELL k t 6 MEMORANDUM To: Mayor and City Council From: Mindi Hurley, Director of Community Development Date: January 12, 2021 Reference: Discussion on Short -Term Rentals (STRs) - Home Share Regulations 2040: Enhance the Unique "Community Oasis" Experience Introduction: The purpose of this work session item is to update the Council on the status of The City of Coppell Short -Term Rental Program and to add new provisions to the ordinance. Background: On April 10, 2018, staff briefed City Council on national, state, and local trends in regulations on short- tenn rentals and summarized the various options, ranging from complete prohibition of short-term rentals to no regulations on them at all. Knowing that City Council wanted to implement some regulations, staff discussed that regulations for short-term rentals needed to be enforceable and provide clarity in the riles and regulations for both the property owner and the enforcement personnel. On June 12, 2018, The City of Coppell passed a Short -Term Rental Ordinance that provided a balance between the desires of owner -occupants to share their home, on an intermittent basis, and the protection for the neighboring properties. This ordinance provided for a sunset review that expired on December 31, 2019. On December 10, 2019, City Council approved extending Chapter 9 of the Code of Ordinances, Article 9-29, "Short Term Rentals," providing for the sunset review to be extended for a period from December 31, 2019 to January 31, 2021. With the expiration of the current sunset review approaching, staff is bringing a revised ordinance to City Council for review. If City Council agrees with the proposed changes, the Ordinance will be brought back to City Council for adoption on January 26, 2021, and the new ordinance will expire on January 31, 2022. Analysis: At City Council's direction, short-term rental enforcement has been a priority for staff. The City has had a contract in place with a 3rd party vendor to help staff identify short-term rental properties since January 2019. Staff can contact owners to have their properties registered as a short-term rental once an unregistered property is identified. That property must meet the current requirements outlined in the ordinance to receive a permit. Currently, the City of Coppell has 11 registered STRs within the city limits of Coppell. The proposed changes to the ordinance will not have an immediate impact on registered STRs, but the changes will provide staff with the ability to revolve existing permits as outlined below. The existing ordinance requires the STR to be the primary residence of the owner, limits the number of guests on each property, ensures no negative impact on abutting properties, and provides a tool for enforcement and tax collection. Those requirements remain unchanged. However, staff did work- closely orkclosely with Robert Hager to discuss potential changes to improve the current ordinance and make it more enforceable for staff. A summary of those recommended changes are as follows: STR Proposed changes 1. Registration process - Property owner must provide: • A complete list of all rentals advertised on all hosting sites. • Name, address, e-mail address, and telephone number of the resident owner, nonresident owner, property manager, resident manager, local emergency contact, and mortgagee, if there is a mortgage against property. • Names and addresses of all registered agents should the parties named in this subsection be corporations. • Zoning classification (s). • Acknowledgement of receipt of a copy of this article and agreement to comply with all provisions of this article as a condition to receiving and maintaining a short-term rental license. 2. All property owners within 200 feet of the STR will be notified that a new permit has been issued with relevant information on the STR provisions and contact information including 24-hour complaint line. 3. A permit may be revoked if there are four or more violations within twelve months or other safety, health, and welfare ordinances of the City. 4. All STR violations will be handled per Code Compliance standard care protocols, a code compliance case will be opened, and three notices will be given before citations and or revocation of permits. A copy of the draft Ordinance is attached to this memorandum for City Council's review. If City Council is in favor of this revised Ordinance, it will be brought forward to City Council for approval on January 26, 2021. 2 Legal Review: City Attorney reviewed these proposed regulations. Fiscal Impact: None Recommendation: None Attachments: Draft Short -Term Rental Ordinance AN ORDINANCE OF THE CITY OF COPPELL, TEXAS AN ORDINANCE OF THE CITY OF COPPELL, TEXAS, AMENDING CHAPTER 9 OF THE CODE OF ORDINANCES BY REPEALING ARTICLE 9-29, SHORT TERM RENTALS IN ITS ENTIRETY AND REPLACING IT WITH A NEW ARTICLE 9-29, SHORT TERM RENTALS; PROVIDING FOR REGULATIONS FOR THE REGISTRATION AND USE OF SHORT TERM RENTALS; PROVIDING FOR REGISTRATION, PROVIDING FOR DEFINITIONS; PROVIDING FOR INSPECTIONS; PROVIDING FOR RESTRICTIONS; PROVIDING FOR BROCHURE AND SAFETY REQUIREMENTS; PROVIDING FOR NEIGHBORHOOD NOTIFICATION; PROVIDING FOR VIOLATIONS AND PENALTIES; PROVIDING FEES; PROVIDNG FOR A SUNSET REVIEW: PROVIDING A REPEALING CLAUSE; PROVIDING A SEVERABILITY CLAUSE; PROVIDING A SAVINGS CLAUSE; PROVIDING A REPEALING CLAUSE; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City Council has determined that regulations are needed to be updated to address regulations for Short Term Rentals, and WHEREAS, permanent residents desire the option to occasionally utilize their properties for home share rentals, and WHEREAS, the operation of Short Term Rentals should not negatively affect property values, and WHEREAS, the Short Term Rentals should be required to pay Hotel Occupancy Taxes, and WHEREAS, the City Council has determined that regulations needed are intended to protect the public health, safety, morals and general welfare. NOW THEREFORE BE IT ORDAINED BY THE CITY COUNCIL OF COPPELL, TEXAS, THAT: SECTION 1. That Chapter 9, General Regulations, of the Code of Ordinances is hereby amended by repealing Article 9-29, Short Term Rentals in its entirety and replacing it with a new Article 9-29, Short Term Rentals, which shall read as follows: "CHAPTER 9, GENERAL REGULATIONS ARTICLE 9-29 SHORT TERM RENTAL 1 TM119850 "Sec. 9-29-1. - Purpose and applicability. The purpose of this division is to establish regulations for the registration and use of Short Term Rentals for single family living units. The requirements of this division apply only to Short Term Rentals, as defined herein, located in residential and historic zoning districts established under the city's Zoning Ordinance, Chapter 12 of Code of Ordinances. Nothing in this division, however, shall be construed to be a waiver of the requirement to assess and collect hotel occupancy taxes for any residential rental for less than 30 consecutive days, or any other applicable provision of the Coppell Code of Ordinances. Sec. 9-29-2. -Definitions Advertise means the written, audio, oral or other methods of drawing the public's attention whether by brochure, written literature or on-line posting to a Short Term Rental in order to promote the availability of the short term rental. Host means the person, firm, corporation, partnership or association, assigned the duty and responsibility by the owner to manage or rent the residence for a short term rental. Hotel Occupancy Tax means the hotel occupancy tax as defined in Chapter 1 the Coppell Code of Ordinances and Chapter 3 of the Texas Tax Code. Local Emergency Contact means an individual other than the applicant, who resides within 20 miles of the subject property, and who is designated by the owner/applicant to act as the owner's authorized agent if the owner has traveled outside of the immediate area or is otherwise unavailable. The local emergency contact should reachable on a 24-hour basis, have access to the Short Term Rental Property, and be authorized by the owner to act in the owners absence to address any complaints, disturbances, and emergencies. Owner means the person who, in accordance with the most recently recorded deed, deed of trust, security instrument, trust instrument, affidavit of heirship, muniment of title or other similar document indicating title to real property recorded in the Official Public Records of Dallas County, Texas, is vested in, the ownership, dominion or title of real property, including, but not limited to: 2 TM119850 (1) The owner of a fee simple title; (2) The owner of a life estate; (3) The purchaser named in an executory contract for conveyance entered in compliance with title 2, chapter 5, subchapter D of the Texas Property Code, as amended, and recorded in the Official Public Records of Dallas County, Texas if required by V.T.C.A., Property Code § 5.076, as amended; or (4) A mortgagee, receiver, executor or trustee in control of real property. Person means an individual, corporation, business trust, estate, trust, partnership or association, two or more persons having a j oint or common interest, or any other legal or community entity. Primary Residence means the usual dwelling place of the applicant's residential dwelling and is documented as such by at least two of the following: motor vehicle registration, driver's license, Texas State Identification card, voter registration, property tax documents, or utility bill. For purpose of this chapter, a person may have only one primary residence. Short Term Rental (STR) is defined as "the rental of any residence or residential structure, or a portion of a residence or residential structure for a period of less than 30 days". The term does not include; 1. a unit that is used for a nonresidential purpose, including an educational, health care, retail, restaurant, banquet space, or event center purpose or another similar use; 2. a bed and breakfast; or 3. a hotel/residence hotel. Single-family residence means a single-family residence as referred to in this article which includes the following: (1) One -family dwelling (detached): A dwelling designed and constructed for occupancy by one family and located on a lot or separate building tract and having no physical connection to a building located on any other lot or tract; 3 TM119850 (2) One -family dwelling (attached): A dwelling which is joined to another dwelling at one or more sides by a party wall or abutting separate wall and which is designed for occupancy by one family and is located on a platted separate lot, delineated by front, side and rear lot lines; (3) Two-family dwelling: A single structure designed and constructed with two dwelling units under a single roof for occupancy by two families, one in each unit; and (4) Condominium: The separate ownership of single dwelling units in a multiple unit structures with common elements and; (5) Multi -family dwelling or apartment: Any building or portion of a building, which is designed, built, rented, leased or let to be occupied as three or more dwelling units or apartments or which is occupied as a home or place of residence by three or more families living in independent dwelling units. Residential districts: Includes the following districts: SF -ED, SF -18, SF -12, SF -9, SF -7, 217-9, TH-1, TH-2, RBN or any Planned Development District defined as a residential use in Chapter 12 of the Code of Ordinances. Short term rental license means the license issued by the building official or their designee pursuant to this article. Sec. 9-29-3. - Short Term rental registration requirements. A. No person shall hereafter advertise, offer to rent or rent, lease, sublease, license or sublicense a residential property within the City as a Short Term Rental for which a registration has not been properly made and filed with the community development department of the city. Registration shall be made upon forms furnished by the city for such purpose and shall specifically require the following minimum information: 1. Name, address, phone number and e-mail address of the property owner (s) of the Short Term Rental property. 2. Verification of that this Short Term rental property is the applicant's Residence. 4 TM119850 3. Name, address, phone number and e-mail address of the designated Local Emergency Contact. 4. The maximum number of occupants permitted for the dwelling unit or sleeping room in accordance with Sec 9-29-5 (b) of the Code of Ordinances. 5. A submission of a sketch floor plan of the dwelling with dimensioned room layout. 6. Site Plan/Survey of the property indicating maximum number of vehicles that can be legally parked on the property, without encroaching onto street, sidewalks or alleys; other public rights-of-way or public property. 7. Property owner must submit complete list of all rentals advertised on all hosting sites. 8. Name, address, e-mail address, and telephone number of the resident owner, nonresident owner, property manager, resident manager, local emergency contact, and mortgagee, if there is a mortgage against property. 9. Trade name of resident owner or nonresident owner. 10. Names and addresses of all registered agents should the parties named in this subsection be corporations. 11. Zoning classification(s). 12. Acknowledgement of receipt of a copy of this article and agreement to comply with all provisions of this article as a condition to receiving and maintaining a short-term rental license. Sec. 9-29-4. - Inspection Required A. Upon registration and renewal, and prior to the first rental occupant of a Short Term rental property, after such registration and renewal, the owner is required to schedule an Inspection of the residential structure with the community development department to determine compliance with the minimum property standards in Article 15-14 of the Code of Ordinances. 1. If only aportion of the premises is offered for rent, then that portion plus shared amenities and points of access shall be inspected. 5 TM119850 2. If, upon completion of the inspection, the premises are found to be in violation of one or more provisions of applicable City codes and ordinances, the City shall provide written notice of such violation and shall set a re -inspection date for violation to be corrected prior to its occupancy. Sec. 9-29-5. - Restrictions on Short Term Rentals. A. External Signage. There shall be no external on-site or off-site advertising signs or displays indicating the property is s Short Term Rental. B. Limit on occupants allowed. No more than two adult guests per bedroom, plus no more than two additional adults shall be allowed when renting a property as a home share rental, except that: 1. There shall be a maximum occupancy often (10) persons, adult and children. 2. Bedrooms under 120 square feet shall be limited to only adult one occupant. C. Limits on number of vehicles. There shall be a maximum of one car per bedroom, or maximum number of cars that can be accommodated within the garage and driveway, without extending over the public rights of way (alleys and sidewalks) whichever is less. D. Advertisement and contracts. Any advertisement of the property as a short term rental and all rental contracts must contain language that specifies the allowed maximum number of occupants and maximum number of vehicles. E. Other restrictions. It is unlawful: 1. To operate or allow to be operated a Short Term Rental without first registering the property in which the rental is to occur with the City in accordance with this article; 2. To advertise or offer a Short Term Rental without first registering the property in which the rental is to occur with the City in accordance with this article; documented advertisement of the subject property as a Short Term Rental, online or offline, shall be considered evidence of a violation of this ordinance; 3. To operate a Short Term Rental that does not comply with all applicable city and state laws and codes; 4. To operate a Short Term Rental that does not comply with all applicable city and state laws and codes; 6 TM119850 5. To operate a short term rental without paying the required hotel occupancy taxes; 6. To offer or allow the use of a Short Term Rental for the sole or primary purpose of having a parry venue; 7. To fail to include a written prohibition against the use of a Short Term Rental for having a parry in every advertisement, listing, or other publication offering the premises for rent. 8. Permit the use of the Short Term Rental for the purpose of: housing sex offenders; operating a structured sober, recovery or other purpose living home or similar enterprise; selling illegal drugs; selling alcohol or another activity that requires a permit or license under the Alcoholic Beverage Code; or operating as a sexually oriented business. Sec. 9-29-6. - Brochure and safety features. A. Informational brochure. Each registrant operating a Short Term Rental shall provide to guests a brochure that includes: 1. The registrant's twenty-four (24) hour contact information; 2. The host's twenty-four (24) hour contact information if the property owner is not within the city limits when guests are renting the premises; 3. Pertinent neighborhood information including, but not limited to, parking restrictions, restrictions on noise and amplified sound, and trash collection schedules; 4. Information to assist guests in the case of emergencies posing threats to personal safety or damage to property, including emergency and non- emergency telephone numbers for police, bre and emergency medical services providers and instructions for obtaining severe weather, natural or manmade disaster alerts and updates. B. Safety features. Each Short Term Rental registrant shall provide in the premises working smoke detectors in accordance with adopted codes and at least one working carbon monoxide detector and alarm, and one working fire extinguisher. The premises shall, otherwise comply with applicable Codes of Ordinance including but not limited to Building and Fire Codes. Sec. 9-29-7. — Notification of Approval of Short Term Rental 7 TM119850 Within ten (10) days of the approval of a Short Term Rental registration or renewal, a notice will be sent to all property owners within two -hundred feet (200 ft.) of the property, and shall include the 24-hour complaint line, and pertinent information about this article. Sec. 9-29-8. - Registration term, fees, and renewal. A. All registrations approved under this Chapter shall be valid for a period of one year from the date of its issuance. 1. The fees for registration of a Short Term Rentals shall be as established by resolution of the City Council and may include the following: a. The initial registration fee, b. a late fee of twice the established the fee, and C. senior exemption or other exemption. B. Upon receipt of an application for renewal of the registration, the director or their designee may deny the renewal if there is reasonable cause to believe that: 1. The registrant has violated any ordinance of the city, or any state, or federal law on the premises or has permitted such a violation on the premises by any other person; or 2. There are grounds for suspension, revocation, or other registration sanction as provided in this article. Sec. 9-29-9. - Inspections; re -inspections; suspension and revocation of license. (a) Inspections; access. The resident owner, nonresident owner, resident manager and property manager, as a condition to the issuance of a short-term rental license required by this article, shall consent and agree to permit and allow the city's building official or their designee to make the following inspections of the short-term rental when and as needed to ensure compliance with this article: (1) Right and access to inspect all portions of the premises and structures located on the premises that are not dwelling units, including, but not limited to, all storage areas, detached garages, and swimming pools, upon reasonable advance notice being given to the resident owner, nonresident owner, property manager or resident manager; 8 TM119850 (2) Right and access to inspect all unoccupied dwelling units upon giving reasonable notice to resident owner, nonresident owner, resident manager or property manager; (3) Right and access to inspect all occupied dwelling units when, upon receipt of reliable information, the building official or their designee has reason to believe that violations of the ordinances of the city or state law exist that involve serious threats to life, safety, health and property; and (4) Before the short-term rental license and any renewal of the short- term rental license is approved, and before the rental of any single-family residence as a short-term rental under this article, the resident owner, nonresident owner, resident manager or property manager shall request an inspection and make the single-family residence available for inspection by the building official or their designee. The building official or their designee and the resident owner, nonresident owner, resident manager and property manager shall agree on a reasonable date and time for the requested inspection. (b) Admission to premises. The building official or their designee may enforce the provisions of this article upon presentation of proper identification to the occupant in charge of the short-term rental and may enter, with the occupant's permission, any short- term rental between the hours of 8:00 a.m. and 6:00 p.m.; provided, however, that in cases of emergency where extreme hazards are known to exist which may involve imminent injury to persons, loss of life, or severe property damage, the building official or their designee may enter the short-term rental referenced in subsection (a) of this section at any time and upon presentation of identification and the occupant's permission shall not apply. Whenever the building official is denied admission to inspect any short-term rental under this provision, inspection shall be made only under authority of a warrant issued by a magistrate authorizing the inspection. (c) Reinspection. If any of the inspections authorized by this article require a second reinspection due to noted violations, then a reinspection fee of $50.00 shall be paid prior to the second reinspection. (d) Suspension or revocation of license. Failure of an owner to comply with the provisions of this article after receipt of written notice of the violation from the building official or their designee setting out the violations and the time allowed to rectify the 9 TM119850 violations, the short-term rental license authorized by this article issued to the owner may be suspended or revoked by the community development department. (e) Reinstatement. Any person requesting a reinstatement or reissuance of a short- term rental license that has been suspended or revoked shall be required to apply for and receive a new short-term rental license issued under this article as a condition precedent to the reissuance or reinstatement of the certificate of occupancy. Sec. 9-29-10.- Revocation/Appeal A. Permit maybe denied and/or revoked by the City Manager or designee upon a finding by the noncompliance with any provisions of this article or violations of the Comprehensive Zoning Ordinance, or other applicable city codes. B. A permit holder may be subject to revocation of their permit if there are four or more violations within a twelve-month period of this article or other safety, health and welfare ordinances of the City. C. The community development department shall issue a notice of violation of any provision of this article or violations as provided herein. Such notice shall include the date, time and synopsis of the facts surrounding such violation. D. An applicant or permit holder who wishes to appeal the denial or revocation of a permit under this article, shall file an appeal with the Board of Adjustment for reinstatement of a denied or revoked permit. E. The Board of Adjustment shall conduct an evidentiary hearing, take testimony and receive any documented evidence to determine whether the decision of City Manager or designee should be upheld or overturned. F. At the hearing, the Board of Adjustment shall receive a testimony and evidence to contest the decision to deny or revoke a permit. G. The Board of Adjustment upon completion of a hearing, shall upon a majority vote of four-fifths of the Board grant or deny the appeal. H. After a permit under this article has been revoked an owner may not reapply until after a six (6) months of any revocation or appeal. L All decision of the Board of Adjustment under this article shall be deemed final. 10 TM119850 Sec. 9-29-11. —Fees All fees for registration, inspection or renewal, including any late fees or exemptions, as provided in this article, shall be as established by resolution of the City Council Sec. 9-19-12. - Presumption; presentation of documents or affidavit. (a) Presumption. It shall be a rebuttable presumption that a single-family residence that is occupied by one or more person(s) who are not the owner is being occupied pursuant to an agreement between the owner and the occupant(s) of the single-family residence wherein the occupant(s) have agreed to lease said residence from the owner. (b) Presentation of documents or affidavits. Any resident owner or nonresident owner claiming that the owner is not required to obtain a short-term rental license pursuant to this article shall, not later than five business days following receipt of a written request of the building official or their designee or, in the case of an appeal filed pursuant to Section 9-29-10 of this article deliver to the community development department a true and correct copy of any agreements, documents of title, letters of administration, letters testamentary, executory contracts for conveyance (also known as "contracts for deed"), affidavits, or other documents that establish to the satisfaction of the community development department that a landlord/tenant relationship does not exist between the owner and the occupant(s) of the single-family residence. Unless an extension of the time for delivery of such documents or affidavits is granted by the building official or their designee or city manager, as the case may be, the failure of the owner to present the requested documents within the time provided by this subsection (b) shall result in the presumption described in subsection (a) above, becoming irrefutable. Sec. 9-29-13. — Violations and Penalties Violation of this ordinance upon conviction shall be punished by a fine not to exceed the sum of Two Thousand Dollars ($2,000.00) for each offense; and each and every day such violation shall continue shall be deemed to constitute a separate offense. Sec. 9-29-14. — Sunset Review 11 TM119850 The provisions of this article shall expire on January 31, 2022 unless extended by ordinance of the city council." SECTION 3. That all provisions of the Ordinances of the City of Coppell, Texas, in conflict with the provisions of this ordinance be, and the same are hereby, repealed, and all other provisions not in conflict with the provisions of this ordinance shall remain in full force and effect. SECTION 4. That should any sentence, paragraph, subdivision, clause, phrase or section of this ordinance be adjudged or held to be unconstitutional, illegal or invalid, the same shall not affect the validity of this ordinance as a whole, or any part or provision thereof other than the part so decided to be unconstitutional, illegal or invalid, and shall not affect the validity of the Code of Ordinances as a whole. SECTION 5. An offense committed before the effective date of this ordinance is governed by prior law and the provisions of the Code of Ordinances, as amended, in effect when the offense was committed and the former law is continued in effect for this purpose. SECTION 6. That this ordinance shall take effect on January 2, 2019 and after publication of its caption, as the law and charter in such cases provide. DULY PASSED by the City Council of the City of Coppell, Texas, this the day of 2020. APPROVED AS TO FORM: APPROVED: KAREN SELBO HUNT, MAYOR ATTEST: ASHLEY OWENS, CITY SECRETARY 12 TM119850 ROBERT E. HAGER, CITY ATTORNEY 13 TM119850 AN ORDINANCE OF THE CITY OF COPPELL, TEXAS AN ORDINANCE OF THE CITY OF COPPELL, TEXAS, AMENDING CHAPTER 9 OF THE CODE OF ORDINANCES BY REPEALING ARTICLE 9-29, SHORT TERM RENTALS IN ITS ENTIRETY AND REPLACING IT WITH A NEW ARTICLE 9-29, SHORT TERM RENTALS; PROVIDING FOR REGULATIONS FOR THE REGISTRATION AND USE OF SHORT TERM RENTALS; PROVIDING FOR REGISTRATION, PROVIDING FOR DEFINITIONS; PROVIDING FOR INSPECTIONS; PROVIDING FOR RESTRICTIONS; PROVIDING FOR BROCHURE AND SAFETY REQUIREMENTS; PROVIDING FOR NEIGHBORHOOD NOTIFICATION; PROVIDING FOR VIOLATIONS AND PENALTIES; PROVIDING FEES; PROVIDNG FOR A SUNSET REVIEW: PROVIDING A REPEALING CLAUSE; PROVIDING A SEVERABILITY CLAUSE; PROVIDING A SAVINGS CLAUSE; PROVIDING A REPEALING CLAUSE; AND PROVIDING FOR AN EFFECTIVE DATE. DULY PASSED by the City Council of the City of Coppell, Texas, this the day of 2020. APPROVED: KAREN SELBO HUNT, MAYOR ATTEST: ASHLEY OWENS, CITY SECRETARY 14 TM119850 MEMORANDUM To: Mayor and City Council From: John Elias, Park Projects Manager Via: Brad Reid, Director of Parks and Recreation Date: January 12, 2021 Reference: Discussion regarding the Moore Road Park Elevated Trail Section 2040: Implement Innovative Transportation Networks Introduction: In January 2019, a contract was executed between the City of Coppell and Halff & Associates for the design of elevated trail sections for Magnolia Park, Moore Road Park and the Asbury Manor trail intersection. In July 2019, Halff presented the City with a preliminary finding report that provided detailed trail/boardwalk alignments as well as preliminary cost estimates. In November 2019, an updated report was presented to Park Board. This report included the Asbury Manor trail intersection, both boardwalk projects, and the northern shoreline alignment for Magnolia Park. The Elevated Trail Sections Proj ect was put on hold at the start 2020 while the City evaluated the impact of the proposed rule that would change how sales tax is collected in Texas. In October 2020, the City moved forward with the Asbury Manor trail intersection repair, which is now completed. The Magnolia Park and Moore Road Park elevated trails sections are currently still on hold. Analysis: City staff has determined that funding is available to move forward with the elevated trail section at Moore Road Park. The preliminary estimate to install the elevated trail section is $1,033,938.00. City staff anticipate coming back to City Council to move forward with the Magnolia Park trail section at a future date to be determined. Legal Review: Legal Review is not required at this time. Fiscal Impact: This project will be funded with 2014 CRDC Sales Tax Bond Funds. Recommendation: The Parks & Recreation Department recommend moving forward with the Moore Road Park elevated trail section. C',P FE L File ID: 2020-5470 Version: 1 File Name: BOA - JJ City of Coppell, Texas Master File Number: 2020-5470 Type: Agenda Item Reference: 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Agenda Ready In Control: City Council File Created: 01/04/2021 Final Action: Title: Consider approval of accepting the resignation of John Jun from Board of Adjustment. Notes: Sponsors: Attachments: Resignation - Jun.pdf Contact: Drafter: Related Files: Enactment Date: Enactment Number: Hearing Date: Effective Date: History of Legislative File ver- Acting Body: Date: Action: Sent To: Due Date: Return Result: sion: Date: Text of Legislative File 2020-5470 Title Consider approval of accepting the resignation of John Jun from Board of Adjustment. Summary Fiscal Impact: None. Staff Recommendation: John Jun has submitted his letter of resignation from the Board. His appointment is set to expire December 2021. Staff recommends that this position remain vacant until filled during the next Board and Commission process in Fall 2021. Strategic Pillar Icon: Sustainable Government City of Coppell, Texas Page 1 Printed on 1/8/2021 January 5, 2021 FROM: John Jun 619 Allen Road Coppell, TX 75019 TO: Ashley Owens City Secretary City of Coppell, TX RE: John Jun -Resignation from Board of Adjustment Commission Dear Ms. Owens, I regret to inform you that with this letter, I am notifying you of my resignation from the City of Coppell Board of Adjustment Commission. Although I have sincerely enjoyed serving along with dedicated members, my commitment to the new role prevents me from serving as a member of the Board of Adjustment. I am grateful to have had the opportunity to serve with other members, and I send my sincere best wishes for the other members going forward. This resignation will be effective immediately, and please accept my apologies for any inconvenience this may have caused. Sincerely, John Jun C',P FE L File ID: 2020-5467 Version: 1 File Name: Place 5 City of Coppell, Texas Master File Number: 2020-5467 Type: Agenda Item Reference: Title: Swearing in of Council Place 5. Notes: Sponsors: Attachments: Contact: Drafter: Related Files: History of Legislative File 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Presentations In Control: City Council File Created: 01/04/2021 Final Action: Enactment Date: Enactment Number: Hearing Date: Effective Date: Ver- Acting Body: Date: Action: Sent To: Due Date: Return Result: sion: Date: Text of Legislative File 2020-5467 Title Swearing in of Council Place 5. Summary City of Coppell, Texas Page 1 Printed on 1/8/2021 C',P FE L File ID: 2021-5482 Version: 1 File Name: KM Proclamation City of Coppell, Texas Master File Number: 2021-5482 Type: Agenda Item Reference: 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Agenda Ready In Control: City Council File Created: 01/06/2021 Final Action: Title: Consider approval of a Proclamation naming January 12, 2021, as "Kenny Marchant Day," and authorizing the Mayor to sign. Notes: Sponsors: Attachments: Contact: Drafter: Related Files: History of Legislative File Enactment Date: Enactment Number: Hearing Date: Effective Date: Ver- Acting Body: Date: Action: Sent To: Due Date: Return Result: sion: Date: Text of Legislative File 2021-5482 Title Consider approval of a Proclamation naming January 12, 2021, as "Kenny Marchant Day," and authorizing the Mayor to sign. Summary City of Coppell, Texas Page 1 Printed on 1/8/2021 C',P FE L File ID: 2020-5465 Version: 1 File Name: Minutes City of Coppell, Texas Master File Number: 2020-5465 Type: Agenda Item Reference: 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Consent Agenda In Control: City Council File Created: 01/04/2021 Final Action: Title: Consider approval of the minutes: December 8, 2020 and December 15, 2020. Notes: Sponsors: Enactment Date: Attachments: CM 2020-12-08.pdf, CM 2020-12-15 (canvass).pdf Enactment Number: Contact: Hearing Date: Drafter: Effective Date: Related Files: History of Legislative File ver- Acting Body: Date: Action: Sent To: Due Date: Return Result: sion: Date: Text of Legislative File 2020-5465 Title Consider approval of the minutes: December 8, 2020 and December 15, 2020. Summary Strategic Pillar Icon: Sustainable Government City of Coppell, Texas Page 1 Printed on 1/8/2021 CFFELL Tuesday, December 8, 2020 KAREN HUNT Mayor CLIFF LONG Place 1 BRIANNA HINOJOSA-SMITH Place 2 WES MAYS Place 3 MIKE LAND City Manager City of Coppell, Texas Minutes City Council 5:30 PM MARK HILL Mayor Pro Tem GARY RODEN Place 4 NANCY YINGLING Place 5 BIJU MATHEW Place 6 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Present 8 - Karen Hunt -,Cliff Long;Brianna Hinojosa-Smith;Wes Mays;Gary Roden -,Nancy Yingling;Biju Mathew and Mark Hill Council Chambers Also present were City Manager Mike Land, City Secretary Ashley Owens, and City Attorney Robert Hager. Deputy City Managers Vicki Chiavetta and Traci Leach were in attendance virtually. The City Council of the City of Coppell met in Regular Session on Tuesday, December 8, 2020 at 5:30 p.m. in the City Council Chambers of Town Center, 255 Parkway Boulevard, Coppell, Texas. 1. Call to Order As a result of recent Declarations of Emergency made by Dallas County and the City of Coppell in regards to the current pandemic, Governor Abbott has permitted for governing bodies to meet remotely and to conduct open meetings virtually. Mayor Karen Hunt called the meeting to order, determined that a quorum was present and convened into the Work Session at 5:32 p.m. 2. Executive Session (Closed to the Public) 1st Floor Conference Room Section 551.072, Texas Government Code - Deliberation regarding Real Property. City of Coppell, Texas Page 1 City Council Minutes December 8, 2020 Discussion regarding real property located south of East Belt Line Road and east of South Belt Line Road. Discussed under Executive Session 3. Work Session (Open to the Public) Council Chambers Mayor Hunt adjourned the Executive Session at 6:08 p.m. and convened into the Work Session at 6:16 p.m. A. Discussion regarding agenda items. B. Discussion regarding Legislative Priorities. C. Update on CARES Business Assistance Grants. D. Update on DART construction activities. Presented in Work Session Regular Session Mayor Hunt adjourned the Work Session at 6:41 p.m. and reconvened into the Regular Session at 7:30 p.m. 4. Invocation 7:30 p.m. Councilmember Gary Roden gave the invocation. 5. Pledge of Allegiance Mayor Hunt and the City Council led those present in the Pledge of Allegiance. 6. Citizens' Appearance Mayor Hunt advised that no one signed up to speak. 7. Swearing in of Council Place 3. Mayor Karen Hunt swore in Wes Mays as Councilmember Place 3. At this time, the makeup of Council is as follows: Karen Hunt, Mayor Cliff Long, Place 1 Brianna Hinojosa-Smith, Place 2 Wes Mays, Place 3 Gary Roden, Place 4 Nancy Yingling, Place 5 Biju Mathew, Place 6 Mark Hill, Place 7 Proclamations City of Coppell, Texas Page 2 City Council Minutes December 8, 2020 8. Consider approval of a Proclamation naming December 8, 2020, as "Nancy Yingling Appreciation Day," and authorizing the Mayor to sign. Mayor Karen Hunt read the proclamation into the record and presented the same to Councilmember Nancy Yingling. A motion was made by Councilmember Wes Mays, seconded by Councilmember Brianna Hinojosa-Smith, that this Agenda Item be approved. The motion passed by an unanimous vote. Presentations 9. Presentation of a Plaque to Nancy Yingling for her years of service to the City of Coppell. 10. Consent Agenda Mayor Hunt presented Councilmember Nancy Yingling a plaque in recognition of her years of service on the Coppell City Council. Councilmember Yingling thanked family, friends, City Council members and staff. At this time, Mayor Karen Hunt recused herself upon filing a Conflict of Interest Affidavit for Consent Agenda Item F. A. Consider approval of the minutes: November 10, 2020 and November 17, 2020. A motion was made by Councilmember Gary Roden, seconded by Councilmember Nancy Yingling, that Consent Agenda Items A -F be approved. The motion passed by an unanimous vote. B. Consider approval of award for a renewal of city-wide janitorial services contract to Oriental Building Services for a one-year period; beginning November 1, 2020; in the amount of $392,000.00; as budgeted in the General Fund; and authorizing the City Manager to sign any necessary documents A motion was made by Councilmember Gary Roden, seconded by Councilmember Nancy Yingling, that Consent Agenda Items A -F be approved. The motion passed by an unanimous vote. C. Consider approval of an Ordinance amending Article 8-3, Parking, Section 8-3-1(A) of the Code of Ordinances by adding a subsection to make it unlawful to stop, stand, or park any vehicle/truck weighing more than 1.5 tons, at all times, on North Lake Drive; and authorizing the Mayor to sign. A motion was made by Councilmember Gary Roden, seconded by Councilmember Nancy Yingling, that Consent Agenda Items A -F be approved. The motion passed by an unanimous vote. Enactment No: OR 2020-1547 City of Coppell, Texas Page 3 City Council Minutes December 8, 2020 D. Consider approval of a Resolution amending Resolution No. 010996.3 as amended, amending the Master Fee Schedule for Rolling Oaks Memorial Center Fees and Solid Waste Collection Fees; and authorizing the Mayor to sign. A motion was made by Councilmember Gary Roden, seconded by Councilmember Nancy Yingling, that Consent Agenda Items A -F be approved. The motion passed by an unanimous vote. Enactment No: RE 2020-1208.1 E. Consider approval of an amendment to the City of Coppell Investment Policy. A motion was made by Councilmember Gary Roden, seconded by Councilmember Nancy Yingling, that Consent Agenda Items A -F be approved. The motion passed by an unanimous vote. F. Consider approval of a Resolution designating Frost National Bank as the City Depository for a period of four (4) years and eleven (11) months; and authorizing the Mayor Pro Tem to sign. A motion was made by Councilmember Gary Roden, seconded by Councilmember Nancy Yingling, that Consent Agenda Items A -F be approved. The motion passed by an unanimous vote. Enactment No: RE 2020-1208.2 End of Consent Agenda 11. PUBLIC HEARING: Consider approval of PD -304-H, Nixon Pence Residential, a zoning change request from H (Historic) to PD -304-H (Planned Development -304 - Historic), to allow for two residential units on 0.442 acres of land located on the west side of S. Coppell Road, approximately 175 feet south of W. Bethel Road, at the request of the property owner ANCH, LLC., being represented by Jorie Brown with Hennessey Engineering Inc. At this time, Councilmember Cliff Long recused himself upon filing a Conflict of Interest Affidavit for Agenda Item 11. Presentation: Matt Steer, Development Services Administrator, made a presentation to the City Council. Mayor Karen Hunt opened the Public Hearing and advised that no one signed up to speak. A motion was made by Councilmember Wes Mays, seconded by Councilmember Gary Roden, to close the Public Hearing and approve this Agenda Item subject to the following conditions: City of Coppell, Texas Page 4 City Council Minutes December 8, 2020 1. Detailed engineering review to take place with engineering permit submittal. For engineering review, submit site plan and plans for paving, grading, utilities, and erosion control. 2. Submit a copy of the proposed private easements prior to plat recordation. The motion passed by an unanimous vote. 12. Consider approval of an Ordinance of the City of Coppell amending the Code of Ordinances by amending Chapter 15, "Other Codes Adopted" Article 15-11, "Swimming Pool and Spa Code" to provide for the adoption of the International Swimming Pool and Space Code, 2018 Edition; and authorizing the Mayor to sign. Presentation: Suzanne Arnold, Chief Building Official, made a presentation to the City Council. A motion was made by Councilmember Nancy Yingling, seconded by Councilmember Wes Mays, that this Agenda Item be approved. The motion passed by an unanimous vote. Enactment No: OR 2020-1548 13. Consider approval of an Ordinance of the City of Coppell amending the Code of Ordinances by amending Chapter 9 "General Regulations", Article 9-2 "Fence Regulations" of the Code of Ordinances to amend Section 9-2-1 definitions and by amending by revising Section 9-2-11 through 9-2-13; and authorizing the Mayor to sign. Presentation: Suzanne Arnold, Chief Building Official, made a presentation to the City Council. A motion was made by Councilmember Nancy Yingling, seconded by Councilmember Wes Mays, that this Agenda Item be approved. The motion passed by an unanimous vote. Enactment No: OR 2020-1549 14. PUBLIC HEARING: Consider approval of an Ordinance designating Varidesk, LLC, Reinvestment Zone No. 111 pursuant to Section 312.201 of the Property Redevelopment and Tax Abatement Act, and authorizing the Mayor to sign. Presentation: Mindi Hurley, Director of Community Development, made a presentation to the City Council. Mayor Karen Hunt opened the Public Hearing and advised that no one signed up to speak. A motion was made by Councilmember Nancy Yingling, seconded by Councilmember Wes Mays, to close the Public Hearing and approve this Agenda Item. The motion passed by an unanimous vote. Enactment No: OR 2020-1550 City of Coppell, Texas Page 5 City Council Minutes December 8, 2020 15. Consider approval of a Resolution approving a Tax Abatement Agreement between the City of Coppell and Varidesk, LLC, and authorizing the Mayor to sign. Items 15 and 16 were read into the record and considered together. Presentation: Mindi Hurley, Director of Community Development, made a presentation to the City Council. A motion was made by Councilmember Nancy Yingling, seconded by Mayor Pro Tem Mark Hill, to approve Agenda Items 15 and 16. The motion passed by an unanimous vote. Enactment No: RE 2020-1208.3 16. Consider approval of an Economic Development Agreement by and between the City of Coppell and Varidesk, LLC; and authorize the Mayor to sign. Please see Item 15. 17. Consider approval of an Ordinance extending the moratorium against enforcement on Sections 6-15-3 (A), 6-15-4 and 6-15-5 (3) (A) and (B), (J) - (M), (4) and (8), Article 16 "Business Regulations" of Chapter 6-15 "Temporary Signs" for a period of time until June 30, 2021; and authorizing the Mayor to sign. Presentation: Mindi Hurley, Director of Community Development, made a presentation to the City Council. A motion was made by Councilmember Biju Mathew, seconded by Councilmember Wes Mays, that this Agenda Item be approved. The motion passed by an unanimous vote. Enactment No: OR 2020-1551 18. Consider approval of two (2) consulting contracts for advanced scenario planning with Future iQ, Inc. in the amount of $45,000; and authorizing the City Manager to sign any necessary documents. Item 18 was pulled from the agenda and will be considered at a later date. 19. Consider approval of a Resolution of the City of Coppell in support of the Dallas Area Rapid Transit Resolution Nos. 200100 and 200086 related to the adoption of the Silver Line Light Rail alignment; providing for authorization to exercise eminent domain to acquire right-of-way within the corporate limits; and authorizing the Mayor to sign. Presentation: Traci Leach, Deputy City Manager, made a presentation to the City Council. A motion was made by Councilmember Wes Mays, seconded by Councilmember Gary Roden, that this Agenda Item be approved. The motion City of Coppell, Texas Page 6 City Council Minutes December 8, 2020 passed by an unanimous vote. Enactment No: RE 2020-1208.4 20. Consider approval of the Legislative Agenda for the upcoming 87th Regular Legislative Session. Presentation: Mike Land, City Manager, made a presentation to the City Council. A motion was made by Councilmember Wes Mays, seconded by Councilmember Nancy Yingling, that this Agenda Item be approved. The motion passed by an unanimous vote. 21. City Manager Reports - Project Updates and Future Agendas City Manager Mike Land reported on several projects in the City: Airline Drive Reconstruction- We are in the process of installing the water line and coordinating right of way permits for relocation of franchise utilities in preparation for paving operations to start after the new year. The project completion timeline is still Winter 2021. Freeport Parkway - All complete with the exception of a little bit of landscape and some pedestrian handrails at the RR Crossing. Intersection Improvement Project — bids were received and opened; we plan to bring the contract to City Council for consideration on January 12th. The general plan is to complete improvements at one intersection at a time. However, utility relocations could occur along the entire corridor once they begin. We will update Council as appropriate Design is complete on both the Stream G6 and Denton Creek grade control structure projects, which were both included in the Drainage Improvement Projects included in the last bond sale. We expect to bring those to Council in the next 6-8 weeks for contract award. 22. Mayor and Council Reports Report by the City Council on recent and upcoming events. A. For more than 20 years, the Coppell community has come together to Make a Child Smile by donating gifts to deserving children in Coppell ISD. Though many things may have changed this year, the community's dedication to assisting residents in need has not. To help ensure that the spirit of giving continues to flourish, while also protecting the health and safety of residents, the City of Coppell has announced a makeover to this year's Make a Child Smile program. The deadline has been extended through Monday, December 14, visit makeachildsmilecoppell.com to select a virtual ornament that includes a child's gift preferences, clothing sizes, and more. Simply fill in your contact information and submit your request to grant the child's wish! Purchase clothing and/or toys for the child. The program's goal is to provide at least one toy and one article of clothing for each child. City of Coppell, Texas Page 7 City Council Minutes December 8, 2020 When you are ready to return your gifts, contact Andrea Parker at aparker@coppelltx.gov to schedule an appointment for drop off. Please return all wrapped gifts — in an opaque bag with the family number, gender and age of the child attached to the bag — to the City Manager's Office no later than Monday, December 14. City staff will deliver the gifts prior to Christmas. For more information, call 972-304-7016 or email aparker@coppelltx.gov. B. Shop Coppell this holiday season for a change to win a gift card to a Coppell business! Spend $200 or more at local businesses or restaurants through December 31. Visit coppelltx.gov/buyincoppell for information on how to submit photos of your receipts by 5 p.m. on Wednesday, January 6, 2021 to be entered into the drawing. In addition to a drawing for the Grand Prize — a $200 gift card to a Coppell business — three drawings will be held for $100 gift cards. The winners will be notified via email and/or phone to arrange prize pickup. For more information, visit coppelltx.gov/buyincoppell or call 972-304-3678. C. With many malls and shopping centers shuttering their doors, Santa knows he might not be able to see as many kiddos in person this year, so the Cozby Library and Community Commons has volunteered to be a Letter Drop-off location for Mr. Claus! Santa has set up a holiday mailbox where Coppell children can mail their gift wishes to the North Pole, at the Cozby Library. Santa will also be making an appearance virtually at the Library for a Christmas Q&A where he will respond to children's holiday questions. Kids can drop off their letters in the large holiday mailbox outside the Cozby Library anytime through December 18. Questions for Santa's Q&A session at the library can be dropped off at the Library's front desk through December 11! Santa and Mrs. Claus have agreed to drop by the library to read a story and answer your questions. On December 16, a link to their video will be posted to the Library Facebook and Twitter pages. Submit your question by filling out the form found at coppelltx.gov/holidays or drop your inquiry in Santa box at the library by December 11. For more information, visit coppelltx.gov/holidays. 23. Council Committee Reports concerning items of community involvement with no Council action or deliberation permitted. A. Report on North Central Texas Council of Governments - Councilmember Wes Mays B. Report on North Texas Commission - Councilmember Nancy Yingling C. Report on Coppell Historical Society - Councilmember Long A. Councilmember Wes Mays reported that the North Central Texas Council of Governments have adapted well to the online meeting environment in 2020. Agendas and meeting information is now online and available to the public. B. Councilmember Nancy Yingling reported that the North Texas Commission is preparing for the 87th Legislative Session. On January 10th, NTC will host a webinar featuring all four county judges. C. Councilmember Cliff Long reported that the Historical Society has not held meetings in 2020. The Historical Society recently held a Zoom meeting to elect new officers for the upcoming year. City of Coppell, Texas Page 8 City Council Minutes December 8, 2020 24. Public Service Announcements concerning items of community interest with no Council action or deliberation permitted. Nothing to report. 25. Necessary Action from Executive Session 26. Adjournment City Attorney Robert Hager read the following motion into the record: Consider a motion to authorize the City Attorney to draft a contract to sell approximately +431 acres of real property at Northlake to the Billingsley interest for a price of $10,147,650.00+ as previously offered, less the acreage for a DART transit station right of way for the road connection; subject to the Atmos easement; and, reserve a one acre parcel; and authorize the City Manager to execute such agreement; and, to prepare the required assignments of water rights, irrigation rights and contracts associated with the storage tract and dam; and to the City Manager and staff assist the purchase to constitute a drainage district with Dallas County. A motion was made by Councilmember Gary Roden, seconded by Councilmember Brianna Hinojosa-Smith, to approve the motion. The motion passed by an unanimous vote. There being no further business before the City Council, the meeting was adjourned at 9:21 p.m. Karen Selbo Hunt, Mayor ATTEST: Ashley Owens, City Secretary City of Coppell, Texas Page 9 City of Coppell, Texas 255 E. Parkway Boulevard �� Coppell, Texas C FF LL 75019-9478 Minutes City Council Tuesday, December 15, 2020 8:00 AM Council Chambers Canvass of Municipal Runoff Election KAREN HUNT MARK HILL Mayor Mayor Pro Tem CLIFF LONG GARY RODEN Place 1 Place 4 BRIANNA HINOJOSA-SMITH NANCY YINGLING Place 2 Place 5 WES MAYS BIJU MATHEW Place 3 Place 6 MIKE LAND City Manager Present 4 - Karen Hunt -,Cliff Long -,Wes Mays and Biju Mathew Absent 4 - Brianna Hinojosa-Smith;Gary Roden -,Nancy Yingling and Mark Hill Also present were City Manager Mike Land, Deputy City Manager Traci Leach, City Secretary Ashley Owens and City Attorney Robert Hager. The City Council of the City of Coppell met in a Special Called Session on Tuesday, December 15, 2020 at 8:00 .m. in the City Council Chambers of Town Center, 255 Parkway Boulevard, Coppell, Texas. 1. Call to Order Mayor Hunt called the meeting to order, determined that a quorum was present and convened the meeting at 8:00 a.m. She explained that for the purpose of this meeting, only two Councilmembers are required, in accordance with the Election Laws. 2. Consider approval of a Resolution canvassing the returns for the Municipal Runoff Election held on December 8, 2020; declaring the results for Council Place 5; and authorizing the Mayor to sign. City Attorney Robert Hager read the Resolution into the record. City of Coppell, Texas Page 1 City Council Minutes December 15, 2020 Adjournment A motion was made by Councilmember Biju Mathew, seconded by Councilmember Cliff Long, that this Resolution be approved. The motion passed by an unanimous vote. Enactment No: RE 2020-1215.1 There being no further business before the City Council, the meeting was adjourned at 8:04 a.m. Karen Selbo Hunt, Mayor ATTEST: Ashley Owens, City Secretary City of Coppell, Texas Page 2 C',P FE L File ID: 2020-5402 Version: 3 City of Coppell, Texas Master File Number: 2020-5402 Type: Agenda Item Reference: File Name: PD -304-H, Nixon Pence Residential, a zoning change request from H (Historic) to PD -304-H (Planned Development -304 — Historic), to allow for two residential units on 0.442 acres of land located on the west side of S. Coppell Road, South of W. Bethel Road, 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Consent Agenda In Control: City Council File Created: 11/05/2020 Final Action: Title: Consider approval of an Ordinance for PD -304-H, Nixon Pence Residential, a zoning change request from H (Historic) to PD -304-H (Planned Development -304 - Historic), to allow for two residential units on 0.442 acres of land located on the west side of S. Coppell Road, approximately 175 feet south of W. Bethel Road; and authorizing the Mayor to sign. Notes: Sponsors: Enactment Date: Attachments: City Council Memo - Ordinance.pdf, Ordinance.pdf, Enactment Number: Exhibit A - Legal Description.pdf, Exhibit B - Site Plan.pdf, Exhibit C - Landscape Plan.pdf, Exhibit D - Tree Survey.pdf, Exhibit E - Elevations.pdf, Exhibit F - Private Mutual Access Easement Agreement - Driveway.pdf, Exhibit G - Private Drainage, Utility, and Maintenance Easement Agreement.pdf Contact: Hearing Date: Drafter: Effective Date: Related Files: History of Legislative File Ver- Acting Body: Date: Action: Sent To: Due Date: Return Result: sion: Date: 1 Planning & Zoning 11/23/2020 Approved Pass Commission 2 City Council 12/08/2020 Close the Public Hearing and Approve Text of Legislative File 2020-5402 City of Coppell, Texas Page 1 Printed on 1/8/2021 Master Continued (2020-5402) Title Consider approval of an Ordinance for PD -304-H, Nixon Pence Residential, a zoning change request from H (Historic) to PD -304-H (Planned Development -304 - Historic), to allow for two residential units on 0.442 acres of land located on the west side of S. Coppell Road, approximately 175 feet south of W. Bethel Road; and authorizing the Mayor to sign. Summary Staff Recommendation: Staff is recommending approval. Strategic Pillar Icon: Sustainable Government City of Coppell, Texas Page 2 Printed on 1/8/2021 MEMORANDUM To: Mayor and City Council From: Mindi Hurley, Director of Community Development Date: January 12, 2021 Reference: Consider approval of an Ordinance for PD -304-H, to allow for two residential units on 0.442 acres of land located on the west side of S. Coppell Road, approximately 175 feet south of W. Bethel Road, and authorizing the Mayor to sign. 2030: Enhance the Unique "Community Oasis" Experience Executive Summary: This request is to allow the construction of two, two-story residences at 713 and 715 S Coppell Road. One is proposed to be 3,880 square -feet and one to be 4,190 -square feet. The architect has designed this project in a manner which is consistent with the Main Street project and the recently constructed house to the south Analysis: On December 8, 2020, the City Council, approved this zoning change subject to the following conditions: 1. Detailed engineering review to take place with engineering permit submittal. For engineering review, submit site plan and plans for paving, grading, utilities, and erosion control 2. Submit a copy of the proposed private easements prior to plat recordation. On November 23, 2020, the Planning and Zoning Commission recommended APPROVAL of PD -304- H subject to the following conditions (Items 3 through 5 were revised and therefore were not conditions of the recommendation at City Council): 1. Detailed engineering review to take place with engineering permit submittal. For engineering review, submit site plan and plans for paving, grading, utilities, and erosion control 2. Submit a copy of the proposed private easements prior to plat recordation. 3. Ensure the landscape island reconfiguration to accommodate the shared drive is indicated on the Landscape Plan as shown on the Site Plan, and the plant materials are labeled. 4. Ensure all plans have the same easements and the same driveway configuration off Burnet Street. 5. Label all colors and materials on each building elevation. Legal Review: The City Attorney reviewed this ordinance. Fiscal Impact: None Recommendation: The Planning Department recommends approval. Attachments: 1. Ordinance 2. Exhibit A — Legal Description 3. Exhibit B - Site Plan 4. Exhibit C - Landscape Plan 5. Exhibit D - Tree Survey 6. Exhibit E - Building Elevations 7. Exhibit F - Private Mutual Access Easement 8. Exhibit G - Private Drainage, Utility and Maintenance Easement AN ORDINANCE OF THE CITY OF COPPELL, TEXAS ORDINANCE NO. AN ORDINANCE OF THE CITY OF COPPELL, TEXAS, AMENDING THE COMPREHENSIVE ZONING ORDINANCE AND MAP OF THE CITY OF COPPELL, TEXAS, AS HERETOFORE AMENDED, BY GRANTING A CHANGE IN ZONING FROM H (HISTORIC) TO PD -304-H (PLANNED DEVELOPMENT 304 — HISTORIC) TO ALLOW THE CONSTRUCTION AND MAINTENANCE OF A 3,880 -SQUARE FOOT SINGLE FAMILY RESIDENCE ON LOT 1, BLOCK A; AND, CONSTRUCTION AND MAINTENANCE ON A 4,190 -SQUARE FOOT SINGLE RESIDENCE ON LOT 2, BLOCK A, BEING A 0.44 ACRE TRACT OF LAND LOCATED AT 713 & 715 S. COPPELL ROAD, RESPECTIVELY, AND BEING MORE PARTICULARLY DESCRIBED IN EXHIBIT "A" ATTACHED HERETO AND MADE A PART HEREOF FOR ALL PURPOSES, SUBJECT TO THE DEVELOPMENT REGULATIONS; PROVIDING FOR THE APPROVAL OF THE SITE PLAN, LANDSCAPE PLAN, TREE SURVEY, BUILDING ELEVATIONS, PRIVATE MUTUAL ACCESS EASEMENT AND PRIVATE DRAINAGE, UTILITY & MAINTENANCE EASEMENT ATTACHED HERETO AS EXHIBITS `B", "C", "D", "E", "F" & "G" RESPECTIVELY; PROVIDING DEVELOPMENT REGULATIONS; PROVIDING A REPEALING CLAUSE; PROVIDING A SEVERABILITY CLAUSE; PROVIDING A SAVINGS CLAUSE; PROVIDING A PENALTY OF FINE NOT TO EXCEED THE SUM OF TWO THOUSAND DOLLARS ($2,000.00) FOR EACH OFFENSE; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the City Planning and Zoning Commission and the governing body of the City of Coppell, Texas, in compliance with the laws of the State of Texas and pursuant to the Comprehensive Zoning Ordinance of the City of Coppell, have given requisite notices by publication and otherwise, and after holding due hearings and affording a full and fair hearing to all property owners generally, and to all persons interested and situated in the affected area and in the vicinity thereof, the said governing body is of the opinion that Zoning Application No. PD -304-H should be approved, and in the exercise of legislative discretion have concluded that the Comprehensive Zoning Ordinance and Map should be amended. NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF COPPELL, TEXAS: SECTION 1. That the Comprehensive Zoning Ordinance and Map of the City of Coppell, Texas, duly passed by the governing body of the City of Coppell, Texas, as heretofore amended, be and the same is hereby amended to grant a change in zoning from H (Historic) to PD -304-H (Planned Development 304 — Historic) to allow the construction and maintenance of a 3,880 -square foot single TM 119753 family residence on Lot 1, Block A; and, construction and maintenance on a 4,190 -square foot single residence on Lot 2, Block A, being a 0.44 acre tract of land located at 713 & 715 S. Coppell Road, respectively, and being more particularly described in Exhibit "A" attached hereto and made a part hereof for all purposes, subject to the development regulations. SECTION 2. That PD -304-H is hereby approved subject to the following development regulations: A) A 12' Private Mutual Access Easement and 10' Private Utility, Drainage and Maintenance Easement shall be created by separate instrument on a form in substantial compliance with Exhibits G and H, attached hereto for private use located on the mutual property line between Lots 1 and 2; for the mutual private use and benefit of subsequent owners of Lots I and 2, attached hereto and incorporated herein as if set forth in full shall be executed upon conveyance to subsequent owners; and, said easement as provided herein shall be noted on the Minor Plat filed prior to issuance of any building permit. B) A Minor Plat of Lots 1 and 2 of Block A, indicating all required easements shall be filed with Dallas County prior to obtaining building permits. C) Detailed engineering review to take place with engineering permit submittal. D) For engineering review, submit site plan and plans for paving, grading, utilities, and erosion control. SECTION 3. That Site Plan, Landscape Plan, Tree Survey, Building Elevations, Private Mutual Access Easement and Private Drainage, Utility & Maintenance Easement attached hereto as exhibits "B", "C", "D", "E", "F" & "G" made a part hereof for all purposes, are hereby approved. 2 TM 119753 SECTION 4. That the above property shall be used only in the manner and for the purpose provided for by the Comprehensive Zoning Ordinance of the City of Coppell, as heretofore amended, and as amended herein. SECTION 5. That the development of the property herein shall be in accordance with building regulations, zoning ordinances, and any applicable ordinances except as may be specifically altered or amended herein. SECTION 6. That all provisions of the Ordinances of the City of Coppell, Texas, in conflict with the provisions of this ordinance be, and the same are hereby, repealed, and all other provisions not in conflict with the provisions of this ordinance shall remain in full force and effect. SECTION 7. That should any sentence, paragraph, subdivision, clause, phrase or section of this ordinance be adjudged or held to be unconstitutional, illegal or invalid, the same shall not affect the validity of this ordinance as a whole, or any part or provision thereof other than the part so decided to be unconstitutional, illegal or invalid, and shall not affect the validity of the Comprehensive Zoning Ordinance as a whole. SECTION 8. An offense committed before the effective date of this ordinance is governed by prior law and the provisions of the Comprehensive Zoning Ordinance, as amended, in effect when the offense was committed and the former law is continued in effect for this purpose. SECTION 9. That any person, firm or corporation violating any of the provisions or terms of this ordinance shall be subject to the same penalty as provided for in the Comprehensive Zoning Ordinance of the City of Coppell, as heretofore amended, and upon conviction shall be punished by a fine not to exceed the sum of Two Thousand Dollars ($2,000.00) for each offense; and each and every day such violation shall continue shall be deemed to constitute a separate offense. 3 TM 119753 SECTION 10. That this ordinance shall take effect immediately from and after its passage and the publication of its caption, as the law and charter in such cases provide. DULY PASSED by the City Council of the City of Coppell, Texas, this the day of 2021. APPROVED AS TO FORM: ROBERT E. HAGER, CITY ATTORNEY APPROVED: KAREN SELBO HUNT, MAYOR ATTEST: ASHLEY OWENS, CITY SECRETARY 4 TM 119753 AN ORDINANCE OF THE CITY OF COPPELL, TEXAS AN ORDINANCE OF THE CITY OF COPPELL, TEXAS, AMENDING THE COMPREHENSIVE ZONING ORDINANCE AND MAP OF THE CITY OF COPPELL, TEXAS, AS HERETOFORE AMENDED, BY GRANTING A CHANGE IN ZONING FROM H (HISTORIC) TO PD -304- H (PLANNED DEVELOPMENT 304 — HISTORIC) TO ALLOW THE CONSTRUCTION AND MAINTENANCE OF A 3,880 -SQUARE FOOT SINGLE FAMILY RESIDENCE ON LOT 1, BLOCK A; AND, CONSTRUCTION ON A 4,190 -SQUARE FOOT SINGLE RESIDENCE ON LOT 2, BLOCK A, BEING A 0.44 ACRE TRACT OF LAND LOCATED AT 713 & 715 S. COPPELL ROAD, RESPECTIVELY, AND BEING MORE PARTICULARLY DESCRIBED IN EXHIBIT "A" ATTACHED HERETO AND MADE A PART HEREOF FOR ALL PURPOSES, SUBJECT TO THE DEVELOPMENT REGULATIONS; PROVIDING FOR THE APPROVAL OF THE SITE PLAN, LANDSCAPE PLAN, TREE SURVEY, BUILDING ELEVATIONS, PRIVATE MUTUAL ACCESS EASEMENT AND PRIVATE DRAINAGE, UTILITY & MAINTENANCE EASEMENT ATTACHED HERETO AS EXHIBITS `B", "C", "D", "E", "F" & "G" RESPECTIVELY; PROVIDING DEVELOPMENT REGULATIONS; PROVIDING A REPEALING CLAUSE; PROVIDING A SEVERABILITY CLAUSE; PROVIDING A SAVINGS CLAUSE; PROVIDING A PENALTY OF FINE NOT TO EXCEED THE SUM OF TWO THOUSAND DOLLARS ($2,000.00) FOR EACH OFFENSE; AND PROVIDING AN EFFECTIVE DATE. DULY PASSED by the City Council of the City of Coppell, Texas, this the day of 2021. APPROVED: KAREN SELBO HUNT, MAYOR ATTEST: ASHLEY OWENS, CITY SECRETARY EXHIBIT A — LEGAL DESCRIPTION BEING A CALLED 0.44 ACRE TRACT OF LAND SITUATED IN THE J. A. SIMMONS SURVEY, ABSTRACT 1296, IN THE CITY OF COPPELL, DALLAS COUNTY, TEXAS AND BEING THE SAME TRACT OF LAND DESCRIBED IN DEED TO ANCH, LLC RECORDED BY INSTRUMENT No. 202000058823, OFFICIAL PUBLIC RECORDS, DALLAS COUNTY, RECORDS MORE PARTICULARLY DESCRIBED AS FOLLOWS: BEGINNING AT A POINT IN THE CENTERLINE OF SOUTH COPPELL ROAD, (A VARIABLE WIDTH RIGHT-OF-WAY) FROM WHICH A 1/2 INCH IRON ROD WITH A YELLOW CAP FOUND MARKING THE NORTHEAST CORNER OF BLOCK A, LOT 2R OF THE CONOBOY ADDITION REPLAT, AN ADDITION TO THE CITY OF COPPELL BY THE MAP OR PLAT THEREOF AS RECORDED BY INSTRUMENT No. 201800061374, OFFICIAL PUBLIC RECORDS, DALLAS COUNTY, TEXAS BEARS, S00°00'00"W, A DISTANCE OF 36.00 FEET FOR REFERENCE; THENCE, S90000'00"W, PASSING AT A DISTANCE OF 36.00 FEET, PASSING THE SAID 1/2 INCH IRON ROD MARKING THE SOUTHEAST CORNER OF SAID BLOCK A, LOT 1 R, AND CONTINUING A TOTAL DISTANCE OF 175.00 FEET TO AN X -CUT FOUND IN CONCRETE FOR CORNER, ALSO MARKING THE NORTHWEST CORNER OF SAID CONOBY ADDITION REPLAT; THENCE, NOO°00'00"E, PASSING AT 0.83 FEET, THE MOST EASTERLY NORTHEAST CORNER OF THE OLD TOWN ADDITION REPLAT, AND ADDITION TO THE CITY OF COPPELL BY THE MAP OR PLAT THEREOF AS RECORDED BY INSTRUMENT No.201200173120, OFFICIAL PUBLIC RECORDS, DALLAS COUNTY, TEXAS, CONTINUING A TOTAL DISTANCE OFF 110.00 FEET TO A 1/2 INCH IRON ROD SET FOR CORNER, ALSO MARKING THE SOUTHWEST CORNER OF LOT 1, BLOCK A, OF THE COZBY ADDITION, AN ADDITION TO THE CITY OF COPPELL BY THE MAP OR PLAT THEREOF AS RECORDED BY INSTRUMENT No. 201200061912, OFFICIAL PUBLIC RECORDS, DALLAS COUNTY, TEXAS; THENCE, N90000'00"E, ALONG THE SOUTH LINE OF THE SAID COZBY ADDITION, PASSING AT A FIELD DISTANCE OF 144.85 FEET THE SOUTHEAST CORNER OF SAID COZBY ADDITION, CONTINUING A TOTAL A DISTANCE OF 175.00 FEET TO A POINT FOR CORNER IN THE CENTERLINE OF SAID SOUTH COPPELL ROAD; THENCE S00°00'00"E, ALONG CENTERLINE OF SAID SOUTH COPPELL ROAD, A DISTANCE OF 110.00 FEET TO THE POINT OF BEGINNING AND CONTAINING 19,250 SQUARE FEET OR 0.442 ACRES OF LAND WITH 3,300 SQUARE FEET BEING DEDICATED TO CITY OF COPPELL FOR THE SOUTH COPPELL ROAD RIGHT-OF-WAY BY THIS PLAT. ® as urv+xm Q. wmasmmaol aomCL ®,rx wnsw uo¢ / OR FH 0 wL pl F 55J¢�W,29g 51�ytT�4P a rsU'�ns�M Fe coy ire, aocx e F.H. CROCKETT STREET ee'a __ a<aow�- --aaxa rea¢LL nw�o�aos-- ass-uae ocx cNo m�ry nNiisi reit-x s as c so�wux. c IF pNP"u T ----------- ma �' o�mwsFeas + 21111 11D WONPCNCC rv¢ iCs. s arewn ADD///ON snn✓gaz.c / IPaownm as — ron/Tse we Fxnl L� __ _ ' ma fearwswwaNwl o :oieipr. S amnmcr ,9�� _ A" rvc (so. n.) 90.em o.n' I 19BReos m n,l � o sIF � f�on� reYo.w) O ia� a 6 O HC u a� w aax,� 0rea1�„m'�� , 0.o 1 pNc V j G o00 su' miNv usc>scm -- -- r u sa¢ "I acn Tisa¢wec Y— c nrva aaA»Ma wnrva aw rvc rs�iw aow uNttmlNl x sex Imo. emCxwm e HOUSTON STREET HOUSTON STREET ,oa s<Nrea. umxw,+M rn,x arc _ _. _. ts3 reow) __ __. t«reow) vurm o mmse�au or e¢ irvs reow PROPERTY ZONED -H wo uxawreuua ew¢ asvu orv. rrs.m ssso _ Mia INNNNNNL J.A. SIMMONS SURVEY, ABSTRACT No. 1296 _ Pmnre 9ocwuu 19,250 SQ. FEET OR 0.662 ACRES (GROSS) LESS E. MAIN STREET grsazssz s�,ie' 115.9505SQ. FF.0ORR03660ACRES (NE' —1-0011 —13 s :e xoxre, N mare,o crve wa. reotiax I, F.H.v e recsm ca+ meIF M-11 .wu c sws�u 0�J wr re.o.w. W E SITE PIAN uuos. eeuurory auc zn.seo 112 rPN S LOT I & LOT 2, BLOCK A. NI—PENCE AGENTION ( N woo awry o¢aw ary dRHo ��� �[o saw,�e. m FgoenvnNcsFsosoT)so�azT�soia_rz c srl cram aemuiun e osxaarvaa<,� uoP Boa ,u� a�,uxrye. �„ wxreu :we m�us�s e°� q}0750¢al°ry®o COPPELL,TEXAS19 FHlMril NH Ci LANDSCAPE SPECIFIGITIONS ........ .... . .. .... . —1111�1111111111 10111—.1-1-1 KN' N N %Vr ✓ 1 . ..... ... VZAMNEI1�11-11 .... ...... ft wine TREE PLANTLNGDETAIL 2 SHRUB PLANTING DETAIL . .. ... PERENNIAL PLjNTFVG DL TALF LANDSCAPE Lut I & 1,,)t 2, BLOCK A, 11NON-111-1 AI)IR ETON 713 SOETR ( OPPELL ROAD COPPELL, —AA 7.1019 DAVID R. ANDREW —LANDSCAPE — .IEU T 2607 WARREN CIRCLE IRVINE, I EXAS 7f— TE141-1 D-: I Lot I & L 2, BLOCK A, NIXON PENCE ADDITION 713 SOGTIE (70PPELL ROAD COPPEIT TEXAS 75019 DAVID IL ANDREW -LANDSCAPE: ARCEEI"FEE '1' —7 WARREN (TR( LE IRVING.'TEXAS '15002 2OTOI--1 soae�*asewlonnLoel LANDSCAPE TABULATIONS r.�. ne neo„ r,am �w. city frappcO, T— L:RItlI �'f,R4ANUs(.M£ Nx.. ..ax Ymx19F9 nnouvon¢Mnin rxuxvn,n„uonrwraunn r�i �eave,.nnot ocnTm.s uo nonr r.rrr ur�unoaun�neor rmu ^"o wrn nmian or swe unrr ur gpyN s`VnC�;.a,ANt�sCpE+R a.0 an p .v r rvkSW SES R"T m 1eeQ wiE rs EXISTING TREE MIT IGA I ION IN FORMATION QX -RA wrn u�x�wrTw.nuaimn�samEvno,�o.nes lnusuE l4 O.k ua �o,c 3I 011 oo %Us'I Lot I & L 2, BLOCK A, NIXON PENCE ADDITION 713 SOGTIE (70PPELL ROAD COPPEIT TEXAS 75019 DAVID IL ANDREW -LANDSCAPE: ARCEEI"FEE '1' —7 WARREN (TR( LE IRVING.'TEXAS '15002 2OTOI--1 soae�*asewlonnLoel �1 REAR ELEVATION - � - - +iii% ■ nr... -------------- -------------- ili�� �nn��lnm�llenmllunl �Imiliiiilnn m�T ■ -- II���������s�����IIIIIIIIIIIIIIIII������m���������IIIV'Vlllll�����l���m�__==_=====�===: Illlllry■■�� ■ -b PRIVATE MUTUAL ACCESS EASEMENT AGREEMENT Date: Grantor: Grantor's Mailing Address: Clrnntee Grantee's Mailing Address: Dominant Estate Property: Being a 0.44 acre tract of land, more or less, situated in Dallas County, Texas out of the J.A. Simmons, 640 -acre survey, Patent Number 1232, Vol. 10, and also being a part of Lot 4 of 90 acres of said survey which was allotted and set apart to W.H. Simmons, one of the children and heirs at law of said J.A. Simmons, in the partition of said survey among the heirs of said J.A. Simmons in Suit No. 898 Katherine J. Freeman vs Alexander Simmons et al, in the District Court of Dallas County, Texas shown by judgment and decree of said court of record in Vol. "E" 73 and 327 of the Minutes of said court, more particularly described in the General Warranty Deed with Vendor's Lien conveyed to Grantee, recorded as Instrument No. 202000058823 in the Official Public Records of Dallas County, Texas. Easement Property: Being 400 square feet out of Lot 4, J. A. Simmons Survey, Abstract No. 1296, City of Coppell, Dallas County, Texas, as depicted on Exhibit "A" attached hereto and made a part hereof. Easement Purpose: For providing free and uninterrupted pedestrian and vehicular ingress to and egress from the Dominant Estate Property to and from Burnett Street, being an 80 -foot right-of- way. Consideration: Good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged by Grantor. Reservations from Conveyance: None. Exceptions to Warranty: None. Grant of Easement: Grantor, for the Consideration and subject to the Reservations from Conveyance and Exceptions to Warranty, grants, sells, and conveys to Grantee and Grantee's heirs, successors, and assigns an easement over, on, and across the Easement Property for the Easement Purpose and for the benefit of the Dominant Estate Property, together with all and singular the rights and appurtenances thereto in any way belonging (collectively, the "Easement"), to have and to hold the Easement to Grantee and Grantee's heirs, successors, and assigns forever. Grantor binds Grantor and Grantor's heirs, successors, and assigns to warrant and forever defend the title to the Easement in Grantee and Grantee's heirs, successors, and assigns against every person whomsoever lawfully claiming or to claim the Easement or any part thereof, except as to the Reservations from Conveyance and Exceptions to Warranty. Terms and Conditions: The following terms and conditions apply to the Easement granted by this agreement: 1. Character of Easement. The Easement is appurtenant to and runs with all or any portion of the Dominant Estate Property, whether or not the Easement is referenced or described in any conveyance of all or such portion of the Dominant Estate Property. The Easement is nonexclusive and irrevocable. The Easement is for the benefit of Grantee and Grantee's heirs, successors, and assigns who at any time own the Dominant Estate Property or any interest in the Dominant Estate Property (as applicable, the "Holder"). 2. Duration of Easement. The duration of the Easement is perpetual. 3. Reservation ofRights. Grantor reserves for Grantor and Grantor's heirs, successors, and assigns the right to continue to use and enjoy the surface of the Easement Property for all purposes that do not interfere with or interrupt the use or enjoyment of the Easement by Holder for the Easement Purposes. Grantor reserves for Grantor and Grantor's heirs, successors, and assigns the right to use all or part of the Easement in conjunction with Holder and the right to convey to others the right to use all or part of the Easement in conjunction with Holder, as long as such further conveyance is subject to the terms of this agreement and the other users agree to bear a proportionate part of the costs of improving and maintaining the Easement. 4. Secondary Easement. Holder has the right (the "Secondary Easement") to use as much of the surface of the property that is adjacent to the Easement Property ("Adjacent Property") as may be reasonably necessary to install and maintain a road reasonably suited for the Easement Purpose within the Easement Property. However, Holder must promptly restore the Adjacent Property to its previous physical condition if changed by use of the rights granted by this Secondary Easement. 5. Improvement and Maintenance of Easement Property. Improvement and maintenance of the Easement Property will be at the sole expense of Holder. Holder has the right to eliminate any encroachments into the Easement Property. Holder must maintain the Easement Property in a neat and clean condition. Holder has the right to construct, install, maintain, replace, and remove a road with all culverts, bridges, drainage ditches, sewer facilities, and similar or related utilities and facilities under or across any portion of the Easement Property (collectively, the "Road Improvements"). All matters concerning the configuration, construction, installation, maintenance, replacement, and removal of the Road Improvements are at Holder's sole discretion, subject to performance of Holder's obligations under this agreement. Holder has the right to remove or relocate any fences within the Easement Property or along or near its boundary lines if reasonably necessary to construct, install, maintain, replace, or remove the Road Improvements or for the road to continue onto other lands or easements owned by Holder and adjacent to the Easement Property, subject to replacement of the fences to their original condition on the completion of the work. On written request by Holder, the owners of the Easement Property will execute or join in the execution of easements for sewer, drainage, or utility facilities under or across the Easement Property. 6. Equitable Rights of Enforcement. This Easement may be enforced by restraining orders and injunctions (temporary or permanent) prohibiting interference and commanding compliance. Restraining orders and injunctions will be obtainable on proof of the existence of interference or threatened interference, without the necessity of proof of inadequacy of legal remedies or irreparable harm, and will be obtainable only by the parties to or those benefited by this agreement; provided, however, that the act of obtaining an injunction or restraining order will not be deemed to be an election of remedies or a waiver of any other rights or remedies available at law or in equity. 7. Attorney's Fees. If any party retains an attorney to enforce this agreement, the party prevailing in litigation is entitled to recover reasonable attorney's fees and court and other costs. 8. Binding Effect. This agreement binds and inures to the benefit of the parties and their respective heirs, successors, and permitted assigns. 9. Choice of Law. This agreement will be construed under the laws of the state of Texas, without regard to choice -of -law rules of any jurisdiction. Venue is in the county or counties in which the Easement Property is located. 10. Counterparts. This agreement may be executed in any number of counterparts with the same effect as if all signatory parties had signed the same document. All counterparts will be construed together and will constitute one and the same instrument. 11. Waiver of Default. It is not a waiver of or consent to default if the nondefaulting parry fails to declare immediately a default or delays in taking any action. Pursuit of any remedies set forth in this agreement does not preclude pursuit of other remedies in this agreement or provided by law. 12. Further Assurances. Each signatory parry agrees to execute and deliver any additional documents and instruments and to perform any additional acts necessary or appropriate to perform the terms, provisions, and conditions of this agreement and all transactions contemplated by this agreement. 13. Indemnity. Each parry agrees to indemnify, defend, and hold harmless the other party from any loss, attorney's fees, expenses, or claims attributable to breach or default of any provision of this agreement by the indemnifying parry. 14. Integration. This agreement contains the complete agreement of the parties and cannot be varied except by written agreement of the parties. The parties agree that there are no oral agreements, representations, or warranties that are not expressly set forth in this agreement. 15. Legal Construction. If any provision in this agreement is for any reason unenforceable, to the extent the unenforceability does not destroy the basis of the bargain among the parties, the unenforceability will not affect any other provision hereof, and this agreement will be construed as if the unenforceable provision had never been a part of the agreement. Whenever context requires, the singular will include the plural and neuter include the masculine or feminine gender, and vice versa. Article and section headings in this agreement are for reference only and are not intended to restrict or define the text of any section. This agreement will not be construed more or less favorably between the parties by reason of authorship or origin of language. 16. Notices. Any notice required or permitted under this agreement must be in writing. Any notice required by this agreement will be deemed to be delivered (whether actually received or not) when deposited with the United States Postal Service, postage prepaid, certified mail, return receipt requested, and addressed to the intended recipient at the address shown in this agreement. Notice may also be given by regular mail, personal delivery, courier delivery, facsimile transmission, or other commercially reasonable means and will be effective when actually received. Any address for notice may be changed by written notice delivered as provided herein. 17. Recitals. Any recitals in this agreement are represented by the parties to be accurate, and constitute a part of the substantive agreement. 18. Time. Time is of the essence. Unless otherwise specified, all references to "days" mean calendar days. Business days exclude Saturdays, Sundays, and legal public holidays. If the date for performance of any obligation falls on a Saturday, Sunday, or legal public holiday, the date for performance will be the next following regular business day. GRANTOR GRANTEE ACKNOWLEDGMENT STATE OF TEXAS § COUNTY OF DALLAS § BEFORE ME, the undersigned Notary Public, personally appeared , Grantor, known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that he or she executed the same for the purposes and consideration therein expressed. GIVEN under my hand and seal of office this day of , 202 Notary Public, State of Texas ACKNOWLEDGMENT STATE OF TEXAS § COUNTY OF DALLAS § BEFORE ME, the undersigned Notary Public, personally appeared , Grantee, known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that he or she executed the same for the purposes and consideration therein expressed. GIVEN under my hand and seal of office this day of , 202 Notary Public, State of Texas EXHIBIT "A" LINE HEAF'�,'Fl� Lll, - TAINCE I. U 3 � ... v,))' IT OU . . . A ZOTUV 1A "" SLICIJIM E I k 77 44.7 1,07' fAll A (ROCKETT STREET "JI: SJQ FV p Fl UATE W.71JOL 04 Al"CE, DS I W ENT qt [y, IL2 xii . . . . . . . . . --- $61 0�' 7 v". at,"? TOWV kn7,0i A�RA7 %V57 7 )Pi,'Lg ;�VU f Al L4 p b"A"k 61, 7 U'll U Mr- U7 ER, C KtMTE D�KAZ �,TUP, NNU OFTEMR."E E*EWOT WY TP 4POTE I M 5,,TP,,We4T 'j' U-nUrY DSEWENT INSTRI,(VENT Nc� 2 ril p . Fl, I;, �3. C T. _-- — — 0i — — — --- — — — --- — I . . .. . . '15' ALEY F, C� W IL II_ v seweim 60 6, 55 1 ur 9M.RU T x U.7r 114H, H.01CF. C Ul 2 LOT on, RU?I't I'll I.VaLl ly-9--s I Pd God x MY 74N AZU71M; �,W`247 7, A0, PPh-jq,Pj,A ,r,; E I I I V- S , I t S(".;ALE [4 FEET �`ROK;,�ID EAS&CsT I.R F, VGA FMD F I Y. � IN D 44' RRPTE JOAA �35 Evr, 4 L�OYa, :A, A, 6 01,4 ' � ``� v- ANIFIM, Am 001M 1,170 M;T CA, F S THE 8,451 F THE WE,,T LINE C, "liPF'ELL RO l3EINIS, I �IQF`TH HOUSTON STIREET AIIS SMO)VIN Or,� CC�IVDr Y ADDITION FL4T RE,'l.11(),R[,iED IS 2(X423,l,, PAGE 1,1, (d("V k, Crmj CiFFICIAL F/IJIFLIC DALLAS �"IDUMTY, TEXAS HEN NESSEY FRIVATE MUTUAL ACCESS EASEMENT SHEET '40, I lEN,GlIEE RlNGlNC",E NIXON.,PENCE ADDITION IV 7 W. WAIN SIAM, CAMUTON, TX 7 U COIP[,,TLL, TEXAS RF Lf 2 PRIVATE DRAINAGE, UTILITY, AND MAINTENANCE EASEMENT AGREEMENT Date: Grantor: Grantor's Mailing Address: Grantee - Grantee's Mailing Address: Dominant Estate Property: Being a 0.44 acre tract of land, more or less, situated in Dallas County, Texas out of the J.A. Simmons, 640 -acre survey, Patent Number 1232, Vol. 10, and also being a part of Lot 4 of 90 acres of said survey which was allotted and set apart to W.H. Simmons, one of the children and heirs at law of said J.A. Simmons, in the partition of said survey among the heirs of said J.A. Simmons in Suit No. 898 Katherine J. Freeman vs Alexander Simmons et al, in the District Court of Dallas County, Texas shown by judgment and decree of said court of record in Vol. "E" 73 and 327 of the Minutes of said court, more particularly described in the General Warranty Deed with Vendor's Lien conveyed to Grantee, recorded as Instrument No. 202000058823 in the Official Public Records of Dallas County, Texas. Easement Property: Being 1,750 square feet out of Lot 4, J. A. Simmons Survey, Abstract No. 1296, City of Coppell, Dallas County, Texas, as depicted on Exhibit "A" attached hereto and made a part hereof. Easement Purpose: For the installation, construction, operation, maintenance, replacement, upgrade, and removal of storm drainage and utility facilities (collectively, the "Facilities"). Consideration: Good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged by Grantor. Reservations from Conveyance: None. Exceptions to Warranty: None. Grant of Easement: Grantor, for the Consideration and subject to the Reservations from Conveyance and Exceptions to Warranty, grants, sells, and conveys to Grantee and Grantee's heirs, successors, and assigns an easement over, on, and across the Easement Property for the Easement Purpose, together with all and singular the rights and appurtenances thereto in any way belonging (collectively, the "Easement"), to have and to hold the Easement to Grantee and Grantee's heirs, successors, and assigns forever. Grantor binds Grantor and Grantor's heirs, successors, and assigns to warrant and forever defend the title to the Easement in Grantee and Grantee's heirs, successors, and assigns against every person whomsoever lawfully claiming or to claim the Easement or any part of the Easement, except as to the Reservations from Conveyance and Exceptions to Warranty. Terms and Conditions: The following terms and conditions apply to the Easement granted by this agreement: 1. Character of Easement. The Easement is appurtenant to, runs with, and inures to the benefit of all or any portion of the Dominant Estate Property, whether or not the Easement is referenced or described in any conveyance of all or such portion of the Dominant Estate Property. The Easement is nonexclusive and irrevocable. The Easement is for the benefit of Grantee and Grantee's heirs, successors, and assigns who at any time own any interest in the Dominant Estate Property (as applicable, the "Holder"). 2. Duration of Easement. The duration of the Easement is perpetual. 3. Reservation ofRights. Holder's right to use the Easement Property is nonexclusive, and Grantor reserves for Grantor and Grantor's heirs, successors, and assigns the right to use all or part of the Easement Property in conjunction with Holder as long as such use by Grantor and Grantor's heirs, successors, and assigns does not interfere with the use of the Easement Property by Holder for the Easement Purpose, and the right to convey to others the right to use all or part of the Easement Property in conjunction with Holder, as long as such further conveyance is subject to the terms of this agreement. 4. Secondary Easement. Holder has the right (the "Secondary Easement") to use as much of the surface of the property that is adjacent to the Easement Property ("Adjacent Property") as may be reasonably necessary to install and maintain the Facilities within the Easement Property that are reasonably suited for the Easement Purpose. However, Holder must promptly restore the Adjacent Property to its previous physical condition if changed by use of the rights granted by this Secondary Easement. 5. Improvement and Maintenance of Easement Property. Improvement and maintenance of the Easement Property and the Facilities will be at the sole expense of Holder. Holder has the right to eliminate any encroachments into the Easement Property. Holder must maintain the Easement Property in a neat and clean condition. Holder has the right to construct, install, maintain, replace, and remove the Facilities under or across any portion of the Easement Property. All matters concerning the Facilities and their configuration, construction, installation, maintenance, replacement, and removal are at Holder's sole discretion, subject to performance of Holder's obligations under this agreement. Holder has the right to remove or relocate any fences within the Easement Property or along or near its boundary lines if reasonably necessary to construct, install, maintain, replace, or remove the Facilities, subject to replacement of the fences to their original condition on the completion of the work. 6. Equitable Rights of Enforcement. This Easement may be enforced by restraining orders and injunctions (temporary or permanent) prohibiting interference and commanding compliance. Restraining orders and injunctions will be obtainable on proof of the existence of interference or threatened interference, without the necessity of proof of inadequacy of legal remedies or irreparable harm, and will be obtainable only by the parties to or those benefited by this agreement; provided, however, that the act of obtaining an injunction or restraining order will not be deemed to be an election of remedies or a waiver of any other rights or remedies available at law or in equity. 7. Attorney's Fees. If any parry retains an attorney to enforce this agreement, the parry prevailing in litigation is entitled to recover reasonable attorney's fees and court and other costs. 8. Binding Effect. This agreement binds and inures to the benefit of the parties and their respective heirs, successors, and permitted assigns. 9. Choice of Law. This agreement will be construed under the laws of the state of Texas, without regard to choice -of -law rules of any jurisdiction. Venue is in the county or counties in which the Easement Property is located. 10. Counterparts. This agreement may be executed in any number of counterparts with the same effect as if all signatory parties had signed the same document. All counterparts will be construed together and will constitute one and the same instrument. 11. Waiver of Default. It is not a waiver of or consent to default if the nondefaulting parry fails to declare immediately a default or delays in taking any action. Pursuit of any remedies set forth in this agreement does not preclude pursuit of other remedies in this agreement or provided by law. 12. Further Assurances. Each signatory party agrees to execute and deliver any additional documents and instruments and to perform any additional acts necessary or appropriate to perform the terms, provisions, and conditions of this agreement and all transactions contemplated by this agreement. 13. Indemnity. Each party agrees to indemnify, defend, and hold harmless the other party from any loss, attorney's fees, expenses, or claims attributable to breach or default of any provision of this agreement by the indemnifying party. 14. Integration. This agreement contains the complete agreement of the parties and cannot be varied except by written agreement of the parties. The parties agree that there are no oral agreements, representations, or warranties that are not expressly set forth in this agreement. 15. Legal Construction. If any provision in this agreement is for any reason unenforceable, to the extent the unenforceability does not destroy the basis of the bargain among the parties, the unenforceability will not affect any other provision hereof, and this agreement will be construed as if the unenforceable provision had never been a part of the agreement. Whenever context requires, the singular will include the plural and neuter include the masculine or feminine gender, and vice versa. Article and section headings in this agreement are for reference only and are not intended to restrict or define the text of any section. This agreement will not be construed more or less favorably between the parties by reason of authorship or origin of language. 16. Notices. Any notice required or permitted under this agreement must be in writing. Any notice required by this agreement will be deemed to be delivered (whether actually received or not) when deposited with the United States Postal Service, postage prepaid, certified mail, return receipt requested, and addressed to the intended recipient at the address shown in this agreement. Notice may also be given by regular mail, personal delivery, courier delivery, facsimile transmission, or other commercially reasonable means and will be effective when actually received. Any address for notice may be changed by written notice delivered as provided herein. 17. Recitals. Any recitals in this agreement are represented by the parties to be accurate, and constitute a part of the substantive agreement. 18. Time. Time is of the essence. Unless otherwise specified, all references to "days" mean calendar days. Business days exclude Saturdays, Sundays, and legal public holidays. If the date for performance of any obligation falls on a Saturday, Sunday, or legal public holiday, the date for performance will be the next following regular business day. GRANTOR GRANTEE ACKNOWLEDGMENT STATE OF TEXAS § COUNTY OF DALLAS § BEFORE ME, the undersigned Notary Public, personally appeared , Grantor, known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that he or she executed the same for the purposes and consideration therein expressed. GIVEN under my hand and seal of office this day of , 202 Notary Public, State of Texas ACKNOWLEDGMENT STATE OF TEXAS § COUNTY OF DALLAS § BEFORE ME, the undersigned Notary Public, personally appeared , Grantee, known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that he or she executed the same for the purposes and consideration therein expressed. GIVEN under my hand and seal of office this day of , 202 Notary Public, State of Texas EXHIBIT "K THE (),F DEk,"'eING IS THE WEIT LINE OF SOUTH COPFUL ROAD ::,El% N()IRTH .. 'SHICAli fJN k.')DM(,.)N PLAT As IN VOLUME 2004237, PACE 13, OFMCIAL PLIHLIC� DALLAS TEXA:S. Hms L3 IMMUI6": E'10 E*T ao nmw 'Oaaw r�&Ur &1 0 WOW Y",'WPITAI �X_RA 7' A0,1467svy I I TS I A! Wer w ]SrLrrY EASMIJ XhA"00A"pjN Ab. ur jiryIId 165, -!v" oc, f.p"Rf C.7 Na a Fm CT Alt, A: E EA `SEW UNE I EAI"N(� DISIT44CE nwl IPF VMMUTIOL 4' y, "0,9)wrE wr sEl PrTly L. eLq11'10�.' v"J" ��VTNf f Or "." �50' eNlk A 5ALLE)' R.�Tx s 154 I m lFrl Wil"MED e 000 UghTEWCE E95EWBfr 4TPAAATE IjvlFi)oAUlT1 Lp Mo- i F 0141. mu, I ECT ADEAALK ElAff II �w 2'0'fKxWA)4 —Lur 7mmrY-P 7 H "rX7 Mo 'C'. p N [l CT 1p_� I "Q v kaW A Hms L3 IMMUI6": E'10 E*T ao nmw 'Oaaw r�&Ur &1 0 WOW Y",'WPITAI �X_RA 7' s' I I TS I A! Wer w ]SrLrrY EASMIJ XhA"00A"pjN -!v" oc, f.p"Rf C.7 Na a Fm CT E EA `SEW UNE I EAI"N(� DISIT44CE PKKMN 11JUS" LKIT FWN ROD RAND Dow! C A FEET LlNN lcmc, Lo,,," 175400' L3 IMMUI6": E'10 - 001D' L4 s' I I TS II Fi I II V. NNMINSHEET NO,� HEESSEY 1IRAGE, ITMAI ILITY.. & NTENANCE EASEMENT 1 N E E �R I N G, I �IN CE NIXON,,PENCE Al)"DITION W7 vi- W411 51TEET, CAWiLLM/1, 7X 7YJ06, COPPELLTEXAS iraas; FILE 1`40:,112074,(12 City of Coppell, Texas C',P FE L File ID: 2020-5464 Version: 1 File Name: HOA License Agreement Master File Number: 2020-5464 Type: Agenda Item Reference: 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Consent Agenda In Control: Engineering File Created: 01/04/2021 Final Action: Title: Consider approval to enter into a License Agreement with the Village at Cottonwood Creek 5 Homeowners Association; to allow construction of approximately 25 -feet brick screening wall in the public Right -of -Way; and authorizing the City Manager to sign any necessary documents. Notes: Sponsors: Attachments: License Agreement with Village at CC 5 Memo.pdf, Exhibit A.pdf, License Agreement with Village at Cottonwood Creek 5 HOA.pdf, License Agreement Exhibit A.pdf, License Agreement Exhibit B.pdf Contact: Drafter: Related Files: History of Legislative File Enactment Date: Enactment Number: Hearing Date: Effective Date: Ver- Acting Body: Date: Action: Sent To: Due Date: Return Result: sion: Date: Text of Legislative File 2020-5464 Title Consider approval to enter into a License Agreement with the Village at Cottonwood Creek 5 Homeowners Association; to allow construction of approximately 25 -feet brick screening wall in the public Right -of -Way; and authorizing the City Manager to sign any necessary documents. Summary Fiscal Impact: [Enter Fiscal Impact Statement Here] Staff Recommendation: The Public Works Department recommends approval. City of Coppell, Texas Page 1 Printed on 1/8/2021 Master Continued (2020-5464) Strategic Pillar Icon: 11::::�osteiir ain Illunclllusiiive Cornirnurfl-ty 1::::41biidc rfty Oasls' Cireate usiiness aur Illununevatieun IIIModes 'Sirriw-t IReSOLJH`Ce Sustainable Government City of Coppell, Texas Page 2 Printed on 11812021 MEMORANDUM To: Mayor and City Council From: Kumar Gali, P.E., Assistant Director of Public Works - Engineering Kent Collins, P.E., Director of Public Works Date: January 12, 2021 Reference: License Agreement with Village at Cottonwood Creek 5 Homeowners Association 2040: Pillar 0: Sustainable City Government Goal 4: City Services to Ensure High Levels of Customer Satisfaction Introduction: This agenda item is being presented to consider approval to enter into a License Agreement with the Village at Cottonwood Creek 5 Homeowners Association to allow construction of approximately 25 - feet section of brick screening wall in the public Right -of -Way; and authorizing the City Manager to sign and execute any necessary documents. Analysis: There is currently a gap between the existing brick screening wall on Village at Cottonwood Creek Section V Lot 2 Block X, and a recently constructed brick screening wall on Village at Cottonwood Creek Retail Addition, Lot 1 Block A. The Village at Cottonwood Creek 5 Homeowners Association wishes to extend the recently constructed brick screening wall to close the gap between the screening walls, which will result in full screening of the alley between the two subdivisions. The Homeowners Association is requesting to encroach on the variable width public Right -of -Way to construct the screening wall extension. The limited length and width of the encroachment will not significantly impact the maintenance or repair of the public alley paving or storm drain. Legal Review: This agreement was reviewed by City's Attorney, Bob Hager. Fiscal Impact: This item has no fiscal impact to the city. Recommendation: The Public Works Department recommends approval of this item. 1 STATE OF TEXAS § § LICENSE AGREEMENT COUNTY OF DALLAS § THIS AGREEMENT is made by and between City of Coppell, Texas (hereinafter referred to as "CITY") and Village at Cottonwood Creek 5 Homeowners Association (hereinafter collectively referred to as "LICENSEE") acting by and through their authorized representatives. WITNESSETH: WHEREAS, LICENSEE desires to install and maintain an extension of an existing brick screening wall (hereinafter referred to "PERMITTED IMPROVEMENTS") which will encroach within the City of Coppell variable width Right -of -Way, as shown on the attached plat of Village at Cottonwood Creek Section V, recorded as Volume 97061 Page 3057, official public records of Dallas County Texas, marked as Exhibit "A" and also shown on the attached exhibit marked Exhibit B' and incorporated herein for all purposes, (hereinafter referred to as ENCROACHMENT AREA); and WHEREAS, LICENSEE has requested the CITY allow the PERMITTED IMPROVEMENTS and/or continued use and occupancy, as depicted in the Exhibit B attached hereto; WHEREAS, LICENSEE desires to install and maintain "PERMITTED IMPROVEMENTS" within the ENCROACHMENT AREA and requests continued use and occupancy of the ENCROACHMENT AREA for PERMITTED IMPROVEMENTS under the terms and conditions of this License Agreement; WHEREAS, CITY acknowledges that if the PERMITTED IMPROVEMENTS are damaged by the CITY, the CITY will not be responsible for repair or replacement of any PERMITTED IMPROVEMENTS within the ENCROACHMENT AREA. Any repair or replacement of the PERMITTED IMPROVEMENTS necessary as a result of damage by parties other than the CITY and/or natural deterioration will not be the responsibility of the CITY. NOW THEREFORE, in consideration of the covenants contained herein and other valuable consideration the receipt and sufficiency of which are hereby acknowledged, the parties agree as follows: 1. Purpose: CITY hereby grants LICENSEE a revocable license for the purpose of constructing, maintaining and using at the sole costs of the LICENSEE an extension of an existing brick screening wall (the "PERMITTED IMPROVEMENTS ") encroaching into the CITY variable width Right -of -Way as shown on the attached plat of Village at Cottonwood Creek Section V, recorded as Volume 97061 Page 3057, official public records of Dallas County Texas, marked as Exhibit "A" and also shown on the attached exhibit marked Exhibit B' and incorporated herein for all purposes,. TM 119879 2. Term: The term of this License shall be perpetual, subject, however, to termination by the CITY as provided herein. 3. Non-exclusive: This License is nonexclusive and is subject to any existing utility, drainage or communications facilities located in, on, under or upon the CITY variable width Right -of -Way or property owned by CITY, any utility or communication company, public or private, to all vested rights presently owned by any utility or communication company, public or private for the use of the CITY variable width Right -of -Way for facilities presently located within the boundaries of the variable width Right -of -Way and to any existing lease, license, or other interest in the variable width Right -of -Way granted by CITY to any individual, corporation or other entity, public or private. 4. Environmental Protection: LICENSEE shall not use or permit the use of the property for any purpose that may be in violation of any laws pertaining to the health of the environment, including without limitation, the comprehensive environmental response, compensation and liability act of 1980 ("CERCLA"), the resource conservation and recovery act of 1976 ("RCRA"), the Texas Water Code and the Texas Solid Waste Disposal Act. LICENSEE warrants that the PERMITTED use of the property will not result in the disposal or other release of any hazardous substance or solid waste on or to the property, and that it will take all steps necessary to ensure that no such hazardous substance or solid waste will ever be discharged onto the property or adjoining property by LICENSEE. The terms "hazardous substance and waste" shall have the meaning specified in CERCLA and the term solid waste and disposal (or dispose) shall have the meaning specified in the RCRA; provided, however, that in the event either CERCLA or RCRA is amended so as to broaden the meaning of any term defined thereby, such broader meaning shall apply subsequent to the effective date of such amendment; and provided further, at the extent that the laws of the State of Texas establish a meaning for hazardous substance, release, solid waste, or disposal which is broader than that specified in the CERCLA or RCRA, such broader meaning shall apply. LICENSEE shall indemnify and hold CITY harmless against all costs, environmental clean up to the property and surrounding CITY property resulting from LICENSEE' use of the property under this License. 5. Mechanic's liens not permitted: LICENSEE shall fully pay all labor and materials used in, on or about the property and will not permit or suffer any mechanic's or material man's liens of any nature be affixed against the property by reason of any work done or materials furnished to the property at LICENSEE' instance or request. 6. Future City use: This License is made expressly subject and subordinate to the right of CITY to access and use all or portion of the variable width Right -of -Way for any public purpose whatsoever. In the event that CITY shall, at any time subsequent to the date of this Agreement, at its sole discretion, determine that the relocation, maintenance or removal of the brick screening wall extension shall be necessary or convenient for CITY's use of the variable width Right -of - Way, LICENSEE shall at its sole cost remove and/or indemnify and hold CITY harmless against any cost or claims for structural or cosmetic damage Permitted Improvement or other damages occasioned by CITY's activities within the variable width Right -of -Way. TM 119879 7. Duration of License: This License shall terminate and be of no further force and effect in the event LICENSEE shall discontinue or abandon the use of the PERMITTED IMPROVEMENTS or in the event LICENSEE shall remove the PERMITTED IMPROVEMENTS from the property; or, in the event that the City abandons the properties depicted as a public variable width Right -of -Way on Exhibit B, then this agreement shall be of no further effect. 8. Compliance with laws: LICENSEE agrees to abide by and be governed by all laws, ordinances and regulations of any and all governmental entities having jurisdiction over the LICENSEE. 9. Indemnification: LICENSEE shall defend, protect and keep CITY forever harmless and indemnified against and from any penalty, or any damage, or charge, imposed for any violation of any law, ordinance, rule or regulation arising out of the use of the property by the LICENSEE, whether occasioned by the neglect of LICENSEE, its employees, officers, agents, contractors or assigns or those holding under LICENSEE. LICENSEE shall at all times defend, protect and indemnify and it is the intention of the parties hereto that LICENSEE hold CITY harmless against and from any and all loss, cost, damage, or expense, including attorney's fees, arising out of or from any accident or other occurrence on or about the property causing personal injury, death or property damage resulting from use of property by LICENSEE, its agents, employees, customers and invitees. LICENSEE shall at all times defend, protect, indemnify and hold CITY harmless against and from any and all loss, cost, damage, or expense, including attorney's fees arising out of or from any and all claims or causes of action resulting from any failure of LICENSEE, their officers, employees, agents, contractors or assigns in any respect to comply with and perform all the requirements and provisions hereof. 10. Action upon termination: At such time as this License may be terminated or canceled for any reason whatsoever, LICENSEE, upon request by CITY, shall at its sole cost remove all PERMITTED IMPROVEMENTS and appurtenances owned by it, situated in, under or attached to the CITY variable width Right -of -Way and shall restore such property to substantially the condition of the property prior to LICENSEE' encroachment at LICENSEE sole expense. 11. Termination: This Agreement may be terminated in any of the following ways: a. Written agreement of both parties; b. By CITY upon failure of LICENSEE to perform its obligations as set forth in this Agreement; c. By the CITY abandoning any interest in the variable width Right -of -Way. 12. Notice: When notice is permitted or required by this Agreement, it shall be in writing and shall be deemed delivered when delivered in person or when placed, postage prepaid in the United States mail, certified return receipt requested, and addressed to the parties at the address set forth opposite their signature. Either party may designate from time to time another and different address for receipt of notice by giving notice of such change or address. TM 119879 13. Attorney's fees: Any signatory to this Agreement, who is the prevailing parry in any legal proceeding against any other signatory brought under or with relation to this Agreement shall be entitled to recover court cost and reasonable attorney's fees from the non -prevailing parry. 14. Governing law: This Agreement is governed by the laws of the State of Texas; and venue for any action shall be in Dallas County, Texas. 15. Binding effect: This Agreement shall be binding upon and inure to the benefit of the executing parties and their respective heirs, personal representatives, successors and assigns. 16. Entire Agreement: This Agreement embodies the entire agreement between the parties and supersedes all prior agreements, understandings, if any, relating to the property and the matters addressed herein and may be amended or supplemented only by written instrument executed by the party against whom enforcement is sought. 17. Recitals: The recitals to this Agreement are incorporated herein by reference. 18. Legal construction: The provisions of this Agreement are hereby declared covenants running with the property and are fully binding on all successors, heirs, and assigns of LICENSEE who acquired any right, title, or interest in or to the property or any part thereof. Any person who acquires any right, title, or interest in or to the property, or any part hereof, thereby agrees and covenants to abide by and fully perform the provisions of this agreement with respect to the right, title or interest in such property. EXECUTED this day of , 2021. CITY OF COPPELL, TEXAS MIKE LAND, CITY MANAGER ATTEST: By: ASHLEY OWENS, CITY SECRETARY ACCEPTANCE ACKNOWLEDGED BY: LICENSEE: DESIGNATED AGENT, VILLAGE AT COTTONWOOD CREEK SECTION V HOMEOWNERS ASSOCIATION TM 119879 LICENSEE'S ACKNOWLEDGMENT STATE OF TEXAS § COUNTY OF DALLAS § This instrument was acknowledged before me on the day of , 2021, by DESIGNATED AGENT with VILLAGE AT COTTONWOOD CREEK SECTION V HOMEOWNERS ASSOCIATION. Notary Public, State of Texas My Commission expires: TM 119879 CITY'S ACKNOWLEDGMENT STATE OF TEXAS § COUNTY OF DALLAS § This instrument was acknowledged before me on the day of , 2021, by Mike Land, City Manager of the City of Coppell, Texas, a Texas municipality, on behalf of said municipality. Notary Public, State of Texas My Commission expires: TM 119879 C U R V E D A T A rt V g 12 B71 ® i� r s.. x � A Y m nAN EXHIBIT" 1 _d4•. COPPELI, '°„_ ' -� �' �sa��., ROAD u,�om i UTILITY CERTIFICATE SIrPeI 1' I l a 1. P 1, A T VILLAGE at COTTONWOOD CREEK SECTION V THOMAS 4 HOLLAND SURVEY, ABSTRACT N0. 6N CITY OF COPPELL, DALLAS COUNTY, TF,XAS —. OWNER — G R A N D L A N D 96, L. P. -0 6 1 G_ 11GI\F4R I I2 IYOR II III I(N ENGINERRl IN( L` 13o o,o (v Y71 2 6� ra. l srAiE or ifxns )( COVun M Darns X ° 0->1 — xc, wurvrc ac DAA+-� J� m� uk -- 1> ,........_ r of ,0 Norr 1 111 311 k % to to r Id 1, fFa H.O.A. PpTol Q McG,Lc ry ,,uv s rvo�n y ue aia roi n� flflflot� or e os 1 [,.I AAL 111,n'r VILLAGE at COTTONWOOD CREEK SECTION V THOMAS 1, HOLLAND SL, -TO, ABSTRACT NO 624 CITY OF COPPELL, DALLAS COUNTY, TEXAS G R A N D L A N D 96, L. P. 111"10\ I.V (.i1�IIXlti G, t ('. 1311, I I I I I I COPPELL RD. I VARIABLE WIDTH R.O.W. VILLAGE AT COTTONWOOD CREEK_ I I VILLAGE AT COTTONWOOD CREEK LOT 3 BLOCK C ' VOL. 97061 PG. 3057 �P Line Table LOT 2 BLOCK X OPEN SPACE Irl VOL. 97061 PG. 3057 � QG POINT OF I BEGINNING L1 L2 � POINT OF V Line # Length Direction L1 1.85 SO' 11' 42.00"E L2 21.02 N54° 10' 58.00"W L3 2.55 S89` 48' 18.00"W L4 17.86 N54° 10' 58.00"W COMMENCING _ q/qe� VILLAGE AT COTTONWOOD CREEK / L4 L3 \\ F \ \ VOLE BLOCKLOT 4 97061PG. 3057 OF EXISTING �p� EXHIBIT "B" SCREENING WALL�. LICENSE AGREEMENT FOR �q I VILLAGE AT COTTONWOOD CREEK\\Y SCREENING WALL RETAIL ADDITION \� 29.16 SQ. FT. (0.00067 acre) LOT 1 BLOCK A 20 0 1 20 40 Basis of Bearing is the west line of said 16.208 acre tract of land, Village at Cottonwood Creek Section V, described in Volume 97061, Page 3057, O.P.R.D.C.T. INST # 201800332486 ENCROACHMENT AREA SITUATED IN THE THOMAS L*HOLLAND SURVEY, ABSTRACT NO. 624 AND BEING WITHIN RIGHT—OF—WAY DEDICATED BY VILLAGE AT COTTONWOOD CREEK SECTION V CITY OF COPPELL, DALLAS COUNTY, TEXAS FOR CITY OF COPPELL BY THE PUBLIC WORKS DEPARTMENT CITY OF COPPELL 265 PARKWAY BOULEVARD COPPELL, TEXAS 75019 SCALE: 1"=20' DECEMBER, 2020 C',P FE L File ID: 2020-5459 Version: 1 City of Coppell, Texas Master File Number: 2020-5459 Type: Agenda Item Reference: File Name: SW Water Tower Improvements 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Consent Agenda In Control: Engineering File Created: 01/04/2021 Final Action: Title: Consider approval to enter into a contract with Joel Brown and Co., for the construction of site improvements to the Southwestern Water Tower; in the amount of $216,519.75; as provided for in the Utility Fund balance; and authorizing the City Manager to sign any necessary documents. Notes: Sponsors: Attachments: Southwestern Water Tower Memo.pdf, Southwestern Water Tower Exhibit Map.pdf, Section 1 b - Bid Tab Report.pdf, Recommendation to Award JB and Co.pdf, Bid Documents - J.B. & Co., Inc.pdf Contact: Drafter: Related Files: History of Legislative File Enactment Date: Enactment Number: Hearing Date: Effective Date: Ver- Acting Body: Date: Action: Sent To: Due Date: Return Result: sion: Date: Text of Legislative File 2020-5459 Title Consider approval to enter into a contract with Joel Brown and Co., for the construction of site improvements to the Southwestern Water Tower; in the amount of $216,519.75; as provided for in the Utility Fund balance; and authorizing the City Manager to sign any necessary documents. Summary Fiscal Impact: Funds are available in the Water and Sewer Fund Undesignated Retained Earnings for this project. Staff Recommendation: City of Coppell, Texas Page 1 Printed on 1/8/2021 Master Continued (2020-5459) The Public Works Department recommends approval. Strategic Pillar Icon: Sustainable Government City of Coppell, Texas Page 2 Printed on 1/8/2021 MEMORANDUM To: Mayor and City Council From: Mike Garza, P.E., Assistant Director of Public Works Kent Collins, P.E., Director of Public Works Date: January 12, 2021 Reference: Southwestern Water Tower Site Improvements Construction Contract Award 2040: Pillar 0: Sustainable City Government Goal 3: Well-maintained City Infrastructure General: • We received 6 bids. • Joel Brown & Co. was the lowest qualified bidder in the amount of $216,519.75 • Site Improvements include a security fence, parking, and chemical containment. Introduction: This agenda item is being presented to award Bid #Q-1121-01 to Joel Brown & Co. for construction of an 8'security fence around the water tower, concrete parking, chemical containment and a variety of miscellaneous repairs on the property. This project was originally budgeted in FY 2018/19 but was put on hold until after the painting and rehabilitation of the tower which was completed in 2019. The funds were placed into the water/sewer retained earnings. Analysis: In 2019, the Public Works Department completed the Southwestern Water Tower Painting and Rehab project. This project consisted of removing several coats of paint to the metal, priming, painting as well as applying new logos on the water tower. The Southwestern Water Tower Improvements project will be considered as additional improvements needed to secure the area around the water tower with an 8' fence, building a chemical containment system which meets the Texas Commission of Environmental Quality rules and regulations. Installation of automatic gates and concrete parking inside the area as well as relocating and installing a standby generator that provides back up power to the water tower and animal control building. Miscellaneous improvements such as resetting electrical pole and underground electrical and fiber conduits. Drainage and sodding around the area that will provide an esthetically pleasing environment. On November 24h, 2020, the City received 6 bids ranging from $216,519.75 to $351,000.00, with Joel Brown & Co. being the lowest qualified bidder. Joel Brown and Co. has completed several projects successfully for the City of Coppell. Legal Review: The City's standard construction contract has been reviewed by the City Attorney periodically, with changes made as requested. Fiscal Impact: The fiscal impact of this Agenda item is $216,519.75, as designated in water/sewer fund balance. Recommendation: The Public Works Department recommends approval of this contract with Joel Brown & Co. Southwestern Water Tower Site Improvements Project No. WA 20-01 City of Coppell Engineer's Estimate = $246,042.50 BIDDERS BID OPENING DATE: 91 P�M0020 FORT WORTH CIVIL BID OPENING TIME: 6'!IIJU PM AUI PARTNERS, LLC J.B. & CO. LLC CONSTRUCTORS, LLC ITEM NO. DESCRIPTION OF ITEMS QUANTITY UNIT UNIT COST TOTAL UNIT COST TOTAL UNIT COST TOTAL 1 Clearing and Grubbing 1 LS $6,150.51 $ 6,150.51 $3,500.00 $ 3,500.00 $1,000.00 $ 1,000.00 2 Excavation 1 LS $18,451.52 $ 18,451.52 $2,500.00 $ 2,500.00 $7,575.00 $ 7,575.00 3 Remove Existing Concrete Curb 78 LF $39.43 $ 3,075.54 $50.00 $ 3,900.00 $18.00 $ 1,404.00 4 Remove & Dispose Existing Concrete 288 BY $23.49 $ 6,765.12 $3.00 $ 864.00 $23.00 $ 6,624.00 5 Remove & Re -install Flood Light 1 EA $3,690.30 $ 3,690.30 $1,495.00 $ 1,495.00 $500.00 $ 500.00 6 Relocate Existing Utilities Below Sidewalk 1 LS $2,460.20 $ 2,460.20 $2,760.00 $ 2,760.00 $2,400.00 $ 2,400.00 7 Relocate Existing Generator- including gas, elec, and grounding 1 LS $7,257.60 $ 7,257.60 $17,250.00 $ 17,250.00 $16,720.00 $ 16,720.00 8 Reset Electric Meter Pole 1 EA $3,013.75 $ 3,013.75 $650.00 $ 650.00 $2,500.00 $ 2,500.00 9 Adjust Top of Existing Concrete Vault 1 EA $6,150.51 $ 6,150.51 $1,500.00 $ 1,500.00 $2,900.00 $ 2,900.00 10 Adjust Existing Cleanout to Finished Grade 1 EA $3,075.25 $ 3,075.25 $1,500.00 $ 1,500.00 $300.00 $ 300.00 11 6" Reinforced Concrete Pavement 582 BY $104.62 $ 60,888.84 $58.65 $ 34,134.30 $131.00 $ 76,242.00 12 4" Concrete Sidewalk 133 BY $129.48 $ 17,220.84 $47.15 $ 6,270.95 $155.00 $ 20,615.00 13 6" Lime Stabilized Subgrade 637 BY $9.66 $ 6,153.42 $20.00 $ 12,740.00 $0.01 $ 6.37 14 Hydrated Lime for Stabilized Subgrade (30 LB/SY) 8.8 TN $209.68 $ 1,845.18 $100.00 $ 880.00 $0.01 $ 0.09 15 2" PVC Sch 40 Conduit (connection to tower wall) 10 LF $246.02 $ 2,460.20 $50.00 $ 500.00 $100.00 $ 1,000.00 16 Install Chemical Containment Walls w/ Grate 1 LS $33,212.73 $ 33,212.73 $31,568.00 $ 31,568.00 $60,000.00 $ 60,000.00 17 8' Tall Black Vinyl Coated Chain Link Fence 180 LF $62.63 $ 11,273.40 $50.00 $ 9,000.00 $61.00 $ 10,980.00 18 8' Wide Black Vinyl Coated Chain Link Swing Gate 1 EA $1,107.09 $ 1,107.09 $1,500.00 $ 1,500.00 $1,500.00 $ 1,500.00 19 18' Wide Black Vinyl Coated Chain Link Double Swing Gate 1 EA $2,337.19 $ 2,337.19 $3,500.00 $ 3,500.00 $3,000.00 $ 3,000.00 20 26' Wide Black Vinyl Coated Chain Link Automatic Roll Gate 1 EA $12,977.57 $ 12,977.57 $4,500.00 $ 4,500.00 $11,000.00 $ 11,000.00 21 Erosion Control 1 LS $5,535.45 $ 5,535.45 $1,500.00 $ 1,500.00 $4,600.00 $ 4,600.00 22 10' x 20' Shade Structure 1 EA $19,123.15 $ 19,123.15 $17,900.00 $ 17,900.00 $18,765.00 $ 18,765.00 23 Block Sodding 530 BY $10.44 $ 5,533.20 $7.75 $ 4,107.50 $6.00 $ 3,180.00 24 Brick Screen Wall 351 LF 1 $966.51 1 $ 33,827.85 1 $1,500.00 1 $ 52,500.00 1 $700.00 1 $ 24,500.00 TOTALS: 1 $ 273,586.41 $ 216,519.75 $ 277,311.46 Notes: 1 Highlighted cells identify math errors on contractor bid proposal form. 2 Summit Solutions, Inc. did not acknowledge receipt of Addendum No. 1 and did not use the correct bid proposal form issued in the addendum. Southwestern Water Tower Site Improvements Project No. WA 20-01 City of Coppell Engineer's Estimate = $246,042.50 BIDDERS BID OPENING DATE: 91 P�M0020 NORTHSTAR BID OPENING TIME., 'IJU PM SUMMIT SOLUTIONS, INC TEJAS UTILITIES CONSTRUCTION, LLC ITEM NO. DESCRIPTION OF ITEMS QUANTITY UNIT UNIT COST TOTAL UNIT COST TOTAL UNIT COST TOTAL 1 Clearing and Grubbing 1 LS $14,000.00 $ 14,000.00 $2,500.00 $ 2,500.00 $50,000.00 $ 50,000.00 2 Excavation 1 LS $16,000.00 $ 16,000.00 $7,500.00 $ 7,500.00 $50,000.00 $ 50,000.00 3 Remove Existing Concrete Curb 78 LF $15.00 $ 1,170.00 $50.00 $ 3,900.00 $20.00 $ 1,560.00 4 Remove & Dispose Existing Concrete 288 BY $24.00 $ 6,912.00 $30.00 $ 8,640.00 $20.00 $ 5,760.00 5 Remove & Re -install Flood Light 1 EA $7,500.00 $ 7,500.00 $5,000.00 $ 5,000.00 $5,000.00 $ 5,000.00 6 Relocate Existing Utilities Below Sidewalk 1 LS $8,500.00 $ 8,500.00 $5,000.00 $ 5,000.00 $1,000.00 $ 1,000.00 7 Relocate Existing Generator- including gas, elec, and grounding 1 LS $16,000.00 $ 16,000.00 $25,000.00 $ 25,000.00 $8,000.00 $ 8,000.00 8 Reset Electric Meter Pole 1 EA $4,600.00 $ 4,600.00 $2,500.00 $ 2,500.00 $500.00 $ 500.00 9 Adjust Top of Existing Concrete Vault 1 EA $7,700.00 $ 7,700.00 $5,000.00 $ 5,000.00 $800.00 $ 800.00 10 Adjust Existing Cleanout to Finished Grade 1 EA $840.00 $ 840.00 $500.00 $ 500.00 $800.00 $ 800.00 11 6" Reinforced Concrete Pavement 582 BY $75.00 $ 43,650.00 $200.00 $ 116,400.00 $100.00 $ 58,200.00 12 4" Concrete Sidewalk 133 BY $70.00 $ 9,310.00 $180.00 $ 23,940.00 $80.00 $ 10,640.00 13 6" Lime Stabilized Subgrade 637 BY $23.00 $ 14,651.00 $50.00 $ 31,850.00 $5.00 $ 3,185.00 14 Hydrated Lime for Stabilized Subgrade (30 LB/SY) 8.8 TN $480.00 $ 4,224.00 $250.00 $ 2,200.00 $200.00 $ 1,760.00 15 2" PVC Sch 40 Conduit (connection to tower wall) 10 LF $42.00 $ 420.00 $50.00 $ 500.00 $30.00 $ 300.00 16 Install Chemical Containment Walls w/ Grate 1 LS $31,000.00 $ 31,000.00 $26,420.00 $ 26,420.00 $15,000.00 $ 15,000.00 17 8' Tall Black Vinyl Coated Chain Link Fence 180 LF $80.00 $ 14,400.00 $100.00 $ 18,000.00 $100.00 $ 18,000.00 18 8' Wide Black Vinyl Coated Chain Link Swing Gate 1 EA $1,500.00 $ 1,500.00 $2,500.00 $ 2,500.00 $5,000.00 $ 5,000.00 19 18' Wide Black Vinyl Coated Chain Link Double Swing Gate 1 EA $3,400.00 $ 3,400.00 $2,500.00 $ 2,500.00 $5,000.00 $ 5,000.00 20 26' Wide Black Vinyl Coated Chain Link Automatic Roll Gate 1 EA $22,000.00 $ 22,000.00 $40,000.00 $ 40,000.00 $10,000.00 $ 10,000.00 21 Erosion Control 1 LS $2,000.00 $ 2,000.00 $5,000.00 $ 5,000.00 $500.00 $ 500.00 22 10' x 20' Shade Structure 1 EA $23,000.00 $ 23,000.00 $10,000.00 $ 10,000.00 $20,000.00 $ 20,000.00 23 Block Sodding 530 BY $10.00 $ 5,300.00 $5.00 $ 2,650.00 $7.00 $ 3,710.00 24 Brick Screen Wall 351 LF 1 $740.00 1 $ 25,900.00 1 $0.00 1 $ $20.00 1 $ 700.00 TOTALS: 1 $ 283,977.00 $ 347,500.00 $ 275,415.00 Notes: 1 Highlighted cells identify math errors on contractor bid proposal form. 2 Summit Solutions, Inc. did not acknowledge receipt of Addendum No. 1 and did not use the correct bid proposal form issued in the addendum. tPAPE-DAWSON d ENGINEERS MMOMMMIMMMMIvow December 4, 2020 Ms. Jamie 8heMon Project Monager/C|PCoordinator City ofCoppe|| 2S5E.Parkway Blvd. Coppe||,TX7GO19 RE: Recommendation tmAward Southwestern Water Tower Site Improvements Bid Number: C-1021-01 City Project Number: WA 20-01 Dear Ms. Bherton: Sealed bids, addressed to Southwestern Water Tower Site Improvements, were received on Tuesday, November 24,2O2Ofor the referenced project. After tabulation and review ofthe bids received, itisour recommendation that the project be awarded on the basis of the low bid in the amount of $216,519.75 VVewelcome the opportunity towork with you onthis project. Should you have any questions, please donot hesitate to contact me at 817-870-3668 or mspear@pape-dawson.com. Sincerely, Pape -Dawson Engineers, Inc. Mark C. Spear, Managing Vice President cc: Mr. Jerry Davis, City ofCoppeU Mr. Michael Garza, P.E., City of Coppell xdmin\1.2 Leuen\20z204Recommendation toAward mand cuuocx nmmnonouon | Water Resources | Land Development | Surveying | snwmnmemu| am telephone: 817-870-3668 auumoo ONE nmGmxnCENTRE, 6souWEST FREEWAY, SUITE mo FORT WORTH, Txrozzo website: pxps-oxwsow.com Fort Worth | San Antonio | Austin | Houston | Dallas Texas EngIneering Firm #470 PROJEC"T 0EN'TIHCA_I"I0N,'Southwestern Water -Fower Site Improvements Project No..WA 2.0-01 Copp ll, "Texas BID OF N.B.&Co. LLC DAI-E 11/24/20 T'HIS BID IS SUBMI'T'T"EDT'0City of CoppeIl (hereinafter caIled OWNER) c/o Purchasing Manager 255 Parkway Boulevard P.0, 9478 Copp0i, 'Texas 75019 CITY OF CSCPELL BID NO- Q-1 121- 1 I 'The Undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreernent with OWNER in the form included in the Contract DOCUments to peiform and furnish all Work as specified or in6cated in the Cori'[ract Docurnents for the C011trract Price and within the Contract Tirne indicated in this Bid and iris accordance with the other terrns arid conditions of the Contract DOCUments, 2. BIDDER accepts all of the ternis and conditions of the Adw:fffisernent or Notice to Bidders and Nnstrue ion s to Bidders. 1 -his Bid will rernain subject to acceptance for ninety (90) days after the day of Bid operflng. BIDDER will sign and SUbmit the Agreement with other docurnents reqUired by the Bidding Requirements within fifteen (15) days after the date of OWNER' s Notice of Award. 3. lin SUbrnittirig this Bid, BIDDER represents, as rnore fully set forth in the Agreement, that: (a) BIDDER has exmi-0ed copies of all the Bidding DOCUrnents and of the following Addenda (receipt of aH which is hereby acknMedged)'. M Date 11/23/20 Rec'd: 146 Sidding Documents (b) t: IC) has familiarized itseIf with the nature and extent of the Contract Documents, Work, site, iocality, and ail local conditions and Laws and ReguIations that in any manner ti'my affect cost, progress, performance or fUrnishing of the Work, (c) 130DER has steadied carefully all reports of exploration and tests of subsurface conditions contained in the contract docurrients and which have been used in preparation of the contract d0CUrnents. CONTRACTOR may rely Upon the accuracy of the technical data contained in such reports, but not upon nontechnical data, interpretations or opinions corrtairled therein or for the completeness thereof for CON1""RACTOR's purposes, Except as indicated in the irnmediateiy preceding sentence, CONTRACTOR shall have full responsibility with respect to subSUrface condifi(:)ns at site. BUDER has studied careftffly all drawings of the physical conditions in or relafing 'to existing surface or subSUrface structures on the site, which are contained irr the contract docurner�ts arid which have been utilized in preparation of the contract docurnents. CONTRACTOR may rely Upon the accuracy of the technical data contained in such drawings, but not for the completeness thereof for CONTRACTOR's purposes, Except as indicated in the irnn'iediately preceding sentence, CONTRACTOR shall have foil responsibility with respect to physk:,aR cork fions in or reiating to such strUctures, (d) BIDDER has obtained ard carefully studied (or assurnes responsibiNy -for obtaining and carefully StUdying) aH SUch examinations, investigations, explorations, tests and studies (in addition to or to SUppien'ient those referred to in (c) above) which pertain to the SUbsurface or physical conditions at the site or otherwise may affect the cost, progress, performance or furnishing of the Work as B01DER considers necessary for the perforr-nance or fUrnishing of the Work at the Contract Price, within the Contract Tirne and in accordance with the other terms and conditions of the Contract Docurnents; and no additional examinations, investigations, explorations, tests reports, or sirnilar inforrriation or data are or will be required by BIDDER fore such purposes, (e) BIDDER has reviewed and checked aH inforniation and data shown or indicated on the Contract DOCUrT'ients Mh respect to exisfing Underground Facilities at or WntigUOUS to the site and assurnes responsib0ity for the aCCUrate location of said UndergMUnd Facififies. No additional examinations, investigations, explorations, tests, repoi ts ot simiiar information or data in respect of said UndergrOUnd FaciKies are or will be reqUired by BIDDER in order to perform and fUrnish the Work at the Contract Price, witriin the Contract "Time and in accordance with the other terrns and conditions of the (-I'ontract Docurnents. HH)ER has correlated the results Of all SUCh observations, examinations, investigations, explorations, tests, reports and StUdies with the terms and conditions of the COMMCt DOCUrnerits. 1-17 Bidding Documents (g) MDER has given ENGINEER written notice of all conflicts, error's or discrepancies that it has discovered in the Contract DOCUments and the written resokition thereof by ENGINEER is acceptable to BIDDER. (h) "This bid is genuine and riot made in the interest of or on behalf of any undisclosed person, firrT'i or corporation and iS 110t SUbmitted in conformity with any agreement or rules of any group, association, organization or corporation; BIDDER has riot directly or indirectly induced or solicited arly other Bidder to SLJbrnit as Use or sharn Bid- BUDER has not solicited or induced any person, firryi or corporation to refrain from bidding; arld BIDDER has riot SOUght by collusion to obtain for itself any advantage over any other Bidder or over OWNER. It is understood and agreed that the f0flMing quantifies of or to be done at Ullit prices are approximate only, and are intended principally to serve as a gUide in evaIuatirig bids. It is tmderstood arid agreed that the quanfifies of work to be done at unit prices and materials to be furnished may be increased or dirriinished as may, be considered necessary in the opinion of the OWNER to complete the work fully as planned and cont rnplated, and that all quantities of work, whether increased or decreased, are to be performed at the unit prices set forth, except as provided for otherwise in the Contract Docun'"ients. 4. BUDER understands that the work for these iaiprovernents will be corr#eted in one phase. Plans for phasing or mover ins; by utility and paving contractors MI require approvaI by the Engineer,, It iS Understood arid agreed that aIl work under this contract will be completed within the bid calendar days. CornpGefion date will be established in the Notice to Proceed. It is Understood that, brine of completion MH be as consideration in the award of the bid, 5. ft iS Understood and agreed that the contractor's experience in this type of work wiIi be a strong consideration in the award of the bid. 6, it is strongly recornmended that each BIDDER visit the site prior to submitting a bid. Construction constraints exist, incUing heavy traffic von urne ak�)rlg the roadway and accessibility requirements to and frorn adjacent streets, neighborhoods and properties, which COUId affect prodUCtiVity. T BIDDER will cornplete the Work for- the following price(s): 1-18 Bidding DOCUments Proposal/Bid Schedule Southwestern Water Tower Site Improvements Project No. Q-1021-01 City of Coppell ITEM EST. DESCRIPTION OF ITEMS WITH UNIT TOTAL UNIT NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID Clearing and Grubbing complete in place, for the sum of 1 1 LS Three Thousand Five Hundred Dollars and No Cents per lump sum 3,500.00 $ 3,500.00 Excavation complete in place, for the sum of 2 1 LS Two Thousand Five Hundred Dollars and No Cents per lump sum 2,500.00 $ 2,500.00 Remove Existing Concrete Grub complete in place, for the sum of 3 78 LF Fifty Dollars and No Cents 1per lump sum $ 50.00 $ 3,900,00 Remove & Dispose Exisiting Concrete complete in place, for the sum of 4 288 SY Three Dollars and No Cents per lump SUM 3.00 864.00 Remove & Re -Install Flood Light complete in place, for the sum of 5 1 EA One Thousand Four Hundred Ninety Five Dollars and No Cents per lump sum $ 1,495.00 1,495.00 Relocate Existing Utilities Below Sidewalk complete in place, for the sum of 6 1 LS Two Thousand Seven Hqadred_Sixty Dollars and No Cents per lump sum $ 2,760.00 $ 2,760.00 Relocate Existing Generator - Including gas, elec, and grounding complete in place, for the sum of 7 1 LS Seventeen Thousand Two Hundred Fifty Dollars and No Cents 1per lump Sum $ 17,250.00 $ 17,250.00 Reset Electric Meter Pole complete in place, for the sum of 8 1 EA Six Hundred �Fift Dollars and �NoCen�ts per lump sum $ 650.00 650.00 Adjust Top of Existing Concrete Vault complete in place, for the sum of 9 1 EA One Thousand Five Hundred Dollars and No Cents 1per lump sum $ 1,500.00 1,500.00 Adjust Existing Cleanout to Finished Grade in place, for the sum of 10 1 EA 1complete One Thousand Five Hundred Dollars and No Cents per lump sum $ 1,500.00 1,500.00 6" Reinforced Concrete Pavement complete in place, for the sum of 11 582 SY Fifty Eight DollarsandSji Sixty Five Cents �nt s 1per lump sum $ 58.65 $ 34,134.30 4" Concrete Sidewalk complete in place, for the sum of 12 133 SY Forty Seven Dollars and Fifteen Cents per lump sum $ 47.15 $ 6,270.95 /_ ( 'f Bidding Documents Proposal/Bid Schedule Southwestern Water Tower Site Improvements Project No. Q-1021-01 City of Coppell Bidding Documents r-11 6" Lime Stabilized Subgrade complete in place, for the sum of 13 637 SY Twentv Dollars and No Cents per lump sum $ 20.00 $ 12,740.00 Hydrated Lime for Stabilized Subgrade (30LB/SY) complete in place, for the sum of 14 8.8 TN One Hundred Dollars and No Cents 1per lump sum $ 100.00 $ 880.00 2" PVC Sch 40 Conduit (connection to tower wall) complete in place, for the sum of 15 10 LF Fifty Dollars and No Cents per lump sum $ 50.00 $ 500.00 Install Chemical Containment Walls w/Grate complete in place, for the sum of 16 1 LS Thirty One Thousand Five Hundred Sixty Eight Dollars and No Cents per lump sum $ 31,568.00 $ 31,568.00 6' Tall Black Vinyl Coated Chain Link Fence complete in place, for the sum of 17 180 LF Fifty Dollars and No Cents per lump sum $ 50.00 $ 9,000.00 8' Wide Black Vinyl Coated Chain Link Swing Gate complete in place, for the sum of 18 1 EA One Thousand Five Hundred Dollars and No Cents per lump sum $ 1,500.00 $ 1,500.00 18' Wide Black Vinyl Coated Chain Link Double Swing Gate complete in place, for the sum of 19 1 EA Three Thousand Five Hundred Dollars and No Cents per lump sum $ 3,500.00 $ 3,500.00 26' Wide Black Vinyl Coated Chain Link Automatic Roll Gate complete in place, for the sum of 20 1 EA Four Thousand Five Hundred Dollars and No Cents per lump sum $ 4,500.00 $ 4,500.00 Erosion Control complete in place, for the sum of 21 1 LS One Thousand Five Hundred Dollars and No Cents per lump sum $ 1,500.00 $ 1,500.00 10' x 20' Shade Structure complete in place, for the sum of 22 1 EA Seventeen Thousand Nine Hundred Dollars and No Cents per lump sum $ 17,900.00 $ 17,900.00 Block Sodding complete in place, for the sum of 23 530 SY Seven Dollars and Seventy Five Cents per lump sum $ 7.75 $ 4,107.50 Brick Screen Wall complete in place, for the sum of 24 35 LF One Thousand Five Hundred Dollars and No Cents I 1per lump sum 1 $ 1,500.00 1 $ 52,500.00 Bidding Documents r-11 Proposal/Bid Schedule Southwestern Water Tower Site Improvements BID NO. Q-1121-01 Coppell, TX TOTAL BASE BID ITEMS The awarded contract amount will be on the basis of the Base Bid only. $ 216,519.75 1 Communications concerning this Bid shall be addressed to the address of 2 BIDDER understands that the Owner is exempt from State Limited Sales 3 The terms used in this Bid which are defined in the General Conditions of The City of Coppell reserves the right to delete any portion of this project as it may deem necessary to stay within the City's available funds. Should the City elect to delete any portion, the contract quantities will be adjusted accordingly. \-,Io Bidding Documents PROPOSAL GUARANTY A ProposalGuaranty shall be provided in accordance with Item 102.5 of the Standard Specifications for Public Works Construction -- North Central Texas Council of Governments Fourth Edition. SUBmi,rTED ON IBM= 1-21 Bidding Documents PREVAILING WAGE RATES Classfic,ahon Hmn Rate Dassificaflon C,ONCRETE FIN0-11ER (Flavin g &Stru(:�tures) 14.12 ELECTRICIAN ..... - ... ... ... . .. - . 19 80 FORM BUILDER / FORM SEI'TER Paving & Curb.—. ... .. ... ...... .... 13.16 StrUctures .................................................... 1384 Immmm AsphaIt Raker'. ...... 12,69 Flagger . .. ...... ... ... .... ... ... 10.06 Labomr, Common .............. . 10.72 Laborer, Ufihty ... .. ...... 12.32 Pi[)E°layer ....... .... 1324 Work Zone Bairricade Sc- wicer -- --- t 1,68 POWER EQUPRAE.'N'r OPERATOR Asphaft DstrbUtW'.... . . ....... ..... 15.32 Asphaft Paving Macl,re 1399 Broom or SweepE,r. 11 74 (3oncrete Pavernent Finishing Machrre ...... 16.05 Concrete Saw.. ... ... ........ '14,48 Crane Operator, Lattice Boon,i .... .. ........ . 17 27 80 Tons or Less Crane Operator, Lattice Boorri over. 20,52 80 Tons Crane, HydraUhc 80 Tons m Less ......... 18.12 Crawer'Fractor . . - .. .............. .. ............. 14,07 Excavator, 50,000 pounds or, Ness.. ... ----1719 Excavator, over 50,000 r)(DUnds. ...... .. ... 16,99 Foundatbri DMI, Truck Mounted—, . ....... 21.07 Foundafion [)6H, Crawler- Mounted 17.99 N-ront End Loadff 3 C or Less 13,69 Front End Loader, over 3 CY, 14,72 L oader / Backhoe .......... . ... .... . 15,18 Mechanic-rrr-- ...... .P 7.68 KPing Machk-ie ... . .... .... .. 14,32 Motor Grader, Fne Grade ..... .. .... 17, Y 9 Motor Grader, Rough 16.0'1/C PavementMark�ng Machine . .... 13.63 Recbirner/Pulve6zer—... ... 11 01 RoIler, Asphalt ... .. ..... .... . . . . ....... 13.08 RoHer, Oflier ... .. .. ....... .. .... .... . .... 11. 51 Sc,,raper &riali Shpforrn Machme ..... ... .. ...... . . .15.96 Spreader Box.... ............ ... ............. .... 14,73 Steeorker (Renforcirig).. ... 1-1-11'.. 1-1 — 16 18 ffffiffiBcommom Hourly .Ral,e Lowboy -Float ... ... -.- 16.24 Off Road 1-iauler .... 12.25 Singe Axle . ...... ..... ..... ... .. 12.31 Smg�e orTandem AAe DUMP Truck. . - 12 62 Tandem AxAeTractor v0th Semi DaHer .... 12 8(3 Trarrsit Wx 14.14 WE L D E'R 14.84 1-22 Bidding Documents BID AFFIDAVIT The undersigned certifies that the bid prices c-,ontained in fl,'tis bid have been carefuily reviewed and are subrnifted as correct and final Bidder further certifies and agrees to fUrnish any and/or all cornrnoditieS Upon which prices are extended at the price offe�red, and upon the conditions contained in the Specifications of the Invitation to Bid The period of acceptance of this bid will be rionety (90) calendar days fron"i the date of trie bid operdrig. STATE OF Texas COUNiTY OF Daakas BEFORE ME, the undersigned authority, a Notary PUbk in and for the Stat(.,) of UtNs day personaliy apj,,)eared Joel Brown Narrie duly sworn, Od depose and say: Joel Brown Nwrne J B & Co. LLC Narne of Firm who after being by rine arn as duly authorized office/agent for and have been dLJIY authorized to execute the foregoing on behalf of the said JR & Co, L.LC I I"Hereby certify that the foregoing bid has not been prepared in coHuskn with any other Bidder or indNidual(s) engaged in the same kne of business prior to the officiial opening of this bid. [-Urtheir, U certify that the Bidder is riot now, nor has been for the past six (6) niond-ns, directly or indirecfly concerned in arry pool, agreement or corribination there�of, to control the price of services/ cornmodifies bud on, or to influence any indk/idUal(s) to bid or not to bid thereon." Narne and Addiress of Bidder: Joel Brown & Co, L.L.0 DBA J. B, & Co. LLC 3131 McKinney Ave, Su,#600, DaHas"T'X'75204 Telephone: y ,J oec D ritle: M an a ge t SLJBSCRIBED AND SWORN to before me by the above named 20 on thithe Z day of 20 Notary Pubk in arid for the State of Fexas CYNTHIABENTLEY I My Notary ID # 132204443 r 9, 2023 Expires Octobe 1-23 Sidding Documents if BODER IFN: / (Irrividua's Narns) Business address N/A A Partneriai (Fire"n Narn ) (Gerre.r„ .�...Partner) Busurr ss address Ir',l,hoM e No (Seat) P°'°A C&m ( r t.IY Brown w .. .. a�. LC_ DBA J . .. & . Co. L k_ ( (Corporation Nar°n ) Texas ...__.�...._._�_..�..µ......._.....m__�_.__ ( State ofMIncorporation) _._.......�....m..__......._._........._......_.._._.__..........._.........�._...._.�...._..._........w.........IT...._.w.._...._.._.........�_..�. (Name of person authorized to sin) (T"'it e) (Corporate °ro SII} Attest i` (Secretary) Businessaddress ..�_. .._...... _ ..._......__,. La Lk 1 ,..1..,.._.w_5,.2._�4 � Phone Pqo, 972-515--364 �� Joint Venture (Name) �__._.�....._..._.�( d(:ir� rss)_....M._....�_..._..._.�_.----�._�.m._��_�...._._.m__......_�,._w....�.�...._......�_.� _„ _.,.�.�.�..,,.......___�_.� ... By_ (Name) (Address) (E-ach joint r✓sr tUre must sign. I h manner of suartnmg for each Vndkma uar, paNnership and corporation th a1: as a traartner to thejoir)t venture sGaoWd be in the rrrrarwer vindicated M.)ove ) 1-24 Biddil7g Documents Md MQ -1'121-01 SouffiNvestern Water`tow er, Site Improvements D D E N D U M I if I NSTR UCTIONS: I ACKNOWLEDG'E RE( l ' IPTOF ADDENDUM IN PROPOSAL, ON Oul'I"IR ENVELOPE OFBID. I acknowledge the receipt ofAddendum No. I CitY of Col.pell 1"ROJECTNAMP': Southwestern WaterTower Site In M12cpiqL Nmv,ember 23, 2020 _" HARLES ELIAS PROCLIREMENT SERVICES DEPARTMENT (972) 304-3643 Page I ail, I ('I I I M, C011111, H. * 2.55 PARKNN kl B01 )1I,8 ;ARD * COPPLIT, I LXAS 75011) CONFLICT OF INTEREST QUESTIONNAIREa For vendor doing businesswith Iocai gvernmentW entity I'Ns Ferestionnam'rr°e reflects changes made to the law by 6°t. , 23, 84th Leg., Regular Session. OFFICE UE ,ONLY TNs (questionnaire is tcrrc fie in accarcarae viPi Ghafter 176, Loca8 Govern-rent ,ode, by aveerdor vho I iraPtt Fi6xe;kvarra Vaa^, a business ml;atccnnR hip as defined by Section 176,001(l a) witlfu a local t;grwveirm�newrii al ctinfoy and 1he vo,'er dor rincaets rerhu.rwreararernia urnrfrar S�,c,tion '47C 006(2'a}, By Rearm tfH s rgiaa;aut'or nnaaire; rrnUst be rr6r:xi sn M Uie records administrator of th'wr: local tycrvicernmenial r.nWy not i a'tee than tyre '7tVr business day aafiieVie aaaf, thaevei doe boc ornes aware of f<: cfs th,°:mt rear„ire the slaterarent tt:. be iikw i Sege Sect(on 176 rJr1E,O 1). Local (3ovei nirFent Co(:k.,. A vrent'irar arra i'6r s an calms>e i1 the vegidrar krterwwungly violates Section '1�76> Cj06, Local Ckaverrrrarwer�nt', Code. An Oense under flus rrecinon Is ua imri,tiernrceu,!nor. Name of vendor who has a business relationship wrth locai govern mentelf entity. J. B . & C. two LL Check h1 box �YOU are fiHng aruate evtffr8�dquestionnaire. -d,l�r�wp:fuahcafile ars e uWrt Yf�7a�v��lt�wat f�t(idrwatWrrYf,rt��i�.TfBd�cw�uuc�f�y afterthe date on which YOU became aware that the'. Originally fk,,d ctcaee Ftio nrnc0re was Oic,(;arrmpletei or irnacc,aar«:at:ea.) f"'darne of aaca° ernt officer about wwhaarvm the frnformm%aado n is being Wscl sand, City of CoppeH N=mane raf„Otfie,er f e cid e each errill u�ynmenf or rather f uskiess ref tnran;ahffa Mth the teao° d government officer, or a faarinily rnernnfaer of the officer, as described by Section 176,00 (aa)( )( ), Mso describe any farniilly ref tion h'iip with the fair: M overnment officer. Complete Aa and 6fear each employment orbusiness relationship described. Attach as ditionarf pages to this F"orrmm 0110 as necessary, A, is the rocal government, officeor a, family metin'nt,er of time; olfic.cleo iecerving or likElhy to receive taaxaabiee unccarne, other than unvestrrnternt Incorrne, from the vendor? �. ..._ Ye;, B is the vendor, rete imn'ing or likely to receive; taxxable, urna:;ramee, otNaw than ir'tve�,s'trrrearm& iriia,orne, fror'n or ;at the direction of the local goverrw'ieeant, officer or a:a 'fac.tuily member of the officer AND the taxra6°ape incornene is not received frorn the oc.,aal (foveerrnnncernlfam entity? ......� Yes � ..� No Yto _Describe each er"rn fatanyrnernt ormbu smrne s refafionshtfa that the vendor rnaarned in Secmtionml maintains with e corporatlon or ether bushiess entt4y with respect to which the locaaf government officer serves as an officer or director, or, holds an owner fmfp interest of one percent or more, None �..._� WW.m..... ...m.. .. _..m.. _.... _... .................. ....... t `i - �y officer one of more, gifts ihe Yn�a.a given the dc:ar,�ad a (nver�7rraa,rrt off icer or «a fasrrrtlV mnc,rrst>e,r cah C&ao t ,_....,th¢kesotnhnuf�arx it,5e,,600crci�alti.f.�tt1(aa)(,_))W.i), ex<,hraeiroo apft.:n re.e�or�t�ao€.h rrr Section f /ka.t)d.b,f(a.a f). .. ,.___ ._...... ....�._ ._ _.. _._.. ,�_,_......_...,.,,_,,,,,___,..._,,._�.,.,.._.,_.._._,u,_..,� 11/2-4/20 w rggrar!:ni'urc: r'.af var'mcicar chourrty tww77nese vwRCV rentity _,,..... rants; .. ,., F carrmi lcrr.avided by ioxa s hiiPn cs C(nrrcmtssion www efV�rres^s,s iate,tx,u.> Revised 1 /30/2015 KNOW ALL MEN BYTHESE PRESENTS, that we, J.B. & Co. LLC as principal, and the GREAT AMERICAN INSURANCE COMPANY, a corporation existing under the laws of the State of Ohio, having its Administrative Office at 301 E. F"ourth Street, Cincinnati, Ohio 45202, as surety, are held and firmly bound unto city of coppell. 255 Parkway Blvd, Coppell, Tx 75019 as obligee, in the penal SUM Of 5% Dollars($ 5% ) , lawftil money of the United States of America, for the payment of which, well and truly to be made, we bind ourselves, Our heirs, executors, administrator, successors and assigns, Jointly and severally, firmly by these presents. SIGNED, sealed and dated this 24th day of November 2020 WHEREAS,the said principal J.B. & Co. LLC herewith submitting 1 proposal for Southwestern Water Tower Site Improvements NOW, HEREFORE, the condition of this obligation is Such that, if the said principal shall be awarded the said contract, and shall within ( to ) — days after receiving notice of such award enter into a contract and give bond for the faithful performance of the contract, then this obligation shall be mill and void otherwise the principal and surety will pay Unto the obligee the difference in money between the amount of the principal's bid and the amount for which the obligee may legally contract with another party to perform the work, if the latter amount be in excess of the former; but in no event shall the liability hereunder exceed the penal sum hereof. J.B. & o. LLC Prinei al F.9116 (3/11) GREAT AMERICAN INSURANCE COMPANY By:hU4Af A lAd i ,, �1 Mori t �a k4ernandez Atl rney-in-Fac ,�7 GREAT AMERICAN INSURANCE COMPANY OF NEW YORK New York Administrative Office: 301 E 4TH STREET * CINCINNATI, OHIO 45202 * 513-369-5000 * FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than FOUR No. 0 21461 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY OF NEW YORK, a corporation organized and existing under and by virtue of the laws of the State of New York, does hereby nominate, constitute and appoint the person or persons named below its true and lawful attorney-in-fact, for it and in its name, place and stead to execute on behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power T. GEORGE CHASE ALL OF ALL EVERETT PHIPPS WACO, $100,000,000 LISA NANNINGA TEXAS MONICA HERNANDEZ This Power of Attorney revokes all previous powers issued on behalf of the attorney(s)-in-fact named above. IN WITNESS WHEREOF, the GREAT AMERICAN INSURANCE COMPANY OF NEW YORK has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 6th day of AUGUST 2020 , Attest -6 . . . . . . . ......... . Assistant .Secretary GREAT AMERICAN INSURANCE COMPANY OF NEW YORK 1114(b_ OivisionalSvnior Vice Pnr sidcnt MARK VICARK) (877-377-2405) On this 6th day of AUGUST 1 2020 , before me personally appeared MARK VICARIO, to me known, being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company of New York, the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. SUSAS A KOHORST Notary Publit State of Ohio qtr My Comm. Expires May 18, 2025 This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company of New York by unanimous written consent dated May 14, 2009. RESOLVED: That the Divisional President, the several Divisional Senior Vice Presidents, Divisional Vice Presidents and Divisional Assistant Vice Presidents, or any one of them, be and hereby is authorized, from time to time, to appoint one or more Attomeys-in-Fact to execute on behalf of the Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; to prescribe their respective duties and the respective limits of their authority" and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract of suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION 1, STEPHEN C. BERAHA, Assistant Secretary of Great American Insurance Company of New York, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of May 14, 2009 have not been revoked and are now in full force and effect. Signed and sealed this 01 day of JVVVV�� bQo/ SE A VO4 81185N (03/20) City of Coppell, Texas C',P FE L File ID: 2020-5460 Version: 1 File Name: W/WW Parts Contract Master File Number: 2020-5460 Type: Agenda Item Reference: 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Consent Agenda In Control: Engineering File Created: 01/04/2021 Final Action: Title: Consider approval of awarding a contract for the annual purchase of water and wastewater parts; with Core and Main; in the amount of $75,000.00; as budgeted in the Water/Sewer Operations Fund; and authorizing the City Manager to sign any necessary documents. Notes: Sponsors: Attachments: Water Wastewater Parts Bid Memo.pdf, Water Wastewater Bid Tab Excel.pdf Contact: Drafter: Related Files: History of Legislative File Enactment Date: Enactment Number: Hearing Date: Effective Date: Ver- Acting Body: Date: Action: Sent To: Due Date: Return Result: sion: Date: Text of Legislative File 2020-5460 Title Consider approval of awarding a contract for the annual purchase of water and wastewater parts; with Core and Main; in the amount of $75,000.00; as budgeted in the Water/Sewer Operations Fund; and authorizing the City Manager to sign any necessary documents. Summary Fiscal Impact: Funds have been budgeted in the Utility Operations accounts for this contract. Staff Recommendation: The Public Works Department recommends approval. City of Coppell, Texas Page 1 Printed on 1/8/2021 Master Continued (2020-5460) Strategic Pillar Icon: Sustainable Government City of Coppell, Texas Page 2 Printed on 1/8/2021 MEMORANDUM To: Mayor and City Council From: Mike Garza, P.E., Assistant Director of Public Works Kent Collins, P.E., Director of Public Works Date: January 12, 2021 Reference: Water & Wastewater System Materials Annual Purchase 2030: Sustainable City Government, Excellent and Well-maintained City Infrastructure and Facilities General: • We received 4 bids. • Core and Main was the lowest responsible bidder. • This is for the annual purchase of materials and parts for the water and wastewater system. • We have $75,000.00 budgeted for water/wastewater parts and materials for this fiscal year. Introduction: This agenda item is being presented for award of bid 4Q-1221-01 to enter into contract with Core & Main LP as the primary vendor for the purchase of water and wastewater parts. Analysis: The FY 20/21 Water & Sewer Maintenance Fund had budgeted monies for the purchase of water and wastewater materials for routine maintenance and repairs for the city's water and wastewater systems. The approved budget for these parts and materials is $75,000.00. The bid tabulation consists of five (5) groups totaling over 200 items. Various quantities of items may or may not be purchased based on maintenance needs throughout the year. The bid quantities are based on prior years usage, ensuring we have a more accurate unit price for any part needed throughout the year. We will not need every item we obtain a price for, but we do need to have a unit price when the maintenance is needed. On December 8, 2020 four vendors submitted bids, with Core & Main LP being the most complete responsive bidder. The other three (3) vendors did not submit complete bids on every item in each group. 1 Legal Review: The Purchasing Department has reviewed the documents and determined that this is an appropriate method of contracting with this vendor. Fiscal Impact: The fiscal impact of this Agenda Item is $75,000.00, as budgeted. Recommendation: The Public Works Department recommends approval of this item. Water/Wastewater System Materials CITY OF COPPELL, TEXAS BID NO. Q-0615-01 ITEM No. 1ITEM DESCRIPTION BID QTY. UNIT 1 3/4" Type K Soft Copper Tubing 100 FT 2 1" Type K Soft Copper Tubing 100 FT 3 11/2" Type K Soft Copper Tubing 20 FT 4 2" Type K Soft Copper Tubing 40 FT 5 3/4" CTS SDR 9 3/4"x100'Blue Endotrace Poly 1200 EA 6 1" CTS SDR9 1"x100' Blue Endotrace Poly 200 EA 7 2" CTS SDR9 2"x100' Blue Endotrace 200 EA 8 3/4" SS INS Stiffener CTS 100 EA 9 1" SS INS Stiffener CTS 100 EA 10 3/4" CC X CTS Grip Comp. Corp ST (ball) 12 EA 11 1" CC X CTS Grip Comp. Corp ST (ball) 12 EA 12 11/2" CC X CTS Grip Comp. Corp ST (ball) 4 EA 13 2" CC X CTS Grip Comp. Corp ST (ball) 4 EA 14 3/4 MIP X CTS Grip Comp. ST (ball) 12 EA 15 1" MIP X CTS Grip Comp Corp. ST (ball) 12 EA 16 11/2" MIP X CTS Grip Comp Corp. ST (ball) 4 EA 17 2" MIP X CTS Grip Comp Corp ST (ball) 4 EA 18 3/4" CTS Grip X MTR ANG Key VLV 12 EA 19 1" CTS Grip X MTR ANG Key VLV 12 EA 20 3/4" CTS Grip X FIP Straight Curp Stop 12 EA 21 1" CTS Grip X FIP Straight Curb Stop 12 EA 22 11/2" CTS Grip X FIP Straight Curb Stop 12 EA 23 2" CTS Grip X FIP Straigh Curb Stop 4 EA 24 3/4" MIP X 3/4" CTS Grip Comp. Coupler 12 EA 25 1" MIP X 1" CTS Grip Comp Coupler 12 EA 26 1" MIP X 3/4" CTS Grip Comp Coupler 12 EA 27 3/4" MIP X 1" CTS Grip Comp. Coupler 12 EA 28 3-4" MIP X 3/4" PVC Comp. Coupler 12 EA 29 1" MIP X 1" PVC Comp. Coupler 12 EA 30 3/4" MIP X1" PVC Comp. Coupler 12 EA 31 1" MIP X 3/4" PVC Comp. Coupler 12 EA 32 11/2" MIP X 11/2" CTS Grip Comp. Coupler 4 EA 33 2" MIP X 2" CTS Grip Comp. Coupler 4 EA 34 3/4" Bronze CTS X CTS Coupling 20 EA 35 1" Bronze CTS X CTS Coupling 20 EA 36 11/2" Bronze CTS X CTS Coupling 4 EA 37 2" Bronze CTS X CTS Coupling 4 EA 38 3/4" X Close Bronze NIP 12 EA 39 1" X Close Bronze NIP 12 EA 40 3/4" X 4 Bronze NIP 12 EA 41 1" X 4 Bronze NIP 12 EA 42 11/2" X Close NIP 12 EA 43 2" X Close NIP 12 EA 44 11/4" X 1" Bronze Bushing 12 EA 45 11/4" X 3/4" Bronze Bushing 12 EA 46 3/4" Meter Setter Ford #VBHC72-9W-11-33-NL 12 EA 47 1" Meter Setter Ford #VBHC72-9W-11-33-NL 12 EA 48 3/4" Meter Setter Ford #VBHC72-95242-01 12 EA 49 1" Meter Setter Ford #VBHC74-95242-03-NL 12 EA 50 5/8x3/4x9 MTR 12 EA 51 5/8X3/4X12MTR RESETTER KV INLT NO LEAD V42 -12W -NL 3/4X3/4 12 EA 52 3/4" Unions for Setter 12 EA 53 1" Unions for Setter 12 EA 54 3/4" Meter Tails 4 EA 55 1" Meter Tails 4 EA 56 11/2" Meter Setter Ford #VV76-12-11-66-NL 4 EA 57 11/2" Meter Setter Ford #VV76-12B-11-66-NL 4 EA 58 2" Meter Setter Ford #VV77-12-11-77-NL 4 EA 59 2" Meter Setter Ford #VV77-12B-11-77-NL 4 EA 60 11/2" Oval Meter Flange 6 EA 61 2" Oval Meter Flange 6 EA 62 3/4" X 1/8 Rubber Meter Gasket 200 EA 63 1" X 1/8" Rubber Meter Gasket 100 EA 64 11/2" Rubber Drop In Meter Gasket 100 EA 65 11/2" Rubber Full Face Meter Gasket 100 EA 66 2" Rubber Drop In Meter Gasket 100 EA 67 2" Rubber Full Face Meter Gasket 100 EA 68 2 1/2" Rubber Meter Gasket for Hydrant Meter 50 EA 69 2 1/2" Female NST Swivel X 3" MIP with Strainer 12 EA 70 2 1/2" FNST X 2" MIP 12 EA 71 2 1/2" FNST X 1" MIP 6 EA 72 1" Check Valve JJS31- 12 EA 73 1" MIPX3/4" FIP . A34- 12 EA 74 FLR TO CTS 1"X 3/4" 1 EA SUBTOTAL AMOUNT GROUP (1) Water/Wastewater System Materials CITY OF COPPELL, TEXAS BID NO. Q-0615-01 ITEM No. 1ITEM DESCRIPTION BID QTY. UNIT 1 6 " C-900 DR 14 Class 200 PVC Pipe - Blue 60 FT 2 8 " C-900 DR 14 Class 200 PVC Pipe - Blue 60 FT 3 10 " C-900 DR 14 Class 200 PVC Pipe - Blue 40 FT 4 12 " DR -18 Class 150 PVC Pipe - Blue 40 FT 5 4 " SDR 35 PVC Sewer Pipe - Green 84 FT 6 6 " SDR 35 PVC Sewer Pipe - Green 40 FT 7 8 " SDR 35 PVC Sewer Pipe - Green 40 FT 8 10 " SDR 35 PVC Sewer Pipe - Green 20 FT 9 12 " SDR 35 PVC Sewer Pipe - Green 20 FT 10 6 " X 12 " Ductile Iron Longsleeve for C900 2 EA 11 8 " X 12 " Ductile Iron Longsleeve for C900 2 EA 12 10 " X 12 " Ductile Iron Longsleeve for C900 2 EA 13 12 " X 12 " Ductile Iron Longsleeve for C900 2 EA 14 6 " MJ C-153 Bolt GSKT PK LI Gland Kit 4 EA 15 8 " MJ C-153 Bolt GSKT PK LI Gland Kit 4 EA 16 10 " MJ C-153 Bolt GSKT PK LI Gland Kit 4 EA 17 12 " MJ C-153 Bolt GSKT PK LI Gland Kit 4 EA 18 6 " Tyler Duel Wedge Restraint 6 EA 19 8 " Tyler Duel Wedge Restraint 6 EA 20 6 " X 12 " Stainless Steel Clamps 2 EA Ford or Equal 21 8 " X 12 " Stainless Steel Clamps 2 EA Ford or Equal 22 10 " X 12 " Stainless Steel Clamps 2 EA Ford or Equal 23 12 " X 12 " Stainless Steel Clamps 2 EA Ford or Equal 24 6 " X 12 " Stainless Steel Clamp X 3/4 " CC 2 EA Ford or Equal 25 8 " X 12 " Stainless Steel Clamp X 3/4 " CC 2 EA Ford or Equal 26 10 " X 12 " Stainless Steel Clamp X 3/4 " CC 2 EA Ford or Equal 27 12 " X 12 " Stainless Steel Clamp X 3/4 " CC 2 EA Ford or Equal 28 6 " X 12 " Stainless Steel Clamp X 1 " CC 2 EA Ford or Equal 29 8 " X 12 " Stainless Steel Clamp X 1 " CC 2 EA Ford or Equal 30 10 " X 12 " Stainless Steel Clamp X 1 " CC 2 EA Ford or Equal 31 12 " X 12 " Stainless Steel Clamp X 1 " CC 2 EA Ford or Equal 32 3' Cast Iron Adj. Valve Stack Box w/ Deep Lids 4 EA 562 33 4' Cast Iron Adj. Valve Stack Box w/ Deep Lids 4 EA 664 34 18 " to 24 " Valve Stack Tops Only Threaded 4 EA 35 24 " to 36" Valve Stack Tops Only Threaded 2 EA 36 Valve Stack Lids (Deep) 12 EA 37 2 " Valve Box Extension 6 EA 38 4 " Valve Box Extension 6 EA 39 6 " Valve Box Extension 6 EA 40 24" Stainless Steel Manhole Insert 1 EA 41 30" Stainless Steel Manhole Insert 1 EA 42 24 " Plastic Rain Pans 1 EA 43 8 " C.T. Non -Sheer Repair Coupling for SDR 35 1 EA 44 10 " C.T. Non -Sheer Repair Coupling for SDR 35 1 EA 45 12 " C.T. Non -Sheer Repair Coupling for SDR 35 1 EA 46 3 " C.T. Non -Sheer Repair Coupling for SDR 35 1 EA 47 4 " C.T. Non -Sheer Repair Coupling for SDR 35 1 EA 48 6 " C.T. Non -Sheer Repair Coupling for SDR 35 1 EA 49 8 " C.T. Non -Sheer Repair Coupling for SDR 35 1 EA 50 4" C.T. Non -Sheer Coupling SDR 35 X Clay 1 EA 51 6" C.T. Non -Sheer Coupling SDR 35 X Clay 1 EA 52 8" C.T. Non -Sheer Coupling SDR 35 X Clay 1 EA 53 3 " Rubber Couplings for SDR 35 1 EA 54 4 " Rubber Couplings for SDR 35 1 EA 55 4 " Schedule 40 Coupling 11.5 Degree (Glue -In) 1 EA 56 4 " Schedule 40 Coupling 22 Degree (Glue -In) 1 EA 57 4 " Schedule 40 Coupling 45 Degree (Glue -In) 1 EA 58 4 " Schedule 40 Coupling 90 Degree (Glue -In) 1 EA 59 4" Schedule 40 X SDR 35 Reducer (Glue -In) 1 EA 60 6 " Saddle with SS Clamp X 4 " Lateral 1 EA 61 8 " Saddle with SS Clamp X 4 " Lateral 1 EA SUBTOTAL AMOUNT GROUP (2) Water/Wastewater System Materials CITY OF COPPELL, TEXAS BID NO. Q-0615-01 ITEM No. ITEM DESCRIPTION BID QTY. UNIT 1 M&H Bonnett Repair Kit 6 EA 2 M&H 5-1/4 Main Valve Repair Kit 6 EA 3 M&H 5-1/4 Traffic Repair Kit 6 EA 4 M&H 5-1/4 6" Extension Kit 2 EA 5 M&H 5-1/4 1' Extension Kit 2 EA 6 4' Lower Stem M&H 2 EA 7 5 ' Lower Stem M&H 2 EA 8 Kennedy 5-1/4 Main Valve Kit 6 EA 9 Kennedy 5-1/4 Collision Repair Kit 6 EA 10 Kennedy 5-1/4 6" Extension Kit 2 EA 11 Kennedy 5-1/4 V Extension Kit 2 EA 12 4' Lower Stem Kennedy 2 EA 13 5' Lower Stem Kennedy 2 EA 14 Clow Seat/Ring Upper -Lower Valve Plate Assy 6 EA 15 Clow 5-1/4 6" Extension Kit 2 EA 16 Clow 5-1/4 1' Extension Kit 2 EA 17 Upper Stem Old Model 2 EA 18 Upper Stem New Model 2 EA 19 4' Lower Stem Clow 2 EA 20 15' Lower Stem Clow 2 EA 21 6 " Gate Valve Resilient Wedge Epoxy Coat M&H, Kennedy & or Clow - Flange X MJ 2 EA 22 8 " Gate Valve Resilient Wedge Epoxy Coat M&H, Kennedy & or Clow - Flange X MJ 2 EA 23 10 " Gate Valve Resilient Wedge Epoxy Coat M&H, Kennedy & or Clow - Flange X MJ 2 EA 24 12 " Gate Valve Resilient Wedge Epoxy Coat M&H, Kennedy & or Clow - Flange X MJ 2 EA 25 6 " Gate Valve Resilient Wedge Epoxy Coat M&H, Kennedy & or Clow - MJ X MJ 2 EA 26 8 " Gate Valve Resilient Wedge Epoxy Coat M&H, Kennedy & or Clow - MJ X MJ 2 EA 27 10 " Gate Valve Resilient Wedge Epoxy Coat M&H, Kennedy & or Clow - MJ X MJ 2 EA 28 12 " Gate Valve Resilient Wedge Epoxy Coat M&H, Kennedy & or Clow - MJ X MJ 2 EA SUBTOTAL AMOUNT GROUP (3) Water/Wastewater System Materials CITY OF COPPELL, TEXAS BID NO. Q-0615-01 Ferguson Fortiline HD Supply ITEM No. ITEM DESCRIPTION BID QTY. UNIT 1 4 ft. Bury Mueller Super Centurion 250 2 EA 2 5 ft. Bury Mueller Super Centurion 250 2 EA 3 A301 5-1/4VO Safety Flange Kit 6 EA 4 Main Valve Repair Kit 6 EA 5 Bonnet Repair Kit 6 EA 6 Shoe Repair Kit 6 EA 7 Mueller 5-1/4 6" Extension Kit 2 EA 8 Mueller 5-1/4 1' Extension Kit 2 EA 9 4' Lower Stem 4 EA 10 5' Lower Stem 4 EA 11 Upper Stem New Model 4 EA 12 4 ft. Bury Waterous Pacer - WB67-250 2 EA 13 5 ft. Bury Waterous Pacer - WB67-250 2 EA 14 Main Valve Repair Kit 6 EA 15 Bonnet Repair Kit 6 EA 16 Waterous 5-1/4 6" Extension Kit 2 EA 17 Waterous 5-1/4 V Extension Kit 2 EA 18 4' Lower Stem 4 EA 19 5" Lower Stem 4 EA 20 Upper Stem 4 EA 21 6 " Gate Valve Resilient Wedge Epoxy Coat Mueller or Waterous - Flange X MJ 2 EA 22 8 " Gate Valve Resilient Wedge Epoxy Coat Mueller or Waterous - Flange X MJ 2 EA 23 10 " Gate Valve Resilient Wedge Epoxy Coat Mueller or Waterous - Flange X MJ 2 EA 24 12 " Gate Valve Resilient Wedge Epoxy Coat Mueller or Waterous - Flange X MJ 2 EA 25 6 " Gate Valve Resilient Wedge Epoxy Coat Mueller or Waterous - MJ X MJ 2 EA 26 8 " Gate Valve Resilient Wedge Epoxy Coat Mueller or Waterous - MJ X MJ 2 EA 27 10 " Gate Valve Resilient Wedge Epoxy Coat Mueller or Waterous - MJ X MJ 2 EA 28 12 " Gate Valve Resilient Wedge Epoxy Coat Mueller or Waterous - MJ X MJ 2 EA SUBTOTAL AMOUNT GROUP (4) Water/Wastewater System Materials CITY OF COPPELL, TEXAS BID NO. Q-0615-01 ITEM No. 1ITEM DESCRIPTION BID QTY. UNIT 1 Bass & Hayes 34A2S with 3LIDP-1 100 EA 2 Bass & Hayes 34132S with 31 -IDP -1 50 EA 3 Bass & Hayes 34C2S with 3LIDP-1 50 EA 4 Bass & Hayes 55A with Metal Lid 50 EA 5 Bass & Hayes 55B with Metal Lid 10 EA 6 Bass & Hayes 55E with Metal Lid 10 EA 7 Bass & Hayes Plastic Lid - 3LIDP-1 100 EA 8 Bass & Hayes Plastic Lid - 5LIDP-1 50 EA 9 P5518Tm5LID81 1 EA 10 2 " Double Check Backflow Assembly Watts LF007M2QT 10 EA 11 2 " RPZ Backflow Assembly Watts LF009M2QT 10 EA 12 3 " Neptune Hydrant Meter 10 EA 13 6 " Swivel X Swivel HYD 90 C153 Imports DOMESTIC 4 EA 14 6 " X 13" MJ ANC CPLG SWV X SOL C153 Imports DOMESTIC 4 EA 15 6 " MJ EBAA Series 2000PV MJ Restraint for PVC 12 EA 16 8 " MJ EBAA Series 2000PV MJ Restraint for PVC 8 EA 17 10 " MJ EBAA Series 2000PV MJ Restraint for PVC 4 EA 18 12 " MJ EBAA Series 2000PV MJ Restraint for PVC 4 EA 19 3" Riser Bass & Hayes Manhole Extension Rings 6 EA 20 4" Riser Bass & Hayes Manhole Extension Rings 6 EA 21 6" Riser Bass & Hayes Manhole Extension Rings 6 EA 22 4" Cleanout Bass & Hayes Model #404 Metal 12 EA 23 4" Cleanouts Bass & Hayes Model #404 Plastic 12 EA 24 4" Bass & Hayes Model #404 Plastic Lids Only 24 EA 25 Vita -D -Chlor (Dechlorination tablets - 140 count) 10 EA 26 lGranular Chlorine NSF 61 1001b. Drums 10 EA SUBTOTAL AMOUNT GROUP (5) SUBTOTAL AMOUNT Core And Main Fortiline Ferguson UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT $395.00 $395.00 $3.95 $395.00 $371.11 $371.11 $495.00 $495.00 $5.15 $515.00 $492.20 $492.20 $176.00 $176.00 $7.75 $155.00 $166.46 $166.46 $280.00 $560.00 $11.50 $460.00 $270.35 $540.70 $99.00 $1188.00 $95.00 $1140.00 $103.53 $1242.35 $113.00 $226.00 $110.00 $220.00 $110.24 $220.47 $290.00 $580.00 $300.00 $600.00 $300.00 $600.00 $1.41 $141.00 $1.25 $125.00 $1.18 $118.30 $1.51 $151.00 $1.30 $130.00 $1.24 $124.60 $39.46 $473.52 $40.00 $480.00 $40.08 $481.01 $51.90 $622.80 $52.00 $624.00 $52.71 $632.54 $116.31 $465.24 $117.00 $468.00 $118.14 $472.54 $192.38 $769.52 $194.00 $776.00 $195.40 $781.61 $39.46 $473.52 $40.00 $480.00 $40.08 $481.01 $51.90 $622.80 $52.50 $630.00 $52.71 $632.54 $116.31 $465.24 $117.00 $468.00 $118.14 $472.54 $192.38 $769.52 $194.50 $774.00 $195.40 $781.61 $32.46 $389.52 $33.00 $396.00 $32.97 $395.69 $44.43 $533.16 $45.00 $540.00 $45.13 $541.57 $49.14 $589.68 $50.00 $600.00 $49.92 $598.99 $74.56 $894.72 $75.50 $906.00 $75.73 $908.74 $160.38 $1,924.56 $162.00 $1,944.00 $162.90 $1,954.81 $222.32 $889.28 $225.00 $900.00 $225.81 $903.25 $12.23 $14.48 $146.76 $173.76 $12.42 $14.71 $149.03 $176.54 $13.36 $160.32 $13.50 $162.00 $13.57 $162.85 $13.55 $162.60 $13.60 $163.20 $13.76 $165.11 $16.19 $194.28 $16.50 $198.00 $16.44 $197.28 $25.29 $303.48 $25.50 $306.00 $25.68 $308.28 $24.18 $290.16 $24.50 $294.00 $24.55 $294.66 $21.80 $261.60 $22.00 $264.00 $22.15 $265.96 $39.68 $158.72 $40.00 $160.00 $40.30 $161.21 $57.81 $231.24 $58.72 $234.89 $14.90 $298.00 $15.00 $300.00 $15.13 $302.62 $17.03 $340.60 $17.25 $345.00 $17.30 $345.98 $57.01 $228.041 $57.601 $230.40 $57.90 $231.62 $76.96 $307.84 $77.80 $311.20 $78.07 $312.23 $1.84 $22.08 $1.50 $18.00 $1.44 $17.33 $2.72 $32.64 $2.20 $26.40 $2.12 $25.48 $4.05 $48.60 $3.15 $37.80 $3.17 $38.00 $5.88 $70.56 $5.00 $60.00 $4.59 $55.07 $5.35 $64.20 $4.10 $49.20 $4.41 $52.94 $8.13 $97.56 $6.25 $75.00 $6.34 $76.13 $5.13 $61.56 $4.10 $49.20 $3.95 $47.38 $5.13 $61.56 $4.10 $49.20 $3.95 $47.38 $146.97 $1763.64 $150.00 $1,800.00 $149.28 $1,791.34 $281.27 $3,375.24 $300.00 $3,600.00 $161.94 $1,943.26 $179.93 $2159.16 $185.00 $2,220.00 $182.75 $2,193.05 $301.30 $3615.60 $305.00 $3,660.00 $306.03 $3,672.38 $75.86 $910.32 $80.00 $960.00 $77.06 $924.58 $75.83 $942.36 $82.00 $984.00 $79.76 $957.11 $7.04 $84.48 $5.00 $60.00 $7.15 $85.82 $11.29 $135.48 $6.00 $72.00 $11.46 $137.59 $7.95 $31.80 $8.50 $34.00 $8.07 $32.29 $12.23 $48.92 $12.50 $150.00 $12.56 $50.26 $587.93 $2,351.72 $595.00 $2,380.00 $597.16 $2,388.65 $646.09 $2,584.36 $650.00 $2,600.00 $656.24 $2,624.96 $708.64 $2,822.56 $710.00 $2,840.00 $716.72 $2,866.89 $763.80 $3,055.20 $770.00 $3,080.00 $775.80 $3,103.20 $25.00 $150.00 $21.00 $126.00 $22.69 $136.15 $26.00 $156.00 $22.50 $135.00 $23.85 $143.12 $0.10 $20.00 $0.10 $20.00 $0.12 $24.00 $0.11 $11.00 $0.15 $15.00 $0.24 $24.00 $1.00 $100.00 $1.50 $150.00 $0.93 $93.00 $1.00 $100.00 $2.00 $200.00 $0.95 $95.00 $1.10 $110.00 $1.75 $175.00 $1.03 $102.90 $1.10 $110.00 $2.00 $200.00 $1.25 $125.70 $3.50 $175.00 $3.00 $150.00 $1.34 $67.05 $184.00 $2208.00 $115.00 $1,380.00 $180.00 $2,160.00 $13.75 $165.00 $14.00 $168.00 $10.63 $127.60 $9.50 $57.00 $13.00 $78.00 $9.87 $59.22 $55.91 $670.92 $69.00 $828.00 $56.79 $681.42 $15.56 $186.72 $19.00 $228.00 $15.80 $189.61 $17.35 $17.35 $22.05 $22.05 $45,629.07 $45,117.601 $44,404.81 $6.02 $361.20 $6.30 $378.00 $7.08 $424.92 $10.33 $619.80 $10.75 $645.00 $12.15 $729.18 $15.72 $628.80 $16.40 $656.00 $18.49 $739.76 $22.22 $888.80 $18.25 $730.00 $20.68 $827.28 $13.86 $83.16 $1.05 $88.20 $1.17 $97.86 $2.16 $86.40 $2.25 $94.50 $2.54 $101.64 $3.88 $155.20 $4.05 $170.10 $4.56 $182.60 $6.08 $121.60 $9.35 $177.80 $7.15 $143.06 $8.73 $174.60 $9.10 $174.00 $10.27 $205.42 $106.22 $212.44 $87.00 $174.00 $85.53 $171.06 $138.72 $277.44 $113.00 $226.00 $111.70 $223.40 $207.68 $415.36 $170.00 $340.00 $167.24 $334.47 $279.82 $559.64 $228.00 $456.00 $225.32 $450.64 $24.57 $98.28 $21.00 $84.00 $19.57 $78.26 $28.54 $114.16 $25.00 $100.00 $22.17 $88.70 $39.63 $158.52 $31.00 $124.00 $29.35 $117.39 $42.01 $168.04 $34.00 $68.00 $30.65 $122.61 $23.55 $141.30 $30.00 $180.00 $25.19 $151.12 $34.82 $208.92 $40.00 $240.00 $37.26 $223.58 $77.28 $154.56 $80.00 $160.00 $78.03 $156.06 $84.53 $169.06 $85.00 $170.00 $91.76 $183.52 $108.37 $216.74 $108.00 $216.00 $123.77 $247.54 $123.93 $247.86 $116.50 $223.00 $143.34 $286.68 $88.75 $177.50 $95.00 $190.00 $94.32 $188.65 $100.52 $201.04 $105.00 $210.00 $107.15 $214.37 $131.06 $262.12 $129.00 $258.00 $137.20 $274.39 $145.20 $290.40 $155.00 $310.00 $155.55 $311.10 $94.66 $189.32 $95.00 $190.00 $94.32 $188.64 $107.22 $214.44 $108.00 $216.00 $107.18 $214.37 $131.06 $262.12 $129.00 $258.00 $137.20 $274.39 $145.20 $290.40 $155.00 $310.00 $155.55 $311.10 $136.20 $544.80 $105.00 $420.00 $103.72 $414.89 $191.80 $767.20 $150.00 $600.00 $151.43 $605.74 $49.16 $196.64 $35.00 $140.00 $33.88 $135.53 $58.02 $116.04 $50.00 $100.00 $49.78 $99.57 $15.32 $183.84 $15.00 $180.00 $13.14 $157.66 $34.95 $209.70 $15.00 $90.00 $35.69 $214.15 $51.58 $309.48 $35.00 $210.00 $52.68 $316.09 $88.54 $531.24 $48.00 $288.00 $90.42 $542.55 $225.00 $225.00 $200.00 $200.00 $186.17 $186.17 $235.00 $235.00 $215.00 $215.00 $196.81 $196.81 $27.50 $27.50 $35.00 $35.00 $26.60 $26.60 $31.84 $31.84 $20.00 $20.00 $50.35 $50.35 $47.04 $47.04 $52.50 $52.50 $65.49 $65.49 $59.40 $59.40 $64.00 $64.00 $80.16 $80.16 $11.98 $11.98 $12.00 $12.00 $13.98 $13.98 $16.59 $16.59 $14.50 $14.50 $17.80 $17.80 $19.63 $19.63 $28.00 $28.00 $33.91 $33.91 $31.84 $31.84 $28.00 $28.00 $50.35 $50.35 $16.61 $16.61 $20.00 $20.00 $26.10 $26.10 $22.09 $22.09 $35.00 $35.00 $44.26 $44.26 $34.27 $34.27 $40.50 $40.50 $50.55 $50.35 $3.41 $3.41 $3.50 $3.50 $2.86 $2.86 $4.28 $4.28 $5.00 $5.00 $3.58 $3.58 $12.30 $12.30 $20.00 $20.00 $13.50 $13.50 $4.84 $4.84 $7.50 $7.50 $13.50 $13.50 $5.06 $5.06 $5.00 $5.00 $7.18 $7.18 $6.34 $6.34 $6.00 $6.00 $7.25 $7.25 $4.05 $4.05 $4.00 $4.00 $5.22 $5.22 $39.54 $48.13 $39.54 $48.13 $25.38 $23.78 $25.38 $23.78 $11,914.90 $10,660.10 $11,694.52 $61.75 $370.50 $346.36 $2078.16 $84.34 $506.04 $73.74 $442.43 $229.18 $1,375.08 $200.37 $1,202.23 $506.64 $1013.28 $442.96 $885.92 $591.61 $1183.22 $517.25 $1034.51 $127.33 $254.66 $111.32 $222.64 $151.26 $302.52 $132.25 $264.50 $321.94 $1931.64 $287.05 $1,722.30 $224.73 $1,348.38 $200.37 $1,202.33 $496.80 $993.60 $442.96 $885.92 $580.13 $1160.26 $517.25 $1034.51 $193.74 $387.48 $168.46 $336.93 $193.74 $387.48 $168.46 $336.93 $296.14 $1776.84 $330.39 $1,982.35 $521.39 $1042.78 $440.55 $881.11 $608.84 $1217.68 $514.44 $1028.89 $172.89 $345.78 $144.87 $289.74 $170.28 $340.56 $144.87 $289.74 $150.30 $300.60 $138.23 $276.46 $170.28 $340.56 $145.66 $291.32 $495.00 $990.00 $777.31 $1554.62 $770.00 $1,540.00 $1208.01 $2416.02 $1,223.00 $2,446.00 $1930.53 $3861.05 $1,477.00 $2,954.00 $2302.68 $4605.35 $495.00 $990.00 $762.22 $1524.44 $784.00 $1,568.00 $1214.03 $2428.06 $1,223.00 $2,446.00 $1893.03 $3786.06 $1,548.00 $3,096.00 Mill $2395.39 $4790.78 $32,608.94 $0.00 $41,655.30 $1,775.00 $3,550.00 $1,641.07 $3,282.15 $1,800.00 $3,600.00 $1,717.23 $3,434.46 $162.91 $977.46 $129.47 $776.84 $538.32 $3,229.92 $436.33 $2,617.96 $82.26 $493.56 $66.67 $400.04 $339.22 $2,035.32 $274.95 $1,649.68 $321.32 $642.64 $252.63 $505.26 $374.13 $748.26 $290.52 $581.05 $153.21 $612.84 $131.08 $524.31 $177.40 $709.60 $151.78 $607.11 $200.69 $802.76 $162.66 $650.65 $1,775.00 $3,550.00 $1,733.69 $3,467.37 $1,800.00 $3,600.00 $1,814.21 $3,628.42 $673.48 $4,040.88 $567.14 $3,402.82 $47.40 $284.40 $242.55 $485.10 $182.43 $364.86 $261.03 $522.06 $214.79 $429.58 $363.40 $1453.60 $306.02 $1,224.08 $363.40 $1453.60 $306.02 $1,224.08 $191.58 $766.32 $161.33 $645.31 $495.00 $990.00 $463.05 $926.17 $770.00 $1,540.00 $716.46 $1,432.92 $1,223.00 $2,446.00 $1,147.92 $1,432.92 $1,477.00 $2,954.00 $1,381.78 $2,763.56 $495.00 $990.00 $447.98 $895.96 $784.00 $1,568.00 $713.49 $1,426.97 $1,223.00 $2,446.00 $1,112.47 $2,224.93 $1,548.00 $3,096.00 $1,407.66 $2,815.33 $49,588.32 $0.001$43,334.79 $129.21 $12,921.00 $135.00 $13,500.00 $134.83 $13,482.60 $118.46 $5,923.00 $125.00 $6,250.00 $123.61 $6,180.45 $156.25 $7,812.50 $165.00 $8,250.00 $163.04 $8,152.15 $298.79 $14,939.50 $300.00 $15,000.00 $311.78 $15,589.15 $333.28 $3,332.80 $335.00 $3,350.00 $347.77 $3,477.72 $363.03 $3,630.30 $365.00 $3,650.00 $378.81 $3,788.15 $23.31 $2,331.00 $25.00 $2,500.00 $24.33 $2,432.60 $57.34 $2,867.00 $60.00 $3,000.00 $59.84 $2,991.85 $241.93 $241.93 $245.00 $245.00 $252.45 $252.45 $313.50 $3,135.00 $300.00 $3,000.00 $274.33 $2,743.32 $434.50 $4,345.00 $475.00 $4,750.00 $436.22 $4,362.25 $975.00 $9750.00 $766.13 $7,661.33 $234.63 $938.52 $205.00 $820.00 $188.94 $755.74 $141.89 $567.56 $125.00 $500.00 $114.26 $457.02 $27.03 $324.36 $27.00 $324.00 $27.03 $324.40 $40.01 $320.80 $39.00 $312.00 $36.85 $294.78 $75.64 $302.56 $72.00 $288.00 $82.00 $328.00 $79.50 $318.00 $76.00 $304.00 $86.17 $344.70 $158.14 $948.84 $165.00 $990.00 $163.19 $979.15 $196.79 $1180.74 $210.00 $1260.00 $207.49 $1244.93 $295.19 $1,771.14 $310.00 $1,860.00 $311.23 $1,867.37 $56.82 $681.84 $60.00 $720.00 $60.27 $723.18 $16.29 $195.48 $15.00 $180.00 $21.27 $255.22 $9.81 $235.44 $10.00 $240.00 $12.20 $292.73 $625.00 $6,250.00 $573.18 $5,731.76 $212.50 $2,125.00 $200.00 $2,000.00 $220.00 $2,200.00 $87,389.31 $73,293.00 $86,913.00 $227,130.54 $129,070.70 $228,002.42 Apsco UNIT PRICE AMOUNT $4.93 $493.00 $6.55 $655.00 $10.79 $215.80 $16.76 $335.20 $95.00 $1140.00 $1.10 $220.00 $2.80 $560.00 $1.45 $145.00 $1.55 $155.00 $41.25 $495.00 $53.45 $647.40 $121.60 $486.40 $194.00 $796.00 $91.25 $1095.00 $53.95 $647.40 $121.60 $486.40 $199.00 $796.00 $34.30 $411.60 $46.65 $557.40 $51.90 $622.80 $78.35 $940.20 $165.25 $1,983.00 $230.00 $920.00 $13.00 $156.00 $15.60 $187.20 $14.05 $168.60 $14.30 $171.60 $16.95 $203.40 $26.60 $319.20 $25.50 $306.00 $20.80 $249.60 $41.70 $166.80 $60.40 $241.60 $15.60 $312.00 $18.10 $362.00 $59.00 $236.00 $80.50 $322.00 $2.85 $34.20 $4.15 $49.80 $6.30 $75.60 $8.90 $106.80 $6.40 $76.80 $4.70 $116.40 $7.00 $84.00 $6.90 $82.80 $153.60 $1,843.20 $242.10 $2,905.20 $153.60 $1,843.20 $242.10 $2,905.20 $77.45 $929.40 $80.25 $963.00 $11.40 $136.80 $15.60 $187.20 $7.60 $30.40 $12.10 $48.40 $717.60 $2,870.40 $776.75 $3,107.80 $810.75 $3,243.00 $870.10 $3,480.40 $23.50 $141.00 $25.50 $153.00 $0.13 $24.00 $0.13 $13.00 $0.85 $85.00 $0.85 $85.00 $0.95 $95.00 $0.95 $95.00 $1.00 $50.00 $62.50 $750.00 $41.50 $498.00 $13.75 $82.50 $58.45 $701.40 $16.30 $195.60 $17.60 $17.60 $46,311.70 $5.85 $351.00 $10.05 $603.00 $15.29 $611.60 $17.09 $683.60 $0.96 $80.64 $2.10 $84.00 $3.77 $150.80 $5.91 $118.20 $8.49 $169.80 $92.65 $185.30 $121.00 $242.00 $173.00 $346.00 $242.80 $485.60 $21.65 $86.60 $24.55 $98.20 $32.50 $130.00 $33.90 $135.60 $27.50 $165.00 $41.45 $248.70 $100.60 $201.20 $121.10 $242.20 $138.50 $277.00 $165.35 $330.70 $128.05 $256.10 $146.70 $293.40 $168.50 $337.00 $190.65 $381.30 $128.05 $256.10 $146.70 $293.40 $168.50 $337.00 $190.65 $381.30 $115.65 $462.60 $163.70 $654.80 $34.60 $138.40 $49.75 $99.50 $13.40 $160.80 $13.85 $83.10 $34.60 $207.60 $48.20 $289.20 $181.75 $181.75 $193.40 $193.40 $29.00 $29.00 $49.80 $49.80 $64.75 $64.75 $78.45 $78.45 $14.00 $14.00 $17.45 $17.45 $33.90 $33.90 $50.35 $50.35 $25.80 $25.80 $43.30 $43.30 $50.35 $50.35 $3.50 $3.50 $4.25 $4.25 $22.00 $22.00 $11.00 $11.00 $8.00 $8.00 $6.00 $6.00 $5.75 $5.75 $22.85 $22.85 $27.50 $27.50 $11,601.49 $271.15 $1626.90 $430.25 $2581.50 $225.00 $1,350.00 $470.15 $940.30 $551.40 $1102.80 $188.15 $376.30 $188.15 $376.30 $430.25 $2,581.50 $225.00 $1,350.00 $470.15 $940.30 $551.40 $1102.80 $188.15 $376.30 $188.15 $376.30 $328.50 $1,971.00 $575.00 $1150.00 $675.00 $1350.00 $285.00 $570.00 $250.00 $500.00 $231.50 $463.00 $231.50 $463.00 $450.00 $900.00 $691.00 $1382.00 $1090.00 $2180.00 $1305.00 $2610.00 $430.00 $860.00 $680.00 $1360.00 $1045.00 $2090.00 $1325.00 $2650.00 $35,580.30 $131.95 $13,195.00 $121.00 $6,050.00 $157.88 $7,892.50 $298.75 $14,937.50 $333.25 $3,332.50 $364.80 $3,649.00 $23.65 $2,365.00 $57.35 $2,867.50 $245.00 $245.00 $268.25 $2,682.50 $417.50 $4,175.00 $204.65 $818.60 $122.50 $490.00 $29.30 $351.60 $43.35 $346.80 $81.50 $326.00 $84.35 $337.40 $163.20 $979.20 $205.25 $1231.50 $301.40 $1,808.40 $58.60 $703.20 $21.15 $253.80 $12.40 $297.60 $575.00 $5,750.00 $201.00 $2,010.00 $77,095.60 $170,589.09 City of Coppell, Texas C',P FE L File ID: 2020-5471 Version: 1 File Name: Bound Tree Medical, LLC Master File Number: 2020-5471 Type: Agenda Item Reference: 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Consent Agenda In Control: Fire File Created: 01/04/2021 Final Action: Title: Consider approval to purchase Fire Department medical supplies from Bound Tree Medical, LLC. through an Interlocal Agreement with the City of Midlothian, for a not -to -exceed amount of $97,500.00, or as budgeted annually, and authorizing the City Manager to sign any necessary documents. Notes: Sponsors: Attachments: Staff Memo.pdf, ILA City of Coppell-Midlothian.pdf, 2020-28 Price List of Items for BT & LA.pdf, Bound Tree Bid Submittal to Midlothian.pdf, Life -Assist Bid Submittal.pdf, City of Midlothian Agenda Item.pdf Contact: Drafter: Related Files: History of Legislative File Enactment Date: Enactment Number: Hearing Date: Effective Date: Ver- Acting Body: Date: Action: Sent To: Due Date: Return Result: sion: Date: Text of Legislative File 2020-5471 Title Consider approval to purchase Fire Department medical supplies from Bound Tree Medical, LLC. through an Interlocal Agreement with the City of Midlothian, for a not -to -exceed amount of $97,500.00, or as budgeted annually, and authorizing the City Manager to sign any necessary documents. Summary See attached memo. Fiscal Impact: The fiscal impact of this agenda item is $97,500.00. The funds are budgeted in the Fire Departments annual budget for FY20-21. City of Coppell, Texas Page 1 Printed on 1/8/2021 Master Continued (2020-5471) Staff Recommendation: The Fire Department recommends approval of the contract. Strategic Pillar Icon: Sustainable Government City of Coppell, Texas Page 2 Printed on 1/8/2021 CO•1 .Af� . PELL MEMORANDUM To: Mayor and City Council From: Kevin Richardson, Fire Chief Date: January 12, 2021 Reference: Consider approval to purchase Fire Department medical supplies from Bound Tree Medical, LLC. through an Interlocal Agreement with the City of Midlothian, for a not - to -exceed amount of $97,500.00, or as budgeted annually, and authorizing the City Manager to sign any necessary documents. 2040: Sustainable City Government Introduction: This agenda item is being presented for approval to utilize a material cooperative purchasing contract with Bound Tree Medical, LLC for the purchase of Fire Department medical supplies. Analysis: Every fiscal year the Fire Department budgets for material purchase of medical supplies. The current contract the Fire Department is utilizing via interlocal agreement with Cedar Hill, expires on February 28, 2021. On October 29, 2020, the City of Midlothian released an Invitation to Bid for EMS Fire Dept Medical Supplies. This bid was advertised in the Midlothian Mirror and on the City website on October 29th and November 5th, 2020. Twenty-four bidders requested bid specifications directly from the City website and seven bids were received by the bid closing time on November 20, 2020 at 11:00 a.m., CST with Bound Tree and Life -Assist being the most advantageous of the seven bids received. Bound Tree was the overall lowest bid. On December 8, 2020, the City of Midlothian approved awarding a contract with Bound Tree Medical, LLC. The Fire Department is requesting approval to purchase under the City of Midlothian's contract with Bound Tree Medical, LLC through an Interlocal Agreement with the City of Midlothian. Legal Review: The City's standard purchasing contract is reviewed by legal periodically, with changes made as requested. Fiscal Impact: The fiscal impact of this agenda item is $97,500.00. The funds are budgeted in the Fire Departments annual budget for FY20-21. Recommendation: The Fire Department recommends approval of the contract. Coppell & Midlothian Cooperative Purchasing Interlocal Agreement COOPERATIVE PURCHASING INTERLOCAL AGREEMENT This Cooperative Purchasing Interlocal Agreement ("Agreement") is made and entered into as of the date written below between the City of Coppell, Texas ("Coppell") and the City of Midlothian, Texas ("Midlothian"). WHEREAS, both Coppell and Midlothian have each determined a need for a cooperative agreement to purchase like goods and services to avoid duplicate procurement efforts and obtain the benefits of volume purchasing; and WHEREAS, Coppell and Midlothian are authorized by Section 271.102 of the Local Government Code to. pursue mutually beneficial and cooperative purchasing programs; NOW, THEREFORE, for and in consideration of the mutual obligations and benefits contained herein, Coppell and Midlothian agree as follows: SECTION 1. The purpose of this Agreement is to provide Coppell and Midlothian with additional purchasing options by satisfying the provisions of Section 271.102 of the Local Government Code. SECTION 2. The parties agree that each of the parties shall respectively designate a person to act under the direction of, and on behalf of, the designating party (the "Designated Representative"). SECTION 3. At the request of the other party, a party that enters into a contract with a vendor for goods or services (the "First Purchasing Party") shall attempt to obtain the vendor's agreement to offer those goods and services to the other party (the "Second Purchasing Party") for the same price and on the same terms and conditions as have been offered to the First Purchasing Party. If the vendor so agrees, and if the Second Purchasing Party is agreeable to such terms and conditions, the Second Purchasing Party may enter into its own separate contract with the vendor for the purchase of such goods or services. SECTION 4. Unless otherwise agreed between the Designated Representatives, payments for a purchase made by the Second Purchasing Party shall be paid directly to the vendor and not to the First Purchasing Party. The Second Purchasing Party shall have the responsibility of determining whether the vendor has complied with any provisions in its contract with the vendor, including but not limited to those relating to the quality of items and terms of delivery, and shall be responsible for enforcement of its contract against the vendor, including all costs of enforcement. SECTION 5. This Agreement will be subject to all applicable federal, state and local laws, ordinances, rules and regulations. Page 1 of 3 20979 Coppell & Midlothian Cooperative Purchasing Interlocal Agreement SECTION 6. This Agreement may be terminated by either party, without cause or penalty, upon not less than thirty days' written notice to the other party. SECTION 7. The parties acknowledge that each party and, if it has so chosen, its counsel have reviewed and revised this Agreement and that the normal rule of construction to the effect that any ambiguities are to be resolved against the drafting party must not be employed in the interpretation of this Agreement or any amendments or exhibits hereto. SECTION 8. If any action, whether real or asserted, at law or in equity, arises on the basis of any provision of this Agreement, venue for such action shall lie in state courts located in Dallas County, Texas or the United States District Court for the Northern District of Texas — Dallas Division. This Agreement shall be construed in accordance with the laws of the State of Texas. SECTION 9. If any term or provision of this Agreement is held to be illegal, invalid or unenforceable, the legality, validity or enforceability of the remaining terms or provisions of this Agreement shall not be affected thereby, and in lieu of each such illegal, invalid or unenforceable term or provision, the parties shall endeavor to agree to a legal, valid or enforceable term or provision as similar as possible to the term or provision declared illegal, invalid or unenforceable. SECTION 10. Execution of this Agreement does not obligate Coppell or Midlothian to make any purchase, to pay any membership fee or to otherwise or in any manner incur any cost or obligation. SECTION 11. This Agreement may be executed in multiple counterparts, each of which shall be deemed an original, and all of which shall constitute but one and the same instrument. SECTION 12. The undersigned officers and/or agents are properly authorized to execute this Agreement on behalf of the parties hereto and each party hereby certifies to the other that any necessary actions extending such authority have been duly passed and are now in full force and effect. SECTION 13. All notices, requests, demands, and other communications which are required or permitted to be given under this Agreement shall be in writing and shall be deemed to have been duly given upon the delivery or receipt thereof, as the case may be, if delivered personally or sent by registered or certified mail, return receipt requested, postage prepaid, to the respective city representative set out below, or his/her designee. EXECUTED this Ori day of �� 2012. Page 2 of 3 20979 Coppell & Midlothian Cooperative Purchasing Interlocal Agreement CITY OF COPPELL 255 Parkwa Boulevard ,Cop ell, T s75019 Doug Stover Mayor C' Secretary's Office: City Secretar DATE 3 CITY OF MIDLOTHIAN 104 W. Avenue E Midlothian, Texas 76065 Bill Houston, `'4" O'N "J- `MAYOR MAYOR `� �`'` � '�:� r aty.. ATT ST =:��'� •.� ity §ecre'tary ATE Approved as to Form and Legal City A Page 3 of 3 20979 BOUNDTREEMEDIGl LIFE-ASSISTAT— Nr INFnRM, ®NEM MENEM �®® —____ —___BVM, SPU AD ULT, RESERVOIR MEDIU M ASK W/ ANOMETER_ ®____BVM' SPUR �__ __®m ®EE ®���� STAT -O -SEAL CYLI NDER GASKET BRASS WITH RUBBER CENTER M. C NT SHARPS SHAFT 6.37"Xl 22" TRANSPORTABLE CLEAR., Kc.w.lKnt IMM m1mill 1.111.17131— ®M=mm ADHESIVE CLOTH 3 IN X 10 YARDS =mm®C UM MA�RESS D6�XE WITH I HANDLES CARRY CASE AND LARGE PUMP EVAC-U-SPLINT �M=mm ,�;CUTAPE NT SHARPS SHAFT 6.37"Xl 22" TRANSPORTABLE CLEAR., Kq.w.IK,t �m=s �®m� 10�111 all" =11 HAND CLEANSER FOAMING ALCOHOL BASED 9 EEZ 24/CS ALI-ARE PLUS Kq.w.lKht GIS, V20 PURTY, CLEAR ANTI-FOG LENS KIMBERLY CLARK , eqL1.1e,t "FETY SHARPS CONTAINER IN ROOM RED 5 QUART 12.5 IN X 53 IN X1035 IN 20/CS SHARPSCONTAINEROLDSTYLESQUARE RED 4.7QUART 10 INX6 IN X735 IN 12/CS SPIT SOCK FACE COVER TO PREVENT PATIENT SPITTING �M=mm HE ER 4 SYRINGE ONLY LUER LOCK 3OCC SYRINGE ONLY LUER LOCK 60CC FITTERTINE SET, NON HUMIDIFIED, INTUBATED,ADULT/PEDIATRIC LUCAS ®M=®m ®M=mm M=m© �M=mm Mmm®© SENSOR, MASIMO LNCS ADTX, ADULT 11 IN ADHESIVE DISPOSABLE SPO2, GREATER THAN IIKG SMART CAPNOTINE, PEDIATRIC, NON INTUBATED, ORAL NASAL W/OXYGEN TUBING 25/BX �M�m ®M=M Lae ma I Modica I C.a,da I Vacuum, Course to, 33c, 12/PK -SU SUCTION UNIT LF W/ DISPOSABLE CANISTERAND TUBING LAERDAL RIMMII'm N. S,i I F /whistle tip a nd thumb control port, sterile, disp, LF Sue I C 10 Fr, coiled, w/whistle tip and thum b control port, sterile, disp, LF Suction catheter, 16 Fr, coiled, w/ whistle it p and thum b control port, sterile, disp, LF Suction catheter, 18 Fr, coiled, w/whistie tip and thumb control port, sterile, disp, LF Cu PS itted Stretcher Sheet, 36 � 90, Fluid Resist 30/cs or ec Restrain t St r. p, Bla ck, 2 pc, 5 ft, Nylon, M eta I Push Button Buick Is, Loop E rids RESTRAINT STRAPS Ll MB HOLDER DISPOSABLE W/ DOUBLE D RING ADULT 1 IN X 60 IN Shen d r H mess Rostra] nt Syste m, B lac k, N ylod, Meta I Pus h Button, Loop E rids UNIVERSAL PILLOW CASE 100/CS 21 X 30 WHITE 3M Surgical Clippers with Pwot Head Charging base said separately-27sEr-96621®MEMO ��Mm= 5.11, Slidgpack, UCR, Black Assure Prism Multi 50/ts, Blood Glucose Test Strips BLOOD PRESSURE CUFF NAVY SIZE 11 ADULT 20/CS PROSPHYG 775 Disposable Penlight 6/pk, G3 Cell, Black IZEME MEMO Lubricating Jelly Indwidual wrapped ®®mm M=M= =MEEZ MEMOOB Kit, poly bagged with scalpel �Mm= ,. ® , Quick Connect Couple,, O�sygen, Ohmeda DISS Th- Nut crarFrcirnrmaari:��reatim ®M=M® ®M=M= mamma m®u®n Bound Tree Your Pormar In EMS November 18, 2020 City of Midlothian Purchasing Department 104 West Ave. E Midlothian, TX, 76065 Dear Cheryl Allison, 5000 Tuttle CroBsing Blvd. Dublin, 01-143010 6143MG(100 ATTACHMENT 2 www,boutidiroo.com Bound Tree Medical is pleased to offer the attached proposal for the City of Midlothian EMS Medical Supplies Bid. Please review the following proposal for Bound Tree's competitive bid pricing, We want to emphasize our continued commitment to you to provide the most complete offering of products and services, The proposal includes the following: 8 Proposal Information & Pricing 10 BTM Item Numbers & Descriptions • BTM Pharmaceutical Advantage/ VAWD Certification • BTM Price Increase Policy ■ Disaster Program Information • BTM University • References • Customer Service • Distribution Center Information • Return Policy • Warranty Information • Online Ordering Capabilities • Sample COI • W-9 We thank you again for the opportunity to provide all your EMS equipment and information needs. If you require additional information, our contact information is below, Greg Wolf, LIP AddleShough Account Manager Pricing Analyst, Bids & Contracts 817.658.4168 800.533,0523 x 5352 9MAQM(Pt—O�Ll I—CALPVsmu 6gt orL54QV_qtj@hound1ree.com DFW's Southern Star Cheryl Allison Purchasing Agent ADDENDUM #2, November 13, 2020 BID NO. 2020-28 1. ANNOUNCEMENT OF CHANGE TO BID OPENING DATE A. The bid opening has been extended to Friday, November 20, 2020 at 11:00 AM. No other exceptions to the bid opening have been made. 2. REMINDER AS STATED IN RFP A. All sealed bids shall be submitted including one marked original, one (1) duplicate on the original forms and one (1) electronic copy clearly marked with bid number and description. Bids sent via courier must be sealed in a separate envelope inside of the mailer. Bids cannot be received by email at this time. B. All inquiries about this bid or specifications must be made to Cheryl Allison, Purchasing Agent at cheryl.allison@,midlothian.tx.us prior to Monday, November 16, 2020 at 11:00 AM. ACKNOWLEDGING RECEIPT OF THIS ADDENDUM SHOULD BE SIGNED AND RETURNED WITH YOUR BID NAME AND ADDRESS OF COMPANY: AUTHORIZED REPRESENTATIVE Signature Name B7na-n--Muke Title_ President, Emergency Preparedness Tel. No. 800,533,0523 Cheryl Allison Purchasing Agent ,ADDENDUM #I, November 13, 2020 BID NO. 2020-28 1. ATTACHMENT A. Usage Spreadsheet B. Revised List of Items for RFP Spreadsheet 2. CLARIFICATION A. Will you consider price adjustments after the 1st 12 months with documentation, during this time many of the manufacturers we are working with will not guarantee two-year pricing, and in fact are now changing pricing within less than a year. It has just become almost impossible to predict, so checking if this could be a consideration during these uncertain times. These terms should be outlined on page 2 item #19 of the bid. B. Also, during this time everyone is working remotely. Your bid requires signatures of our VP, will you allow an electronic signature? Yes C. Do you anticipate extending the bid due date? Not at this time. D. Was this bid posted to the nationwide free bid notification website at www.mygovwatch.com/free? No E. Other than your own website, where was this bid posted? The Midlothian News Mirror F. Could the City provide estimated annual usage/quantities for the items being requested in the bid? Attached is our usage report. This information is based on usage for Midlothian only and does not include usage by additional Cities which might utilize the cooperative agreement. G. If there are bid terms and conditions Vendor may not be able to agree to, will the City allow Vendor to include clarifications or exceptions as part of its bid submission? Clarifications and/or exceptions can be included as part of bid submission. The City will take these exceptions into consideration when determining the Best Value for the City. H. If there are insurance requirements that Vendor may not be able to agree to, will the City consider exceptions to insurance terms and conditions? Insurance exceptions can be included as part of bid submission. The City will take these exceptions into consideration when determining the Best Value for the City. 1. Could you clarify the meaning of the last sentence in Section 7 on Page 8 (Conditions of Bidding, Escalation/De-Escalation)? "Any contract awarded with an escalation clause shall be subject to de-escalation in the event of cost reduction." Vendor requests for price adjustments will be evaluated based on cost increases and cost reductions in supplies that the vendor may have experienced. J. Can the City please provide vendors with the most recent bid tabulation for awarded pricing and Unit of Measure for the items in the current bid? The City of Midlothian has utilized another City's contract in the past and does not have a bid tabulation to provide. K. Bidder MUST give full firm name and address. Person signing bid should show TITLE or AUTHORITY TO BIND HIS FIRM IN A CONTRACT. Authorized signature should appear on each page of the bid, in the space provided. I only find one place for signature on P2, and didn't find any other provided space for signatures. For this RFP, P2 is the only required signature page. L. Stated in RFP- "REQUIREMENTS: Any variance in any item(s) must be specified clearly under the Exceptions to Bidder's Proposal by Bidder in order to have a valid bid. Any exceptions taken may be just cause for disqualification. All unit pricing shall be specified on the attached pricing sheets. Bidder shall indicate Grand Total pricing on Invitation to Bid for attached line items, if applicable." Again, this talks about Exceptions to Bidder's Proposal which is not available. Also, I didn't find Total or Unit pricing column on the excel sheet. Where are we supposed to input pricing? The List of Items Spreadsheet has been amended and is attached. The only changes to the Spreadsheet where to include the word Price above the "Each", "per Box", & "per Case" columns to indicate where the pricing should be listed. There was a column included on this Spreadsheet for Vendors Comments to be utilized for exceptions. An additional area has been added to the bottom for Exceptions should it be necessary. M. Stated in RFP- "Signature: This bid must be signed by a company representative authorized to bind the offer contractually." Does it have to be signed in wet, or electronic/scanned signature also works? Electronic/Scanned Signature is fine. N. Need manufacturer item numbers for the items below marked as No Substitutions Nebulizer, AeroEclipse II BAN, W/O ELBOW, breath actuated, SM volume, w/mouthpiece, tubing Nebulizer, AeroEclipse II BAN, with ELBOW, breath actuated, SM volume, w/mouthpiece, tubing The only information we have been given is 64594050 AeroEclipse Face Mask 58-65750 ea. 0. Need to know if the Ohmeda and DISS fittings are male or female, manufacturer part#. Also, this item is repeated, line 69 and 423. Quick Connect Coupler, Oxygen, Ohmeda x DISS Hex Nut Quick Connect Coupler, Oxygen, Ohmeda x DISS Hex Nut This is male and not subject to a particular brand. P. Line number 122: Curaplex Stop the Bleed, Basic Kit Vacuum Sealed. This item is an exclusive item with no substitutions allowed. Please remove this item from the bid. An alternative can be presented, but the requested Stop the Bleed kit is what is currently used in the city. This would maintain conformity. Q. Line number 123: Curaplex TOCS: Tactical Occlusive Chest Seal, 6 in x 6 in; 2/PK This item is an exclusive item with no substitutions allowed. Please remove this item from the bid. No Substitutions was a typo. It says to the side or equivalent on the main line. R. Line number 141: Israeli Emergency Bandage, Green 8in. This item has been discontinued by the manufacturer and no substitutions allowed. Please remove this item from the bid. This can be substituted with the 6in. S. Line number 194: Personal Wipes, FireWipes, for Soot Removal, 8 in x 12 in Textured, Disposable 12/bx. Can you supply the manufacturer name and part number? No part number available: Contact N for Fire Wipes at: (844) 947-3483 T. Line number 271: Multi -Function Defib Pads, Physio -Control Adult/Child or equivalent. Can you supply the manufacturer part number? It does not say it has to be physio -control brand pads 326 5000units. A different part number can be provided. U. Line number 272: Multi -Function Defib Pads, Physio -Control Pediatric/Infant or equivalent. Can you supply the manufacturer part number? It does not say it has to be physio -control brand pads 326 5000units. A different part number can be provided. V. Line number 326: Heparin pre -mixed 250 or 500cc bag. Need the strength (how many units of heparin)? 5000 units W. Line number 403: Certa Dose PALS Syringe Holder Kit 1/KT 4KT/BX. Can you supply the manufacturer part number? For Certi-Dose line 403 see below. Due to the nature of this product, orders must be made through; Concordance Healthcare Solutions Purchasing www.coneordancehealtheare.com Item: 278950 Call 800473-2332 to set up an account if you are not a current Concordance customer. Cardinal Health Purchasing www.orderexpress.cardinalhealth.com Item: 5513643 Call 800-926-3161 to set up an account if you are not a current Cardinal customer. Bound Tree Purchasing w-ww.boundtree.com Item: 0001-05 Email contactcustomerservicerqboundtree.com to set up an account if you are not a current Boundtree customer. McKesson Pharmaceutical www.connect.mckesson.com NDC # 71754-0001-05 Call 855-571-2100 to set up an account if you are not a current McKesson Pharmaceutical customer. X. Line number 432: Stop The Bleed Sticker Kit (10 Stickers/Kit). This item is an exclusive item. Please remove this item from the bid. Will not remove from the bid. An alternative can be presented. The Stop the Bleed goes with our city kits. ACKNOWLEDGING RECEIPT OF THIS ADDENDUM SHOULD BE SIGNED AND RETURNED WITH YOUR BID NAME AND ADDRESS OF COMPANY: AUTHORIZED REPRESENTA.TIVE Signature� Name Brian LaDuke Title President, Emergency Preparedness Tel. No. 800.533.0523 The City of Midlothian is now accepting sealed bids for Medical Supplies for the City of Midlothian Fire Department. Forms furnished by the City of Midlothian may be obtained without deposit by downloading from: City of Midlothian Website at www.midlothian.tx.us Purchasing Department All sealed bids shall be submitted including one marked original, one (1) duplicate on the original forms and one (1) electronic copy clearly marked with bid number and description. Bids sent via courier must be sealed in a separate envelope inside of the mailer. Bids cannot be received by email at this time. Bids will be received at the City of Midlothian, Purchasing Office, 104 W Avenue E, Midlothian, TX 76065 until 11:00 a.m. Wednesday, November 18, 2020. No late bids will be considered. The bids will be publicly opened after the closing on the said date. The City of Midlothian reserves the right to reject any and all proposals, to waive irregularities, and to accept the bid(s) deemed to provide the best value for the City. The City reserves the right to award the contract to a single contractor or to split the contract between contractors if it is deemed this will be the best value for the City. All inquiries about this bid or specifications must be made to Cheryl Allison, Purchasing Agent at I I so�) AJ LiIianjx s prior to Thursday, November 12, 2020 at 11:00 AM. PUBLISHED: 10-29-20 11-05-20 BID TITLE: EMS FIRE DEPT. MEDICAL SUPPLIES BID NUMBER: 2020-28 PRE -DID MEETING: N/A BID OPENING DATE: Wednesday, November 18, 2020 @ 11:00 AM LATE BIDS WILL NOT BE CONSIDERED. BIDDER AGREES TO COMPLY WITH ALL CONDITIONS BELOW, ATTACHED SPECIFICATIONS, AND NOTES, BIDDER HAS READ AND AGREES TO COMPLY WITH ALL TERMS AND CONDITIONS Or INVITATION TO BID, PURCHASES MADE FOR CITY USE ARE EXEMPT FROM THE STATE SALES TAX AND FEDERAL EXCISE TAX. DO NOT INCLUDE TAXES IN YOUR BID. BIDDER GUARANTEES PRODUCT OFFERED SHALL MEET OR EXCEED MINIMUM SPECIFICATION IDENTIFIED IN THIS INVITATION TO BID. Bidder Must Fill In & Sign Name of Firm, Company latind Tree 1101gal, LLC. Agent's Name Brian LaDuke Agent's Title President Emergency Preparedness Mailing Address 5000 LddC_Cr,0s5inr RIvd City State Zip Dublin dhio 43016 Telephone —800,533,11521, Fax No. 877.311.2437 Email address: submitbidsna boundtree.com AUTHORIZED SIGNATURE @ All participating cities will provide a list of authorized persons and authorized delivery destinations. The City of Midlothian is desirous of the following. Please specify if your firm can provide the following. YES NO (1) Ability to order from a template over the internet? _X (2) Secure on-line ordering? x (3) Vendors web site offers real-time indicators of product availability. x (4) Local sales representation within 100 miles? X (5) Sales representative has an EMS background, clinical experience, and familiarity with pre -hospital medicine? X (6) Sales representative is able to provide training for products offered? x (7) Sales representative must be available for routine visits? X (8) Ability to requisition to a central purchaser via internet? X (9) Ability to track product usage and cost for each requisitioning agency? X (10) Ability to ship to multiple delivery destinations? (11) Ability to deliver within 48 hours with no additional charges? (12) Ability to track up to 24 months of purchase history (monthly)? x (13) Can additional cities purchase "off' this contract? x (14) Ability to produce quarterly consumption reports? (15) Local warehouse (within 50 miles of Midlothian)? X (16) Ability to pick up ordered supplies at a regional warehouse? x ( 17) Multiple distribution centers through the country? X (18) Please include your RUSH Order policy in your bid. Included in response (19) Escalation/De-Escalation price consideration would be requested on a manufacturer basis only. Winning Vendor: Must provide one (1) yearly product review meeting. Meeting location and date will be decided upon between the City of Midlothian and the winning vendor. BID SHEETS FOUND FOLLOWING SCOPE OF WORK "By the signature hereon affixed, the bidder hereby certifies that neither the bidder nor the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, or institution has violated the antitrust laws of the State, codified in Section 15,01, et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor communicated directly or indirectly the bid made to any competitor or any other person engaged in such line of business." TERMS AND CONDITIONS 1. The City of Midlothian will accept scaled bids Monday through Friday, 8:00 a.m. — 5:00 p.m, Bids must be received before the specified hour and date of the opening. Bids will he publicly opened and read aloud. 2. All sealed bids should be submitted on the original forms provided with one (1) duplicate and one (1) electronic copy. No email copies will be accepted. Each bid must be scaled and should be placed in a properly identified envelope with bid number, time and date of bid opening. 3. Late bids will be UNOPENED. Late bids will not be considered under any circumstances. 4. Bids CANNOT be altered or amended after opening time. Any alterations made before opening time must be initialed by bidder or his authorized agent. No bid may be withdrawn after opening without approval, and based on a written acceptable reason. 5. The City of Midlothian reserves the right to revise or amend the specifications prior to date set for opening bids. Such revisions or amendments, if any, will be announced by amendments or addendum to these specifications. Copies of such amendments or addendum so issued will be furnished to all prospective bidders by City website, If bidder demonstrates just reason for a change, the City of Midlothian must have at least five working days' notice prior to bid opening date, 6. Should bidder find discrepancies in or omissions from the specifications or other documents or be in doubt as to their meaning, bidder should at once notify the Purchasing Department and obtain clarification prior to submitting a bid. 7. QUOTE F.O.B. destination. Price should include all costs including shipping, handling, and other related costs. Bid unit price on quantity specified — extend and show total. In case of errors in extension, UNIT prices shall govern. Bids subject to unlimited price increases will not be considered. 8. Bid offered shall be valid for ninety (90) days from opening date. 9. The City of Midlothian is exempt from taxes. DO NOT INCLUDE TAX iN BID. 10, The City of Midlothian reserves the right to terminate this contract for any reason by notifying the Contractor/Supplier in writing thirty (30) days prior to the termination of this agreement. 11. Bidder MUST give full firm name and address. Person signing bid should show TITLE or AUTHORITY TO BIND HIS FIRM iN A CONTRACT. Authorized signature should appear on each page of the bid, in the space provided. 12. Any catalog, brand name or manufacturer's reference used in bid invitation is descriptive — NOT restrictive — it is to indicate type and quality desired. Bids on brands of like nature and quality will be considered. If bidding on other than reference specifications, bidder must show manufacturer, brand or trade name, lot number, etc., of article offered. If other than brand(s) specified is offered, illustrations and complete description should be made part of the bid. If bidder takes no exceptions to specifications or reference data, he will be required to furnish brand names, numbers, etc., as specified. All items bid shall be new, in first class condition and manufacturer's latest model and design including containers suitable for shipment and storage, unless otherwise indicated in bid invitation. Verbal agreements to the contrary will not be recognized. 13. if the brochure or information included with your bid does not exactly describe the item to be furnished, then notes in the attached form, "EXCEPTIONS TO BIDDER'S PROPOSAL," must explain the difference. Comments in this form signify that your proposal takes exception to the stated specifications. Exceptions taken may be just cause to disqualify bid. 14. NO substitutions or cancellations permitted without written approval of the City of Midlothian. 15. All bidders must meet or exceed the minimum specifications to be considered as a valid bid. The City of Midlothian reserves the right to accept or reject all or any part of any bid, waive minor technicalities and award tine bid either to the lowest responsible bidder or to the bidder who provides goods or services at the best value for the City of Midlothian. The City reserves the right to select one contractor or to split by North and South regions to two contractors, 16. DELIVERY: Specifications indicate number of days required to place material in receiving department designated location under normal conditions. A difference in delivery promise may break a tie bid. Unrealistically short or long delivery promises may cause bid to be disregarded. Consistent failure to meet delivery promises without valid reason may cause removal from bid list. Delivery shall be made during normal working hours only, 8:00 a.m, to 5:00 p.m. unless prior approval for late delivery has been obtained. 17. Consistent and continued tie bidding could cause rejection of bids by the City of Midlothian and/or investigation for Anti -Trust violations. 18. Ifa bid contains proprietary information, the Bidder must declare such information as proprietary if Bidder does not want information to become public. 19. The Contractor/Supplier agrees to protect the City of Midlothian from claims involving infringement of patents or copyrights. 20. Purchase order number should be on original invoice and invoice sent to the City of Midlothian, 104 W Avenue E, Midlothian, TX 76065; Attn: Accounts Payable. 21. The City of Midlothian shall pay for the product/service within thirty (30) days of receipt and acceptance. Acceptance by the City of Midlothian shall constitute all items bid being received and in good working order to the City of Midlothian's satisfaction. EMS FIRE DEPT. MEDICAL SUPPLIES BID NUMBER: 2020-28 SPECIFICATIONS (NIINIMU SCOPE: The City of Midlothian seeks competitive bids for Medical Supplies for the City of Midlothian Fire Department. REQUIREMENTS: Any variance in any item(s) must be specified clearly under the Exceptions to Bidder's Proposal by Bidder in order to have a valid bid. Any exceptions taken may be just cause for disqualification. All unit pricing shall be specified on the attached pricing sheets. Bidder shall indicate Grand Total pricing on Invitation to Bid for attached line items, if applicable. GENERAL CONDITIONS: Sections must be filled out completely. The bid shall be awarded in whole or in part to the vendor(s) who provide(s) goods or services at the best value for the City. QUANTITIES: Proposed quantities are and may be subject to additions and/or deletions. The quantities listed in the bid schedule will be considered an approximate and will be used for the comparison of bids. The City of Midlothian reserves the right to increase or decrease quantities for any item dependent on available funding during the entire term of this contract. ACCEPTANCE AND NONCONFORMING STANDARDS: All deliveries shall be accepted subject to inspection, count, and/or testing. A waiver on one occasion does not constitute a waiver on future occasions. EVALUATION CRITERIA: Award of contract does not obligate the Buyer to order or accept more than Buyer's actual requirements during the period of this agreement, as determined by actual needs and availability of appropriated funds. Contract may be awarded to the bidder or bidders who provides goods or services at the best value for the City of Midlothian. The City of Midlothian reserves the right to accept or reject all or any part of any bid, waive minor technicalities and award the bid to best serve the interest of the City of Midlothian. AUDIT: Supplier shall provide the City of Midlothian a line item report of quantities and expenditures at any time during the term of this contract for materials, commodities, or services rendered as requested by the Purchasing Department. NON -FUNDING CLAUSE: The City of Midlothian's budget is funded on an October l" to September 30" fiscal year basis. Accordingly, the City of Midlothian reserves the right to terminate this contract by giving Bidder thirty (30) days written notice, without liability to the City, in the event that funding for this contract is discontinued or is no longer available. TERM OF CONTRACT AND OPTION TO EXTEND: The contract shall be for an initial term of two (2) years beginning upon City Council approval or the assigned effective date. Three (1), one-year renewal periods will be available if both parties agree to contract renewal. Contract rates can be adjusted upward or downward as outlined in the Escalation/De-Escalation Clause of the bid. CONTRACT TERMINATION: The City of Midlothian reserves the right to terminate this contract for any reason by notifying the contractor in writing thirty (30) days prior to the termination of this agreement. INSURANCE AND BONDS: The Contractor is responsible for meeting the following minimum limits of insurance and bond coverage, or as outlined in the Scope of Work: Contractor shall maintain, at his sole cost, at all times while performing work hereunder, the insurance and bond coverage set forth below with companies satisfactory to the Owner with full policy limits applying, but not less than stated. BIDDER SHALL INCLUDE CERTIFICATE OF INSURANCE WITH THE INVITATION TO BID, OR PRIOR TO AWARD OF BID. BIDDER OR BIDDER'S INSURANCE AGENT SHALL INCLUDE BID NUMBER AND DESCRIPTION OF BID ON THE CERTIFICATE OF INSURANCE. THE COMPANIES AFFORDING COVERAGE AND THE PRODUCER OF THE CERTIFICATE OF INSURANCE SHALL BE LICENSED WITH THE STATE BOARD OF INSURANCE TO DO BUSINESS IN THE STATE OF TEXAS, (a) Workman's Compensation Insurance as required by laws and regulations applicable to and covering employees of Contract engaged in the performance of the work under this agreement; (b) Employers Liability Insurance protecting contractor against common law liability, in the absence of statutory liability, for employee bodily injury arising out of the master -servant relationship with a limit of not less than $500,000. (b) Comprehensive General Liability Insurance including products/completed operation with limits of liability of not less than: Bodily Injury $1,000,000 per each person, $1,000,000 per each occurrence/aggregate; Property Damage $1,000,000 per each occurrence; (c) Excess Liability_ Insurance, Comprehensive general Liability, Comprehensive Automobile Liability and coverages afforded by the policies above, with the minimum limits of $1,000,000 excess of specified limits. INDEMNITY AGREEMENT: THE CONTRACTOR HEREBY AGREES TO AND SHALL INDEMNIFY, HOLD HARMLESS, AND DEFEND THE CITY, ITS OFFICERS, AGENTS AND EMPLOYEES FROM AND AGAINST ANY AND ALL CLAIMS, LOSSES, DAMAGES, DEMANDS, CAUSES OF ACTION, SUITS AND LIABILITY OF EVERY KIND, INCLUDING ALL EXPENSES OF LITIGATION, COURT COSTS AND ATTORNEYS' FEES, FOR INJURY TO OR DEATH OF ANY PERSON, FOR LOSS OF USE OR REVENUE, OR FOR DAMAGE TO ANY PROPERTY ARISING OUT OF OR IN CONNECTION WITH THE ACTUAL OR ALLEGED MALFUNCTION, DESIGN OR WORKMANSHIP IN THE MANUFACTURE OF EQUIPMENT, THE FULFILLMENT OF CONTRACT, OR THE BREACH OF ANY EXPRESS OR IMPLIED WARRANTIES UNDER THIS CONTRACT. SUCH INDEMNITY SHALL APPLY WHERE THE CLAIMS, LOSSES, DAMAGES, CAUSES OF ACTION, SUITS OR LIABILITY ARISE IN PART FROM (1) THE JOINT NEGLIGENCE OF THE CITY AND THE CONTRACTOR, AND/OR THEIR RESPECTIVE OFFICERS, AGENTS AND/OR EMPLOYEES OR (11) THE SOLE NEGLIGENCE OF THE CONTRACTOR, ITS OFFICERS, AGENTS AND EMPLOYEES. IT IS THE EXPRESSED INTENTION OF THE PARTIES HERETO, BOTH CONTRACTOR AND THE CITY, THAT THE INDEMNITY PROVIDED FOR IN THIS PARAGRAPH IS INDEMNITY BY CONTRACTOR TO INDEMNIFY AND PROTECT THE CITY FROM THE CONSEQUENCE OF (I) THE CITY'S OWN NEGLIGENCE WHERE THAT NEGLIGENCE IS A CONCURRING CAUSE WITH THAT OF THE CONTRACTOR OF THE INJURY, DEATH OR DAMAGE AND/OR (II) THE CONTRACTOR'S OWN NEGLIGENCE WHERE THAT NEGLIGENCE IS THE SOLE CAUSE OF THE INJURY, DEATH, OR DAMAGE. FURTHERMORE, THE INDEMNITY PROVIDED FOR IN THIS PARAGRAPH SHALL HAVE NO APPLICATION TO ANY CLAIM, LOSS, DAMAGE, CAUSE OF ACTION, SUIT AND LIABILITY WHERE IN INJURY, DEATH OR DAMAGE RESULTS FROM THE SOLE NEGLIGENCE OF THE CITY UNMIXED WITH THE FAULT OF ANY OTHER PERSON OR ENTITY. IN THE EVENT ANY ACTION OR PROCEEDING IS BROUGHT AGAINST THE CITY BY REASON OF ANY OF THE ABOVE, THE CONTRACTOR AGREES AND COVENANTS TO DEFEND THE ACTION OR PROCEEDING BY COUNSEL ACCEPTABLE TO THE CITY. THE INDEMNITY PROVIDED FOR HEREIN SHALL SURVIVE THE TERMINATION OR EXPIRATION OF THIS AGREEMENT. (REVISED 9-15- 04) COMPLIANCE WITH LAWS: Bidder shall comply with all Federal and State laws and City Ordinances and Codes applicable to the Bidder's operation under this contract. These Specifications and the contract resulting here from shall be fully governed by the laws of the State of Texas, and shall be fully performable in Ellis County, Texas, where venue for any proceeding arising hereunder will lie. SILENCE OF SPECIFICATIONS: The apparent silence of specifications as to any detail, or the apparent omission from it of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practice is to prevail and that only material and workmanship of the finest quality shall be used. All interpretations of specifications shall be made on the basis of this statement. ETHICS ACKNOWLEDGEMENT Any vendor or contractor entering into this contract or agreement with the City of Midlothian, Texas expressly acknowledges that it has familiarized itself with the provisions of Section 2-34(i) of the Code of Ordinances of the City of Midlothian which provides, among other things, that if within two years after the commencement of this contract or agreement the vendor or contractor hires a city official, former city official, appointed city officer, former appointed city officer, appointed city executive employee, or farmer appointed city executive employee or a city employee who, while acting in such capacity, had substantial and personal involvement with the negotiation of this contract or agreement, then this contract or agreement shall, at the option of the City Manager, be cancelled and/or the vendor or contractor shall be barred from additional contracting with the City of Midlothian for a period of three years. ASSIGNMENT: The successful bidder may not assign, sell or otherwise transfer this contract without prior written consent of the City Council of the City of Midlothian. SEVERABILITY: If any section, subsection, paragraph, sentence, clause, phrase or word of these requirements or specifications shall be held invalid, such holding shall not affect the remaining portions of these requirements and the specifications and it is hereby declared that such remaining portions would have been included in these requirements and the specifications as though the invalid portion had been omitted. CERTIFICATE OF INTERESTED PARTIES:1 In 2015, the Texas Legislature adopted House Bill 1295, which added section 2252.908 of the Government Code and applies to all contracts entered into on or after January 1, 2016. The law states that a governmental entity may not enter into certain contracts with a business entity unless the business entity submits a disclosure of interested parties to the governmental entity at the time the business entity submits the signed contract to the governmental entity. The law applies to all contracts/purchases of a governmental entity that require an action or vote by the governing body of the entity. With regards to City of Midlothian purchases, a vendor that is awarded a contract or purchase that is greater than $50,000 is required to electronically create a Form 1295 through the Texas Ethics Commission website info.-forn,0295.1itm) and submit a signed and notarized copy of the forth to the City. A contract, including City -issued purchase order, will not be enforceable or legally binding until the City receives and acknowledges receipt of the properly completed Form 1295 from the awarded vendor. RIGHT OF ASSURANCE: Whenever one (1) party to this contract in good faith has reason to question the other party's intent to perform, he may demand that the other party give a written assurance of this intent to perform. In the event that demand is made and no assurance is given within five (5) days, the demanding party may treat this failure as an anticipatory repudiation of this contract. DID DELIVERY: The City of Midlothian Purchasing Department shall accept sealed bids Monday through Friday, 8:00 a.m. - 5:00 p.m. Bids must be received by the Purchasing Department before the specified hour and date of the opening. Each bid must be sealed and should be placed in a properly identified envelope with bid number, time and date of bid opening. EMS FIRE DEPARTMENT MEDICAL SUPPLIES BID 2020-25 SPECIFICATIONS INTENT It is the intention of these specifications that the successful vendor shall furnish the City of Midlothian, Texas, with medical supplies covered by the Bid Specification which the City may require during the period of time specified. The products included in this bid represent many of the products ordered most frequently by the City and are listed for bid evaluation purposes only. Actual usage and quantities will vary and ordering will be based on actual requirements. The City of Midlothian has interlocal agreements with other cities for the purchase of supplies and it is believed that these cities will wish to join and have expressed such interest. MEDICAL SUPPLIES REQUIREMENTS/EXPECTATIONS The items included on the medical supplies' requirement sheet represent many of the products ordered most frequently by the City and are listed for bid evaluation purposes. The City also desires to purchase from the successful bidder other medical supplies not listed on the requirement sheet. Bid award may be made in whole or part as deemed most advantageous to the City of Midlothian. The contract awarded to the successful bidder shall be for a period of (2) years. The City of Midlothian reserves the right to renew this contract for (3) additional one-year periods under the same terms, condition and should the City so desire and the current vendor agree. At the end of the two-year obligation, if the City and successful vendor wish to renew, the vendor shall submit a letter addressed to, City of Midlothian, Purchasing, 104 W. Ave E, Midlothian TX 76065, A). 75 days in advance of contract termination a bona -fide manufacturer's documents directed to the City of Midlothian Purchasing Agent, of price listing (itemized) reflecting the anticipated changes (both increases and decreases) in prices, if any. Increase for the extension shall be limited to the actual cost increases to the current vendor and must be the guidelines outlined in the contract. Product acceptability will be at the sole discretion of the City of Midlothian. Any product delivered which does not meet the City's specifications, or otherwise found to be defective, will be returned at the vendor's expense for replacement or credit. All products shall be of condition and quality "TO MEET ACCEPTABLE STANDARDS OF CARE". Any reference to requirements in the specifications that are brand or process specific is purely for the establishment of intended quality expectations and is not to be considered a disqualifying standard. The successful bidder shall make delivery of ordered supplies within 48 hours of the time the order is placed. Delivery must be made during normal working hours, Monday through Friday, 8:00 a.m, to 5 p.m. F.O.B. Destination: City of Midlothian has specified delivery locations. All unit and extensions shall include freight and other delivery charges. No med shall be shipped with an expiration date that is less than one year from the month the med was shipped. There are no minimum purchase amounts for an order and no service charges/delivery will be applied. Failure to deliver as required will result in the purchase of said order from the next highest bidder. Delivery tickets must accompany each delivery. Invoices must be legibly prepared showing the full description and price of items(s) delivered. EMS FIRE DEPARTMENT MEDICAL SUPPLIES BID 2020-28 CONDTIONS OF BIDDING (Full compliance with the following conditions is necessary for consideration of this bid) 1. Signature: This bid must be signed by a company representative authorized to bind the offer contractually. 2. Unit Prices and Extensions: If there is a difference between unit price and their extension, the unit price will govern. 3. Freight and Other Delivery Charges: All bids will be F.O.B. delivery address, freight prepaid. Charges will not be added after the bid is opened. The City of Midlothian assumes no liability for goods delivered in damaged or unacceptable condition, The successful bidder shall handle all claims with carriers, and in case of damaged goods, shall ship replacement goods immediately upon notification by the City of damage. 4. Acceptance: The materials and/or services delivered under this bid/quote shall remain the property of the seller until a physical inspection and actual usage of these materials and/or services supplied to the City are found to be defective or do not conform to specifications, the City reserves the right to cancel the order upon written notice to the seller and return such product to the seller at the seller's expense. 5. Discount: Show rate, total amount, and latest day any discount will be allowed after receipt of article and correct invoice (per conditions of contract). 6. Pam: net 30 days from acceptance of goods/services, receipt of original vendor invoice, and/or all other required documents required in the detailed specification of this bid/quote. 7. Escalation/De-Escalation. The bid will be awarded with escalation/de-escalation pricing, in which the vendor is required to give a 30 -day written notice before price increases. Requested increases must be a factor beyond the control of the bidder. The increase shall not exceed the percentage increase passed on by the manufacturer, and proof of need for increase must be documented by manufacture's letter and forwarded to the Purchasing Agent. Any increase must be approved by the using department and the Purchasing Division before acceptance. Price adjustments scheduled and allowed as agreed upon in RFP only. Any contract awarded with az escalation clause shall be subject 10 de-escalation in the event of cost reduction. 8. Federal or State Taxes: The city is exempt from taxes by Federal Excise Registration 4A-312726 and State Permit #75-6000-609. 9. Guarantees and Warranties: Must be attached to the bid and may be considered in awarding the bid. Seller shall guarantee and warrant that the equipment or product offered will meet or exceed specification identified in the bid invitation and are suitable for and will perform in accordance with their intended purpose. The seller shall, upon request, replace any equipment or product proved to be defective and make any and all adjustments necessary without any expense to the City. If at any time, the equipment or product cannot satisfactorily meet the requirements of the specification, the Seller shall upon written request from the City, promptly remove such equipment or product without further expense to the City at the City's request, the Vendor will provide evidence sufficient to demonstrate such equipment or product meets the foregoing. 10. Delivery or Contract Completion Time: Must be shown, as the date may, where time is of the essence, determines the contract award. Failure to state delivery time may cause bid to be rejected. Successful bidder shall notify the Purchasing Department immediately if delivery schedule cannot be met. If delay is foreseen, successful bidder shall give written notice to the Purchasing Agent and EMS Chief. The City of Midlothian has the right to extend delivery time if reason appears valid. In the event delivery is not made within the stated time period (without acceptable reason for delay and written consent from the City, the City reserves the right to place the order with the next available vendor and the successful bidder shall be liable for any increase in price as liquidated damages, if being agreed that said sum is a fair and reasonable estimate of actual damages the City will incur. Bidder will not be held liable for failure to make delivery because of strikes, conscriptions of property, governmental regulations, acts of God, or any other causes beyond its control; provided and extension of time is obtained from the Purchasing Department or EMS Chief. It. Bid Closing &y Bid Preparation: Sealed bids received after the bid opening date and time will not be considered. It will be the SOLE RESPONSIBILITY of bidders to ensure bids are in the possession of the City of Midlothian Purchasing Department by the appointed date and time. The City will not be responsible for bids which are mismarked, delivered to the wrong place, or delayed in delivery. Electronic and Facsimile transmitted bids will not be accepted in the bid process. Each bid must be submitted in a sealed envelope bearing on the outside the name of the Bidder, his address, the name of the bid title, and bid number if any. If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed as specified in the bid form and as above. 12. Item Bid: Each bidder shall describe (per specification requirements) each item bid as to Manufacture, Brand Name, Model, etc. Items shall be NEW unless stated otherwise in the City's specification. Any reference to model and/or make/manufacture used in bid specification is descriptive, not restrictive. It is used to indicate the type and quality desired. Bids on like quality will be considered. 13. Samples: Samples of items, when required, must be furnished free, and, if not called for within 30 days from date of bid opening, will be disposed of by the City. 14. Alternates: Must clearly state "ALTERNATE: and shown on the bid form with complete information attached. Alternate bids may or may not be considered in the bid process in the sole discretion of the City of Midlothian. 15. Exception/Substitutions: All bids meeting the intent of this invitation to bid will be considered for award. Bidders taking exception to the specifications, or offering considered for award. Bidders taking exception to the specification, or offering substitutions, shall state exceptions in the section provided or by attachment as part of the bid. The absence of such a list shall indicate that the bidder has not taken exceptions and City shall hold the bidder responsible to perform in strict accordance with the specification of the invitation. 16. Pharmaceutical Requirements: a) Vendor must be licensed with the Drug Enforcement Administration to sell and distribute Schedule 11, Schedule III, and Schedule IV controlled substances. b) Vendor must be able to provide the Drug Enforcement Administration's electronic Controlled Substances ordering System (CSOS). C) Vendor must be in, and remain in compliance with the Drug Supply Chain Security Act and the Prescription Drug Marketing Act. Vendor must provide transaction reports with each shipment of pharmaceuticals. 17. Ambiguity in Bids: Any ambiguity in any bid as the result of omission, error, lack of clarity, or non-compliance by the bidder with specification, instruction, and all -condition of bidding shall be construed in the light most favorable to the City. 18. Chan -es of Additions: No Changes or additions will be allowed after bid opening. Changes or addition submitted prior to bid opening must be in accordance with paragraph 1 I above. 19. Funding: Funds for payment have been provided through the requesting entity. The State of Texas statues prohibit the obligation and expenditure of public funds beyond the fiscal year for which a budget has been approved. 20. Trade Secrets Confidential information and the Texas Public Information Act: If you consider any portion of your bid to be privileged or confidential by statue or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. The City of Midlothian will honor your notation of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your bid that you have marked as privileged or confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged or confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. Marking your entire bid CONFIDENTIAL/PROPRIETARY will not necessarily make it, or any part thereof, exempt from the public disclosure requirement of the Texas Public Information Act. 21. HUBS: The City of Midlothian hereby notifies all bidders that in regard to any contract entered into pursuant to the invitation to Bid: Historically Underutilized Businesses (HUB'S) will be afforded equal opportunities to submit bids and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration of an award. HUB(s) are defined as certified businesses that are at least 51% owned, operated, and controlled by qualifying groups which include: Asian Pacific Americans, Black -Americans, Hispanic Americans, Native Americans, and women. 22. Any contract made, or purchase order issued, as a result of this invitation to Bid, shall be governed under the laws of the State of Texas with performance and venue to be in Ellis County, Texas. In connection with the performance of work, the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all other applicable Federal, State, And Local laws, regulation, and executive orders to the extent that the same may be applicable. 23. Minimum Standards for Responsible Prospective Bidders: A prospective bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the following requirements: a) Have adequate financial resources required, or the ability to obtain such resources as required; b) Be able to comply with the required or proposed delivery schedule; C) Have a satisfactory record of performance; d) Have a satisfactory record of integrity and ethics; e) Be otherwise qualified and eligible to receive an award. 24. Bidders may request withdrawal of a sealed proposal prior to the bid opening time provided the request for withdrawal is submitted to the City Purchasing Agent in writing. 25. Changes in Specifications or Interpretations: If it becomes necessary for the City to revise any part of this bid, a written addendum will be provided to all bidders. The City is not bound by and all bidders shall not rely upon any oral representations, clarifications, or changed made in the provided written specifications by City employees, unless such clarification or change is provided to bidders in written addendum form from the City Purchasing Agent. 26. Collusion: Any evidence of agreement or collusion among bidders and prospective bidders acting to restrain freedom of competition by agreement to bid a fixed price, or otherwise, will render the bids of such bidders' void. 27. All pages of this document packet, taken together comprise the Bid. Omission of or failure to complete or return any portion of the required document, at the time of bid opening, may be cause to reject he entire bid. 28. The City of Midlothian, as a governmental agency of the State of Texas, may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lowest bid submitted by a responsible resident bidder by an amount that is not less than the bidder to obtain a comparable contract in the state in which the nonresident principal place of business is located. (Government Code, section 2242.002) Bidder shall make answer to the following questions by encircling the appropriate response or completing the blank provided. 1.) Is your principle place of business in the State of Texas? YES NO x 2,) If the answer to question (1) is "yes", no further information is necessary; if "no" please indicate: a.) In which state is your principle place of business located? Ohio b.) Does that state favor resident bidders (bidders in your state) by some dollar increment or percentage? YES NO x C.) If yes, what is that dollar increment or percentage? The State Purchasing and General Services Commission defines Principal Place of Business as follows: Principle Place of Business means, for any type of business entity recognized in the State of Texas, that the business entity; Has at least one permanent office located within the State of Texas, from which business activities other than submitting bids to governmental agencies are conducted and from which the bid is submitted, and has at least one employee who works in the Texas office. 29. Award: Unless stipulated in these bid specifications, the contract will be awarded to the lowest responsible bidder or to the bidder who provides the goods or services specified herein at the best value for the City. 30. Preference: Will be given to the vendor who is able to provide the most supplies/materials, at the most economical price. 31. Split Award: The City of Midlothian reserves the right to award a separate contract to separate vendors for each item/group or to award one contract for the entire bid. The vendor who is able to provide a large majority of items will be looked upon favorably. 32, No Prohibited Interest: Bidder acknowledges and represent that they are aware of the laws, City Charter, and City Code of Conduct regarding conflicts of interest. The City Charter states that "No officer or employee of the City shall have a financial interest, direct or indirect, in any contract with the City, to the extent prohibited by state law, or shall be financially interested, directly or indirectly, in the sale to the City of any land, materials, supplies, or service, where such financial interest is prohibited by state law. 33. Cooperative Purchasing: The City of Midlothian actively participates in cooperative purchasing opportunities. If it is determined to be in the best interest, the City reserves the right to reject any and all bids and purchase the services and/or goods through cooperative means. 34. Inter -Local Agreement: Successful bidder agrees to extend prices to all entities that have entered into or will enter into joint purchasing interlocal cooperation agreements with cooperative purchasing agreements with the City of Midlothian. The City of Midlothian is a participating member of several interlocal cooperative purchasing agreements. As such, the City of Midlothian has executed interlocal agreements, as permitted under Chapter 791 of the Texas Government Code, with certain other political subdivision, authorizing participation in a cooperative purchasing program. The successful vendor may be asked to provide products/services based on the bid price to any other participant. The city of Midlothian shall not be held responsible for any orders placed, deliveries made, or payment for materials ordered by these entities. 35. Termination for Default: The City of Midlothian reserves the right to 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 of this contract. The City reserves the right to terminate the contract immediately in the event the successful bidder fails to: a) Meet delivery schedules b) Perform in accordance with these specifications and/or C) Transfers, assigns or conveys any or all of its obligations or duties to another. d) Breach of contract or default authorizes the City to, among other things, award to another bidder, or purchases elsewhere. e) THE CITY OF MIDLOTHIAN RESERVES THE RIGHT TO ACCEPT OR REJECT IN PART OR IN WHOLE ANY BID SUBMITTED, AND TO WAIVE ANY TECHNICALITIES DEEMED TO BE IN THE BEST INTEREST OF THE CITY. THE UNDERSIGNED HERBY CERTIFIES THAT HE/SHE UNDERSTANDS THE SPECIFICATIONS, HAS READ THE DOUCMENT IN ITS ENTIRETY AND THAT THE BID PRICES CONTAINED IN THE BID HAVE BEEN CAREFULLY REVIEWED AND ARE SUBMITTED AS CORRECT AND FINAL. BIDDER FURTHER CERTIFIES AND AGREES TO FURNISH ANY OR ALL PRODUCT/SERVICES UPON WHICH PRICES ARE EXTENDED AT THE PRICE OFFERED, AND UPON CONDITIONS CONTAINED IN THE SPECIFICATIONS FO THE INVITATION FOR BID. Bidders who are able to provide the following services will be looked favorably upon. I . Vendor is able to provide and support a web -based inventory management system (Operative IQ) preferred to assist in the management of supplies and assets at an agreed upon cost. Vendor shall provide all licensing, on- site technical support, inclusive of training, in -servicing, report writing, refresher courses, and delivery training, to any and all personnel deemed necessary to ensure that the inventory management system is completed upon being awarded the bid. Vendor shall assist, in an on-going basis, with entering all equipment and supply data, report writing, and creating of checklists into the system for maximum functionality. Yes x No - 2. Is vendor an authorized distributor of controlled access pharmaceutical dispensers and lockers (UCaplt) manufactured by the U -Select -It -Corporation or a comparable device? Yes x No 3. Vendor offers in-house kitting facilities, and is able to offer both standardized, and custom kitting solutions? Yes x No 4. Is vendor able to provide high-quality, lower-cost, private label product alternatives? Yes x No 5. During an emergency (natural or man-made) situation, is the vendor able to provide a comprehensive disaster response program, and are you able to supply requested merchandise within a thirty-six (36) hour time frame, twenty-four (24) hours a day, seven (7) days a week? Yes x No Provide a copy of this program if available. REFERENCES Each Offeror is to provide a mininnmm of three (3) verifiable references in which the offeror has sold, maintained or provided this or similar product or service. Company Name: — Medstar Ambulance Address: 2900 Alta Mere Drive, Fort Worth, Texas 76116 Contact Person: Shaun Curtis, Logistics Manager Telephone: ( 817 ) 923-3700 Email: scurtis(a7medstar911.org Product Purchased by Reference: Supplies and ,pharmaceuticals Company Name: City of Columbus Fire Department Address: 2028 Williams Road, Columbus, Ohio 43207 Contact Person: Rick Meadows Telephone: ( 614 ) 221-3132 Email: Product Purchased by Reference: Supplies and pharmaceuticals Company Name: New Orleans EMS Address: 1300 Perdido Street, Ste 4W07, New Orleans, LA 70112 Contact Person: Carl Flores, Director of Logistics Telephone: ( 504 ) 658-1552 Email: cflores@cityofno.com cityofno.com Product Purchased by Reference: Supplies and pharmaceuticals SUPPLIER INFORMATION FORINT COMPANY'S FULL BUSINESS NAME: Bound Tree Medical LLC PHN'SICAL ADDRESS: 5000 Tuttle Crossing Blvd Dublin, Ohio 43016 PHONEY: 800.533.0523 FAX #: 877.311.2437 CONTACT PERSON: Greg Wolf Account Manager PHONE #: 817.658.4168 REMITTANCE ADDRESS: $ and Tree Medical. LL 23537 Network Place Chicago, IL 60673-1235 1-800-533-0523 PHONE #: 800,533,0523 FAX #: 877,311,2437 CONTACT PERSON: PHONE #: PAYMENT TERMS DISCOUNT: 0 Net / 30 C011PANY TAX IDH: 31-1739487 NOVEMBER 20, 2020 CITY OF MIDLOTHIAN RE: BID #2020-28— EMS FIRE DEPT MEDICAL SUPPLIES ATTACHMENT 3 Life -Assist is pleased to present our proposal to the [hx of Midlothian in response to Bid Number: 2020-28 EMS Fine Dept. Medical Supplies. Please review the following proposal for Life -Assists competitive bid pricing. We want to emphasize our commitment to the City of Midlothian to provide the most complete offering ofproducts and services. Additionailly, weoffer a2% cred[tfmramy inter-11ocal department �,,)urchases on the City of Midllothian contract. The proposal includes the following: ° Hid Specifications&Signed Documents v Proposal Pricing Sheet: 2020-28 List of Supplies * Life -Assist Experience & Expertise oAbout Life -Assist o Dedicated Midlothian Support Tearn m Business Reviews o Customer Experience Information cm Ordering Information, Delivery & Distribution, RUSH Orders, Disaster Support Program, * Added Value Offering o 2% credit on Inter -Local Purchases o Additional Discount off Catalog/Web Pricing • TempusALS, BID 10 Power Drill, Lifeline ARM v Inventory Management Solutions * Alternate Item Documentation We thank you for allowing Life -Assist the opportunity to provide all your EMS uuppk^ needy. If You require additional information, our contact information is below. GERAL0RAWREZ BRETT ARCHER CHEMSE AKERS Account Manager Director ofSales Contracts Manager 682.4653710 816.830.9334 800.824.6016 !!` u� Idlothlan i'I it IVul It+p BIDTITLE: EMS FIRE DEPT. MEDICAL SUPPLIES BID NUMBER: 2020-28 PRE-BID MEETING: N/A BID OPENING DATE: Wednesday, November 18, 2020 @ 11:00 AM LATE BIDS WILL NOT BE CONSIDERED. BIDDER AGREES TO COMPLY WITH ALL CONDITIONS BELOW, ATTACHED SPECIFICATIONS, AND NOTES. BIDDER HAS READ AND AGREES TO COMPLY WITH ALL TERMS AND CONDITIONS OF INVITATION TO BID. PURCHASES MADE FOR CITY USE ARE EXEMPT FROM THE STATE SALES TAX AND FEDERAL EXCISE TAX. DO NOT INCLUDE TAXES IN YOUR BID. BIDDER GUARANTEES PRODUCT OFFERED SHALL MEET OR EXCEED MINIMUM SPECIFICATION IDENTIFIED IN THIS INVITATION 'I'O BID. Bidder Must Fill In & Sign Name of Firm, Company Chris Nelson Agent's Name Contracts Assistant Manager Agent's Title 11277 Sunrise Park Drive Mailing Address Rancho Cordova CA. 95742 City State Zip 800-824-6016 Telephone 800-290-9794 Fax No. 800-290-9794 Email address: guotes(@,,life-allssist.com ,, AUTHORIZED SIGNATURE e All participating cities will provide a list of authorized persons and authorized delivery destinations. The City of Midlothian is desirous of the following. Please specify if your firm can provide the following. YES NO (1) Ability to order from a template over the internet? X (2) Secure on-line ordering? X (3) Vendors web site offers real-time indicators of product availability. X (4) Local sales representation within '100 miles? X (5) Sales representative has an EMS background, clinical experience, and familiarity with pre -hospital medicine? X (6) Sales representative is able to provide training for products offered? X (7) Sales representative must be available for routine visits? X (8) Ability to requisition to a central purchaser via internet? X (9) Ability to track product usage and cost for each requisitioning agency? X (10) Ability to ship to multiple delivery destinations? X (11) Ability to deliver within 48 hours with no additional charges? X (12) Ability to track up to 24 months of purchase history (monthly)? X (13) Can additional cities purchase "off' this contract? X (14) Ability to produce quarterly consumption reports? X _ (15) Local warehouse (within 50 miles of Midlothian)? X ('16) Ability to pick up ordered supplies at a regional warehouse? X (17) Multiple distribution centers through the country? X (18) Please include your RUSH Order policy in your bid. _See Tab 3 (19) Escalation/De-Escalation price consideration would be requested on a_See Tab 3 basis only. Winning Vendor : Must provide one (l) yearly product review meeting. Meeting location and date will be decided upon. between the City of Midlothian and the winning vendor. BID SHEETS FOUND FOLLOWING SCOPE OF WORK "By the signature hereon affixed, the bidder hereby certifies that neither the bidder nor the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, or institution has violated the antitrust laws of the State, codified in Section 15.01, et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor communicated directly or indirectly the bid made to any competitor or any other person engaged in such line of business." TERMS AND CONDITIONS 1. The City of Midlothian will accept sealed bids Monday through Friday, 8:00 a.m. — 5:00 p.m. Bids mist be received before the specified hour and date of the opening. Bids will be publiely opened and read aloud. 2. All scaled bids should be submitted on the original forms provided with one (1) duplicate and one (1) electronic copy. No email copies will be accepted. Each bid mist be sealed and should be placed in a properly identified envelope with bid number, time and date of bid opening. 3. Late bids will be UNOPENED. Late bids will not be considered under any circumstances. 4. Bids CANNOT be altered or amended after opening time. Any alterations made before opening time must be initialed by bidder or his authorized agent. No bid may be withdrawn after opening without approval, and based on a written acceptable reason. 5. The City of Midlothian reserves the right to revise or amend the specifications prior to date set for opening bids. Such revisions or amendments, if any, will be announced by amendments or addendum to these specifications. Copies of such amendments or addendum so issued will be furnished to all prospective bidders by City website. If bidder demonstrates just reason for a change, the City of Midlothian must have at least five working days' notice prior to bid opening date. 6. Should bidder find discrepancies in or omissions from the specifications or other documents or be in doubt as to their meaning, bidder should at once notify the Purchasing Department and obtain clarification prior to submitting a bid. 7. QUOTE F.O.B. destination. Price should include all costs including shipping, handling, and other related costs. Bid unit price on quantity specified — extend and show total. In case of errors in extension, UNIT prices shall govern. Bids subject to unlimited price increases will not be considered. 8. Bid offered shall be valid for ninety (90) days from opening date. 9. The City of Midlothian is exempt from taxes. DO NOT INCLUDE TAX IN BID. 10. The City of Midlothian reserves the right to terminate this contract for any reason by notifying the Contractor/Supplier in writing thirty (30) days prior to the termination of this agreement. 11. Bidder MUST give full firm name and address. Person signing bid should show TITLE or AUTHORITY TO BIND HIS FIRM IN A CONTRACT. Authorized signature should appear on each page of the bid, in the space provided. 12. Any catalog, brand name or manufacturer's reference used in bid invitation is descriptive — NOT restrictive — it is to indicate type and quality desired. Bids on brands of like nature and quality will be considered. If bidding on other than reference specifications, bidder must show manufacturer, brand or trade name, lot number, etc., of article offered. If other than brand(s) specified is offered, illustrations and complete description should be made part of the bid. If bidder takes no exceptions to specifications or reference data, he will be required to furnish brand names, numbers, etc., as specified. All items bid shall be new, in first class condition and manufacturer's latest model and design including containers suitable for shipment and storage, unless otherwise indicated in bid invitation. Verbal agreements to the contrary will not be recognized. 13. If the brochure or information included with your bid does not exactly describe the item to be furnished, then notes in the attached form, "EXCEPTIONS TO BIDDER'S PROPOSAL," must explain the difference. Comments in this form signify that your proposal takes exception to the stated specifications. Exceptions taken may be just cause to disqualify bid. 14. NO substitutions or cancellations permitted without written approval of the City of Midlothian. 15. All bidders most meet or exceed the minimum specifications to be considered as a valid bid. The City of Midlothian reserves the right to accept or reject all or any part of any bid, waive minor technicalities and award the bid either to the lowest responsible bidder or to the bidder who provides goods or services at the best value for the City of Midlothian. The City reserves the right to select one contractor or to split by North and South regions to two contractors. 16. DELIVERY: Specifications indicate number of days required to place material in receiving department designated location under normal conditions. A difference in delivery promise may break a tie bid. Unrealistically short or long delivery promises may cause bid to be disregarded. Consistent failure to meet delivery promises without valid reason may cause removal from bid list. Delivery shall be made during normal working hours only, 8:00 a.m. to 5:00 p.m. unless prior approval for late delivery has been obtained. 17. Consistent and continued tie bidding could cause rejection of bids by the City of Midlothian and/or investigation for Anti -Trust violations. 18. If a bid contains proprietary information, the Bidder must declare such information as proprietary if Bidder does not want information to become public. 19. The Contractor/Supplier agrees to protect the City of Midlothian from claims involving infringement of patents or copyrights. 20. Purchase order number should be on original invoice and invoice sent to the City of Midlothian, 104 W Avenue E, Midlothian, TX 76065; Attn: Accounts Payable. 21. The City of Midlothian shall pay for the product/service within thirty (30) days of receipt and acceptance. Acceptance by the City of Midlothian shall constitute all items bid being received and in good working order to the City of Midlothian's satisfaction. EMS FIRE DEPT. MEDICAL SUPPLIES BID NUMBER: 2020-28 SPECIFICATIONS (MINIMU SCOPE: The City of Midlothian seeks competitive bids for Medical Supplies for the City of Midlothian Fire Department. REQUIREMENTS: Any variance in any item(s) must be specified clearly under the Exceptions to Bidder's Proposal by Bidder in order to have a valid bid. Any exceptions taken may be just cause for disqualification. All unit pricing shall be specified on the attached pricing sheets. Bidder shall indicate Grand Total pricing on Invitation to Bid for attached line items, if applicable. GENERAL CONDITIONS: Sections must be filled out completely. The bid shall be awarded in whole or in part to the vendor(s) who provide(s) goods or services at the best value for the City. QUANTITIES: Proposed quantities are and may be subject to additions and/or deletions. The quantities listed in the bid schedule will be considered an approximate and will be used for the comparison of bids. The City of Midlothian reserves the right to increase or decrease quantities for any item dependent on available funding during the entire term of this contract. ACCEPTANCE AND NONCONFORMING STANDARDS: All deliveries shall be accepted subject to inspection, count, and/or testing. A waiver on one occasion does not constitute a waiver on future occasions. EVALUATION CRITERIA: Award of contract does not obligate the Buyer to order or accept more than Buyer's actual requirements during the period of this agreement, as determined by actual needs and availability of appropriated funds. Contract may be awarded to the bidder or bidders who provides goods or services at the best value for the City of Midlothian. The City of Midlothian reserves the right to accept or reject all or any part of any bid, waive minor technicalities and award the bid to best serve the interest of the City of Midlothian. AUDIT: Supplier shall provide the City of Midlothian a line item report of quantities and expenditures at any time during the term of this contract for materials, commodities, or services rendered as requested by the Purchasing Department. NON -FUNDING CLAUSE: The City of Midlothian's budget is funded on an October I" to September 30`'' fiscal year basis. Accordingly, the City of Midlothian reserves the right to terminate this contract by giving Bidder thirty (30) days written notice, without liability to the City, in the event that funding for this contract is discontinued or is no longer available. TERM OF CONTRACT AND OPTION TO EXTEND: The contract shall be for an initial term of two (2) years beginning upon City Council approval or the assigned effective date. Three (1), one-year renewal periods will be available if both parties agree to contract renewal. Contract rates can be adjusted upward or downward as outlined in the Escalation/De-Escalation Clause of the bid. CONTRACT TERMINATION: The City of Midlothian reserves the right to terminate this contract for any reason by notifying the contractor in writing thirty (30) days prior to the termination of this agreement. INSURANCE AND BONDS: The Contractor is responsible for meeting the following minimum limits of insurance and bond coverage, or as outlined in the Scope of Work: Contractor shall maintain, at his sole cost, at all times while performing work hereunder, the insurance and bond coverage set forth below with companies satisfactory to the Owner with full policy limits applying, but not less than stated. BIDDER SHALL INCLUDE CERTIFICATE OF INSURANCE WITH THE INVITATION TO BID, OR PRIOR TO AWARD OF BID. BIDDER OR BIDDER'S INSURANCE AGENT SHALL INCLUDE BID NUMBER AND DESCRIPTION OF BID ON THE CERTIFICATE OF INSURANCE. THE COMPANIES AFFORDING COVERAGE AND THE PRODUCER OF THE CERTIFICATE OF INSURANCE SHALL BE LICENSED WITH THE STATE BOARD OF INSURANCE TO DO BUSINESS IN THE STATE OF TEXAS. (a) Workman's Compensation Insurance as required by laws and regulations applicable to and covering employees of Contract engaged in the performance of the work under this agreement; (b) Employers Liability Insurance protecting contractor against common law liability, in the absence of statutory liability, for employee bodily injury arising out of the master -servant relationship with a limit of not less than $500,000. (b) Comprehensive General Liability Insurance including products/completed operation with limits of liability of not less than: Bodily Injury $1,000,000 per each person, $1,000,000 per each occurrence/aggregate; Property Damage $1,000,000 per each occurrence; (c) Excess Liability Insurance, Comprehensive general Liability, Comprehensive Automobile Liability and coverages afforded by the policies above, with the minimum limits of $1,000,000 excess of specified limits. INDEMNITY AGREEMENT: THE CONTRACTOR HEREBY AGREES TO AND SHALL INDEMNIFY, HOLD HARMLESS, AND DEFEND THE CITY, ITS OFFICERS, AGENTS AND EMPLOYEES FROM AND AGAINST ANY AND ALL CLAIMS, LOSSES, DAMAGES, DEMANDS, CAUSES OF ACTION, SUITS AND LIABILITY OF EVERY KIND, INCLUDING ALL EXPENSES OF LITIGATION, COURT COSTS AND ATTORNEYS' FEES, FOR INJURY TO OR DEATH OF ANY PERSON, FOR LOSS OF USE OR REVENUE, OR FOR DAMAGE TO ANY PROPERTY ARISING OUT OF OR IN CONNECTION WITH THE ACTUAL OR ALLEGED MALFUNCTION, DESIGN OR WORKMANSHIP IN THE MANUFACTURE OF EQUIPMENT, THE FULFILLMENT OF CONTRACT, OR THE BREACH OF ANY EXPRESS OR IMPLIED WARRANTIES UNDER THIS CONTRACT. SUCH INDEMNITY SHALL APPLY WHERE THE CLAIMS, LOSSES, DAMAGES, CAUSES OF ACTION, SUITS OR LIABILITY ARISE IN PART FROM (1) THE JOINT NEGLIGENCE OF THE CITY AND THE CONTRACTOR, AND/OR THEIR RESPECTIVE OFFICERS, AGENTS AND/OR EMPLOYEES OR (I1) THE SOLE NEGLIGENCE OF THE CONTRACTOR, ITS OFFICERS, AGENTS AND EMPLOYEES. IT IS THE EXPRESSED INTENTION OF THE PARTIES HERETO, BOTH CONTRACTOR AND THE CITY, THAT THE INDEMNITY PROVIDED FOR IN THIS PARAGRAPH IS INDEMNITY BY CONTRACTOR TO INDEMNIFY AND PROTECT THE CITY FROM THE CONSEQUENCE OF (1) THE CITY'S OWN NEGLIGENCE WHERE THAT NEGLIGENCE IS A CONCURRING CAUSE WITH THAT OF THE CONTRACTOR OF THE INJURY, DEATH OR DAMAGE AND/OR (II) THE CONTRACTOR'S OWN NEGLIGENCE WHERE THAT NEGLIGENCE IS THE SOLE CAUSE OF THE INJURY, DEATH, OR DAMAGE. FURTHERMORE, THE INDEMNITY PROVIDED FOR IN THIS PARAGRAPH SHALL HAVE NO APPLICATION TO ANY CLAIM, LOSS, DAMAGE, CAUSE OF ACTION, SUIT AND LIABILITY WHERE IN INJURY, DEATH OR DAMAGE RESULTS FROM THE SOLE NEGLIGENCE OF THE CITY UNMIXED WITH THE FAULT OF ANY OTHER PERSON OR ENTITY. IN THE EVENT ANY ACTION OR PROCEEDING IS BROUGHT AGAINST THE CITY BY REASON OF ANY OF THE ABOVE, THE CONTRACTOR AGREES AND COVENANTS TO DEFEND THE ACTION OR PROCEEDING BY COUNSEL ACCEPTABLE TO THE CITY. THE INDEMNITY PROVIDED FOR HEREIN SHALL SURVIVE THE TERMINATION OR EXPIRATION OF THIS AGREEMENT. (REVISED 9-15- 04) COMPLIANCE WITH LAWS: Bidder shall comply with all Federal and State laws and City Ordinances and Codes applicable to the Bidder's operation under this contract. These Specifications and the contract resulting here from shall be fully governed by the laws of the State of Texas, and shall be fully performable in Ellis County, Texas, where venue for any proceeding arising hereunder will lie. SILENCE OF SPECIFICATIONS: The apparent silence of specifications as to any detail, or the apparent omission from it of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practice is to prevail and that only material and workmanship of the finest quality shall be used. All interpretations of specifications shall be made on the basis of this statement. ETHICS ACKNOWLEDGEMENT Any vendor or contractor entering into this contract or agreement with the City of Midlothian, Texas expressly acknowledges that it has familiarized itself with the provisions of Section 2-34(i) of the Code of Ordinances of the City of Midlothian which provides, among other things, that if within two years after the commencement of this contract or agreement the vendor or contractor hires a city official, former city official, appointed city officer, former appointed city officer, appointed city executive employee, or former appointed city executive employee or a city employee who, while acting in such capacity, had substantial and personal involvement with the negotiation of this contract or agreement, then this contract or agreement shall, at the option of the City Manager, be cancelled and/or the vendor or contractor shall be barred from additional contracting with the City of Midlothian for a period of three years. ASSIGNMENT: The successful bidder may not assign, sell or otherwise transfer this contract without prior written consent of the City Council of the City of Midlothian. SEVERABILITY: If any section, subsection, paragraph, sentence, clause, phrase or word of these requirements or specifications shall be held invalid, such holding shall not affect the remaining portions of these requirements and the specifications and it is hereby declared that such remaining portions would have been included in these requirements and the specifications as though the invalid portion had been omitted. CERTIFICATE OF INTERESTED PARTIES: In 2015, the Texas Legislature adopted House Bill 1295, which added section 2252.908 of the Government Code and applies to all contracts entered into on or after January 1, 2016. The law states that a governmental entity may not enter into certain contracts with a business entity unless the business entity submits a disclosure of interested parties to the governmental entity at the time the business entity submits the signed contract to the governmental entity. The law applies to all contracts/purchases of a governmental entity that require an action or vote by the governing body of the entity. With regards to City of Midlothian purchases, a vendor that is awarded a contract or purchase that is greater than $50,000 is required to electronically create a Form 1295 through the Texas Ethics Commission website (littl)s://)),iN,w.ethics.state.tx.us/wliatsneNN,/elf — info — 1ormJ295.htm) and submit a signed and notarized copy of the form to the City. A contract, including City -issued purchase order, will not be enforceable or legally binding until the City receives and acknowledges receipt of the properly completed Form 1295 from the awarded vendor. RIGHT OF ASSURANCE: Whenever one (1) party to this contract in good faith has reason to question the other party's intent to perform, he may demand that the other party give a written assurance of this intent to perform. In the event that demand is made and no assurance is given within five (5) days, the demanding party may treat this failure as an anticipatory repudiation of this contract. BID DELIVERY: The City of Midlothian Purchasing Department shall accept scaled bids Monday through Friday, 8:00 a.m. - 5:00 p.m. Bids must be received by the Purchasing Department before the specified hour and date of the opening. Each bid must be sealed and should be placed in a properly identified envelope with bid number, time and date of bid opening. EMS FIRE DEPARTMENT MEDICAL SUPPLIES BID 2020-28 SPECIFICATIONS 1W'" D111i 1 It is the intention of these specifications that the successful vendor shall furnish the City of Midlothian, Texas, with medical supplies covered by the Bid Specification which the City may require during the period of time specified. The products included in this bid represent many of the products ordered most frequently by the City and are listed for bid evaluation purposes only. Actual usage and quantities will vary and ordering will be based on actual requirements. The City of Midlothian has interlocal agreements with other cities for the purchase of supplies and it is believed that these cities will wish to join and have expressed such interest. MEDICAL SUPPLIES REQUIREMENTS/EXPECTATIONS The items included on the medical supplies' requirement sheet represent many of the products ordered most frequently by the City and are listed for bid evaluation purposes. The City also desires to purchase from the successful bidder other medical supplies not listed on the requirement sheet. Bid award may be made in whole or part as deemed most advantageous to the City of Midlothian. The contract awarded to the successful bidder shall be for a period of (2) years. The City of Midlothian reserves the right to renew this contract for (3) additional one-year periods under the same terms, condition and should the City so desire and the current vendor agree. At the end of the two-year obligation, if the City and successful vendor wish to renew, the vendor shall submit a letter addressed to, City of Midlothian, Purchasing, 104 W. Ave E, Midlothian TX 76065. A). 75 days in advance of contract termination a bona -fide manufacturer's documents directed to the City of Midlothian Purchasing Agent, of price listing (itemized) reflecting the anticipated changes (both increases and decreases) in prices, if any. Increase for the extension shall be limited to the actual cost increases to the current vendor and must be the guidelines outlined in the contract. Product acceptability will be at the sole discretion of the City of Midlothian. Any product delivered which does not meet the City's specifications, or otherwise found to be defective, will be returned at the vendor's expense for replacement or credit. All products shall be of condition and quality "TO MEET ACCEPTABLE STANDARDS OF CARE". Any reference to requirements in the specifications that are brand or process specific is purely for the establishment of intended quality expectations and is not to be considered a disqualifying standard. The successful bidder shall make delivery of ordered supplies within 48 hours of the time the order is placed. Delivery must be made during normal working hours, Monday through Friday, 8:00 a.m. to 5 p.m. F.O.B. Destination: City of Midlothian has specified delivery locations. All unit and extensions shall include freight and other delivery charges. No med shall be shipped with an expiration date that is less than one year from the month the med was shipped. There are no minimum purchase amounts for an order and no service charges/delivery will be applied. Failure to deliver as required will result in the purchase of said order from the next highest bidder. Delivery tickets must accompany each delivery. Invoices must be legibly prepared showing the full description and price of items(s) delivered. FMS FIRE DEPARTMENT MEDICAL SUPPLIES BID 2020-28 CONDTIONS OF BIDDING (Full compliance with the following conditions is necessary for consideration of this bid) 1. Signature: This bid must be signed by a company representative authorized to bind the offer contractually. 2. Unit Prices and Extensions: If there is a difference between unit price and their extension, the unit price will govern. 3. Freight and Other Delivery Charges: All bids will be F.O.B. delivery address, freight prepaid. Charges will not be added after the bid is opened. The City of Midlothian assumes no liability for goods delivered in damaged or unacceptable condition. The successful bidder shall handle all claims with carriers, and in case of damaged goods, shall ship replacement goods immediately upon notification by the City of damage. 4. Acceptance: The materials and/or services delivered under this bid/quote shall remain the property of the seller until a physical inspection and actual usage of these materials and/or services supplied to the City are found to be defective or do not conform to specifications, the City reserves the right to cancel the order upon written notice to the seller and return such product to the seller at the seller's expense. Discount: Show rate, total amount, and latest day any discount will be allowed after receipt of article and correct invoice (per conditions of contract). 6. Payment: net 30 days from acceptance of goods/services, receipt of original vendor invoice, and/or all other required documents required in the detailed specification of this bid/quote. 7. Escalation/De-Escalation. The bid will be awarded with escalation/de-escalation pricing, in which the vendor is required to give a 30 -day written notice before price increases. Requested increases must be a factor beyond the control of the bidder. The increase shall not exceed the percentage increase passed on by the manufacturer, and proof of need for increase must be documented by manufacture's letter and forwarded to the Purchasing Agent. Any increase must be approved by the using department and the Purchasing Division before acceptance. Price adjustments scheduled and alloived as agreed upon in RFP only. Any contract awarded ivith an escalation clause shall be subject to de-escalation in the event of cost reduction. 8. Federal or State Taxes: The city is exempt from taxes by Federal Excise Registration #A-312726 and State Permit #75-6000-609. Guarantees and Warranties: Must be attached to the bid and may be considered in awarding the bid. Seller shall guarantee and warrant that the equipment or product offered will meet or exceed specification identified in the bid invitation and are suitable for and will perform in accordance with their intended purpose. The seller shall, upon request, replace any equipment or product proved to be defective and make any and all adjustments necessary without any expense to the City. If at any time, the equipment or product cannot satisfactorily meet the requirements of the specification, the Seller shall upon written request from the City, promptly remove such equipment or product without further expense to the City at the City's request, the Vendor will provide evidence sufficient to demonstrate such equipment or product meets the foregoing. 10. Delivery or Contract Completion Time: Must be shown, as the date may, where time is of the essence, determines the contract award. Failure to state delivery time may cause bid to be rejected. Successful bidder shall notify the Purchasing Department immediately if delivery schedule cannot be met. If delay is foreseen, successful bidder shall give written notice to the Purchasing Agent and EMS Chief. The City of Midlothian has the right to extend delivery time if reason appears valid. In the event delivery is not made within the stated time period (without acceptable reason for delay and written consent from the City, the City reserves the right to place the order with the next available vendor and the successful bidder shall be liable for any increase in price as liquidated damages, if being agreed that said sum is a fair and reasonable estimate of actual damages the City will incur. Bidder will not be held liable for failure to make delivery because of strikes, conscriptions of property, governmental regulations, acts of God, or any other causes beyond its control; provided and extension of time is obtained from the Purchasing Department or EMS Chief. 11. Bid Closing & Bid Preparation: Sealed bids received after the bid opening date and time will not be considered. It will be the SOLE RESPONSIBILITY of bidders to ensure bids are in the possession of the City of Midlothian Purchasing Department by the appointed date and time. The City will not be responsible for bids which are mismarked, delivered to the wrong place, or delayed in delivery. Electronic and Facsimile transmitted bids will not be accepted in the bid process. Each bid must be submitted in a sealed envelope bearing on the outside the name of the Bidder, his address, the name of the bid title, and bid number if any. If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed as specified in the bid form and as above. 12. Item Bid: Each bidder shall describe (per specification requirements) each item bid as to Manufacture, Brand Name, Model, etc. Items shall be NEW unless stated otherwise in the City's specification. Any reference to model and/or make/manufacture used in bid specification is descriptive, not restrictive. It is used to indicate the type and quality desired. Bids on like quality will be considered. 13. Samples: Samples of items, when required, must be furnished free, and, if not called for within 30 days from date of bid opening, will be disposed of by the City. 14. Alternates: Must clearly state "ALTERNATE: and shown on the bid form with complete information attached. Alternate bids may or may not be considered in the bid process in the sole discretion of the City of Midlothian. 15. Exception/Substitutions: All bids meeting the intent of this invitation to bid will be considered for award. Bidders taking exception to the specifications, or offering considered for award. Bidders taking exception to the specification, or offering substitutions, shall state exceptions in the section provided or by attachment as part of the bid. The absence of such a list shall indicate that the bidder has not taken exceptions and City shall hold the bidder responsible to perform in strict accordance with the specification of the invitation. 16. Pharmaceutical Requirements: a) Vendor must be licensed with the Drug Enforcement Administration to sell and distribute Schedule II, Schedule III, and Schedule IV controlled substances. b) Vendor must be able to provide the Drug Enforcement Administration's electronic Controlled Substances ordering System (CSOS). C) Vendor must be in, and remain in compliance with the Drug Supply Chain Security Act and the Prescription Drug Marketing Act. Vendor must provide transaction reports with each shipment of pharmaceuticals. 17. Ambiguity in Bids: Any ambiguity in any bid as the result of omission, error, lack of clarity, or non-compliance by the bidder with specification instruction, and all condition of bidding shall be construed in the light most favorable to the City. 18. Changes of Additions: No Changes or additions will be allowed after bid opening. Changes or addition submitted prior to bid opening must be in accordance with paragraph 11 above. 19. Funding: Funds for payment have been provided through the requesting entity. The State of Texas statues prohibit the obligation and expenditure of public funds beyond the fiscal year for which a budget has been approved. 20. Trade Secrets Confidential information and the Texas Public Information Act: If you consider any portion of your bid to be privileged or confidential by statue or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. The City of Midlothian will honor your notation of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your bid that you have marked as privileged or confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged or confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. Marking your entire bid CONFIDENTIAL/PROPRIETARY will not necessarily make it, or any part thereof, exempt from the public disclosure requirement of the Texas Public Information Act. 21. HUBS: The City of Midlothian hereby notifies all bidders that in regard to any contract entered into pursuant to the invitation to Bid: Historically Underutilized Businesses (HUB'S) will be afforded equal opportunities to submit bids and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration of an award. HUB(s) are defined as certified businesses that are at least 51 % owned, operated, and controlled by qualifying groups which include: Asian Pacific Americans, Black -Americans, Hispanic Americans, Native Americans, and women. 22. Any contract made, or purchase order issued, as a result of this invitation to Bid, shall be governed under the laws of the State of Texas with performance and venue to be in Ellis County, Texas. In connection with the performance of work, the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all other applicable Federal, State, And Local laws, regulation, and executive orders to the extent that the same may be applicable. 23. Minimum Standards for Responsible Prospective Bidders: A prospective bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the following requirements: a) Have adequate financial resources required, or the ability to obtain such resources as required; b) Be able to comply with the required or proposed delivery schedule; C) Have a satisfactory record of performance; d) Have a satisfactory record of integrity and ethics; e) Be otherwise qualified and eligible to receive an award. 24. Bidders may request withdrawal of a sealed proposal prior to the bid opening time provided the request for withdrawal is submitted to the City Purchasing Agent in writing. 25. Changes in Specifications or Interpretations: If it becomes necessary for the City to revise any part of this bid, a written addendum will be provided to all bidders. The City is not bound by and all bidders shall not rely upon any oral representations, clarifications, or changed made in the provided written specifications by City employees, unless such clarification or change is provided to bidders in written addendum form from the City Purchasing Agent. 26. Collusion: Any evidence of agreement or collusion among bidders and prospective bidders acting to restrain freedom of competition by agreement to bid a fixed price, or otherwise, will render the bids of such bidders' void. 27. All pages of this document packet, taken together comprise the Bid. Omission of or failure to complete or return any portion of the required document, at the time of bid opening, may be cause to reject he entire bid. 28. The City of Midlothian, as a governmental agency of the State of Texas, may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lowest bid submitted by a responsible resident bidder by an amount that is not less than the bidder to obtain a comparable contract in the state in which the nonresident principal place of business is located. (Government Code, section 2242.002) Bidder shall make answer to the following questions by encircling the appropriate response or completing the blank provided. 1.) Is your principle place of business in the State of Texas? YES NO—X 2.) If the answer to question (1) is "yes", no further information is necessary; if "no" please indicate: a.) In which state is your principle place of business located? California b.) Does that state favor resident bidders (bidders in your state) by some dollar increment or percentage? YES NO X C.) If yes, what is that dollar increment or percentage? The State Purchasing and General Services Commission defines Principal Place of Business as follows: Principle Place of Business means, for any type of business entity recognized in the State of Texas, that the business entity; Has at least one permanent office located within the State of Texas, from which business activities other than submitting bids to governmental agencies are conducted and from which the bid is submitted, and has at least one employee who works in the Texas office. 29. Award: Unless stipulated in these bid specifications, the contract will be awarded to the lowest responsible bidder or to the bidder who provides the goods or services specified herein at the best value for the City. 30. Preference: Will be given to the vendor who is able to provide the most supplies/materials, at the most economical price. 31. Split Award: The City of Midlothian reserves the right to award a separate contract to separate vendors for each item/group or to award one contract for the entire bid. The vendor who is able to provide a large majority of items will be looked upon favorably. 32. No Prohibited Interest: Bidder acknowledges and represent that they are aware of the laws, City Charter, and City Code of Conduct regarding conflicts of interest. The City Charter states that "No officer or employee of the City shall have a financial interest, direct or indirect, in any contract with the City, to the extent prohibited by state law, or shall be financially interested, directly or indirectly, in the sale to the City of any land, materials, supplies, or service, where such financial interest is prohibited by state law. 33. Cooperative Purchasing: The City of Midlothian actively participates in cooperative purchasing opportunities. If it is determined to be in the best interest, the City reserves the right to reject any and all bids and purchase the services and/or goods through cooperative means. 34. Inter -Local Agreement: Successful bidder agrees to extend prices to all entities that have entered into or will enter into joint purchasing interlocal cooperation agreements with cooperative purchasing agreements with the City of Midlothian. The City of Midlothian is a participating member of several interlocal cooperative purchasing agreements. As such, the City of Midlothian has executed interlocal agreements, as permitted under Chapter 791 of the Texas Government Code, with certain other political subdivision, authorizing participation in a cooperative purchasing program. The successful vendor may be asked to provide products/services based on the bid price to any other participant. The city of Midlothian shall not be held responsible for any orders placed, deliveries made, or payment for materials ordered by these entities. 35. Termination for Default: The City of Midlothian reserves the right to 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 of this contract. The City reserves the right to terminate the contract immediately in the event the successful bidder fails to: a) Meet delivery schedules b) Perform in accordance with these specifications and/or C) Transfers, assigns or conveys any or all of its obligations or duties to another. d) Breach of contract or default authorizes the City to, among other things, award to another bidder, or purchases elsewhere. e) THE CITY OF MIDLOTHIAN RESERVES THE RIGHT TO ACCEPT OR REJECT IN PART OR IN WHOLE ANY BID SUBMITTED, AND TO WAIVE ANY TECI-INICALITIES DEEMED TO BE IN THE BEST INTEREST OF THE CITY. THE UNDERSIGNED HERBY CERTIFIES THAT HE/SHE UNDERSTANDS THE SPECIFICATIONS, HAS READ THE DOUCMENT IN ITS ENTIRETY AND THAT THE BID PRICES CONTAINED IN THE BID HAVE BEEN CAREFULLY REVIEWED AND ARE SUBMITTED AS CORRECT AND FINAL. BIDDER FURTHER CERTIFIES AND AGREES TO FURNISH ANY OR ALL PRODUCT/SERVICES UPON WHICH PRICES ARE EXTENDED AT THE PRICE OFFERED, AND UPON CONDITIONS CONTAINED IN THE SPECIFICATIONS FO THE INVITATION FOR BID. Bidders who are able to provide the following services will be looked favorably upon. Vendor is able to provide and support a web -based inventory management system (Operative IQ) preferred to assist in the management of supplies and assets at an agreed upon cost. Vendor shall provide all licensing, on- site technical support, inclusive of training, in -servicing, report writing, refresher courses, and delivery training, to any and all personnel deemed necessary to ensure that the inventory management system is completed upon being awarded the bid. Vendor shall assist, in an on-going basis, with entering all equipment and supply data, report writing, and creating of checklists into the system for maximum functionality. Yes X No 2. Is vendor an authorized distributor of controlled access pharmaceutical dispensers and lockers (UCaplt) manufactured by the U -Select -It -Corporation or a comparable device? Yes X No 3. Vendor offers in-house kitting facilities, and is able to offer both standardized, and custom kitting solutions? Yes X No 4. Is vendor able to provide high-quality, lower-cost, private label product alternatives? Yes X No 5. During an emergency (natural or man-made) situation, is the vendor able to provide a comprehensive disaster response program, and are you able to supply requested merchandise within a thirty-six (36) hour time frame, twenty-four (24) hours a day, seven (7) days a week? Yes X No Provide a copy of this program if available. REFERENCES Each Offeror is to provide a minimum of three (3) verifiable references in which the offeror has sold, maintained or provided this or similar product or service. Company Name: Houston Fire Department Address: 1205 Dart Street, Houston, TX. 77007 Contact Person: Yul Pierce Telephone: ( 713 ) 247 - Email: yul.pierce@houstontx.gov Product Purchased by Reference: Medical Supplies and Pharmaceuticals Company Name: City of Columbus Division of Fire Address: 4252 Groves Road, Columbus, OH. 43232 Contact Person: Scott Ellis Telephone: ( 614 ) 221-3132 ext. 75987 Email: seellis(a@olumbus.gov Product Purchased by Reference: EMS Supplies and Pharmaceuticals Company Name: City of Tucson Address: 255 W Alameda. Tucson, AL 85726 Contact Person: Joe Gulotta Telephone: ( 520 ) R37_ Email: ioe.gulotta@tucsonaz.gov Product Purchased by Reference: ALS Supplies and Inventory Mgmt. SUPPLIER INFORMATION FORM COMPANY'S FULL BUSINESS NAME: Life -Assist Inc. PHYSICAL ADDRESS: 11277 Sunrise Park Drive Rancho Cordova, CA. 95742 PHONE #: 800-824-6016 FAX #: 800-290-9794 CONTACT PERSON: Chris Nelson PHONE #: 800-824-6016 X175 REMITTANCE ADDRESS: 11277 Sunrise Park Drive Rancho Cordova CA. 95742 PHONE #: 800-824-6016 FAX #: 800-290-9794 CONTACT PERSON: Chris Nelson PHONE #: 800-824-6016 X175 PAYMENT TERMS DISCOUNT: NET 30 DAYS COMPANY TAX ID#: 94-2440500 Cheryl Allison Purchasing Agent ADDENDUM #1, November 13, 2020 BID NO. 2020-28 MEDICALEMS FIRE DEPT. PP 1. ATTACHMENT A. Usage Spreadsheet B. Revised List of Items for RFP Spreadsheet 2. CLARIFICATION A. Will you consider price adjustments after the 1st 12 months with documentation, during this time many of the manufacturers we are working with will not guarantee two-year pricing, and in fact are now changing pricing within less than a year. It has just become almost impossible to predict, so checking if this could be a consideration during these uncertain times. These terms should be outlined on page 2 item #19 of the bid. B. Also, during this time everyone is working remotely. Your bid requires signatures of our VP, will you allow an electronic signature? Yes C. Do you anticipate extending the bid due date? Not at this time. D. Was this bid posted to the nationwide free bid notification website at www.mygovwatch.com/free? No E. Other than your own website, where was this bid posted? The Midlothian News Mirror F. Could the City provide estimated annual usage/quantities for the items being requested in the bid? Attached is our usage report. This information is based on usage for Midlothian only and does not include usage by additional Cities which might utilize the cooperative agreement. G. If there are bid terms and conditions Vendor may not be able to agree to, will the City allow Vendor to include clarifications or exceptions as part of its bid submission? Clarifications and/or exceptions can be included as part of bid submission. The City will take these exceptions into consideration when determining the Best Value for the City. H. If there are insurance requirements that Vendor may not be able to agree to, will the City consider exceptions to insurance terms and conditions? Insurance exceptions can be included as part of bid submission. The City will take these exceptions into consideration when determining the Best Value for the City. 1. Could you clarify the meaning of the last sentence in Section 7 on Page 8 (Conditions of Bidding, Escalation/De-Escalation)? "Any contract awarded with an escalation clause shall be subject to de-escalation in the event of cost reduction." Vendor requests for price adjustments will be evaluated based on cost increases and cost reductions in supplies that the vendor may have experienced. J. Can the City please provide vendors with the most recent bid tabulation for awarded pricing and Unit of Measure for the items in the current bid? The City of Midlothian has utilized another City's contract in the past and does not have a bid tabulation to provide. K. Bidder MUST give full firm name and address. Person signing bid should show TITLE or AUTHORITY TO BIND HIS FIRM IN A CONTRACT. Authorized signature should appear on each page of the bid, in the space provided. I only find one place for signature on P2, and didn't find any other provided space for signatures. For this RFP, P2 is the only required signature page. L. Stated in RFP- "REQUIREMENTS: Any variance in any item(s) must be specified clearly under the Exceptions to Bidder's Proposal by Bidder in order to have a valid bid. Any exceptions taken may be just cause for disqualification. All unit pricing shall be specified on the attached pricing sheets. Bidder shall indicate Grand Total pricing on Invitation to Bid for attached line items, if applicable." Again, this talks about Exceptions to Bidder's Proposal which is not available. Also, I didn't find Total or Unit pricing column on the excel sheet. Where are we supposed to input pricing? The List of Items Spreadsheet has been amended and is attached. The only changes to the Spreadsheet where to include the word Price above the "Each", "per Box", & "per Case" columns to indicate where the pricing should be listed. There was a column included on this Spreadsheet for Vendors Comments to be utilized for exceptions. An additional area has been added to the bottom for Exceptions should it be necessary. M. Stated in RFP- "Signature: This bid must be signed by a company representative authorized to bind the offer contractually." Does it have to be signed in wet, or electronic/scanned signature also works? Electronic/Scanned Signature is fine. N. Need manufacturer item numbers for the items below marked as No Substitutions Nebulizer, AeroEclipse II BAN, W/O ELBOW, breath actuated, SM volume, w/mouthpiece, tubing Nebulizer, AcroEclipse 11 BAN, with ELBOW, breath actuated, SM volume, w/mouthpiece, tubing The only information we have been given is 64594050 AeroEclipse Face Mask 58-65750 ea. 0. Need to know if the Ohmeda and DISS fittings are male or female, manufacturer part#. Also, this item is repeated, line 69 and 423. Quick Connect Coupler, Oxygen, Ohmeda x DISS Hex Nut Quick Connect Coupler, Oxygen, Ohmeda x DISS Hex Nut This is male and not subject to a particular brand. P. Line number 122: Curaplex Stop the Bleed, Basic Kit Vacuum Sealed. This item is an exclusive item with no substitutions allowed. Please remove this item from the bid. An alternative can be presented, but the requested Stop the Bleed kit is what is currently used in the city. This would maintain conformity. Q. Line number 123: Curaplex TOCS: Tactical Occlusive Chest Seal, 6 in x 6 in; 2/PK This item is an exclusive item with no substitutions allowed. Please remove this item from the bid. No Substitutions was a typo. It says to the side or equivalent on the main line. R. Line number 141: Israeli Emergency Bandage, Green 8in. This item has been discontinued by the manufacturer and no substitutions allowed. Please remove this item from the bid. This can be substituted with the 6in. S. Line number 194: Personal Wipes, FireWipes, for Soot Removal, 8 in x 12 in Textured, Disposable 12/bx. Can you supply the manufacturer name and part number? No part number available: Contact # for Fire Wipes at: (844) 947-3483 T. Line number 271: Multi -Function Defib Pads, Physio -Control Adult/Child or equivalent. Can you supply the manufacturer part number? It does not say it has to be physio -control brand pads 326 5000units. A different part number can be provided. U. Line number 272: Multi -Function Defib Pads, Physio -Control Pediatric/Infant or equivalent. Can you supply the manufacturer part number? It does not say it has to be physio -control brand pads 326 5000units. A different part number can be provided. V. Line number 326: Heparin pre -mixed 250 or 500cc bag. Need the strength (how many units of heparin)? 5000 units W. Line number 403: Certa Dose PALS Syringe Holder Kit 1/KT 4KT/BX. Can you supply the manufacturer part number? For Certi-Dose line 403 see below. Due to the nature of this product, orders must be made through: Concordance Healthcare Solutions Purchasing www.coneordancehealtheare.com Item: 278950 Call 800-473-2332 to set up an account if you are not a current Concordance customer. Cardinal Health Purchasing www.orderexpress.cardinalhealth.com Item: 5513643 Call 800-926-3161 to set up an account if you are not a current Cardinal customer. Bound Tree Purchasing www.boundtree.com Item: 0001-05 Email contactcustomerservice@boundtree.com to set up an account if you are not a current Boundtree customer. McKesson Pharmaceutical www.connect.mckesson.com NDC # 71754-0001-05 Call 855-571-2100 to set up an account if you are not a current McKesson Pharmaceutical customer. X. Line number 432: Stop The Bleed Sticker Kit (10 Stickers/Kit). This item is an exclusive item. Please remove this item from the bid. Will not remove from the bid. An alternative can be presented. The Stop the Bleed goes with our city kits. ACKNOWLEDGING RECEIPT OF THIS ADDENDUM SHOULD BE SIGNED AND RETURNED WITH YOUR BID NAME AND ADDRESS OF COMPANY: AUTHORIZED REPRESENTATIVE Life -Assist Inc. Signature A446w, 11277 Sunrise Park Drive Name Chris Nelson Rancho Cordova CA. 95742 Title Contracts Assistant Manager Tel. No. 800-824-6016 '..,Midlothian IrIN un . MI i thern `tar iq Purchasing Division Chef yl Allison Purchasing Agent ADDENDUMbeI: 1 1 NO. 2020-28 DEPT.EMS FIRE 1SUPPLIES A. The bid opening has been extended to Friday, November 20, 2020 at 11:00 AM. No other exceptions to the bid opening have been made. 0�Dlllri1►117DIt7_`.YylW04V011111►■1i701 A. All sealed bids shall be submitted including one marked original, one (1) duplicate on the original forms and one (1) electronic copy clearly marked with bid number and description. Bids sent via courier must be sealed in a separate envelope inside of the mailer. Bids cannot be received by email at this time. B. All inquiries about this bid or specifications must be made to Cheryl Allison, Purchasing Agent at chei-yl.allison@midlothian.tx.us prior to Monday, November 16, 2020 at 11:00 AM. • ► . 1 ► i fy\71] D1►TIli)► �.y [I111117 !] WW [!)►`I 0117-�►11' RETURNED WITH YOUR BID NAME AND ADDRESS OF COMPANY: AUTHORIZED REPRESENTATIVE Life -Assist, Inc. SignatureCAZ�Af) zee, 11277 Sunrise Park Drive Name Chris Nelson Rancho Cordvoa, CA. 95742 Title Contracts Assistant Manager Tel. No. 800-824-6016 AM t Idlothlan DIFW's Southern Star AGENDA ITEM 2020-453 AGENDA CAPTION: Consider and act upon awarding a two-year contract with three, one-year extension options to Bound Tree Medical, LLC (Bound Tree) with an alternate contract to Life -Assist, Inc. (Life -Assist) to provide EMS Fire Dept Medical Supplies for the City of Midlothian effective January 1, 2021. ITEM SUMMARY/BACKGROUND: An Invitation to Bid was released for EMS Fire Dept Medical Supplies on October 29, 2020. This bid was advertised in the Midlothian Mirror and on the City website on October 291h and November 51h, 2020. Twenty-four bidders requested bid specifications directly from the City website and seven bids were received by the bid closing time on November 20, 2020 at 11:00 a.m., CST with Bound Tree and Life -Assist being the most advantageous of the seven bids received. Bound Tree was the overall lowest bid and Life -assist will serve as a secondary option in the event Bound Tree cannot supply the needed product. SPECIAL CONSIDERATION: Due to our current COVID-19 situation, vendors are unable to provide annual pricing. They are requesting 30 -day pricing review subject to manufacturer increases which will be substantiated with the EMS Battalion Chief and Purchasing Agent. They are also agreeable to price decrease consideration if applicable. FINANCIAL IMPACT/FUNDING SOURCE: These services will be on an as -needed basis throughout the year. Funding is available in 105-619-343. Contract will be two years with three one-year renewal extensions. ATTACHMENTS: 1. Bid Tabulation 2. Contract — Bound Tree Medical, LLC 3. Contract — Life -Assist, Inc. ALTERNATIVES: Approve or Deny. RECOMMENDATION: Staff recommends approval as presented. SUBMITTED BY and TO BE PRESENTED BY: Dale McCaskill, Fire Chief, for the December 8, 2020 City Council meeting. Dc-4J�.C-c'-4= REVIEWED BY: Ann Iden a, UA, Finance iDirector REVIEWED BY: q"N4 � MN�)"dd Mary McD ald, Deputy City Secretary APPROVED BY: Chris Dick, City Manager City of Coppell, Texas C',P FE L File ID: 2021-5481 Version: 1 File Name: Metrocrest Extension Metrocrest Extension Master File Number: 2021-5481 Type: Agenda Item Reference: 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Consent Agenda In Control: City Council File Created: 01/06/2021 Final Action: Title: Consider approval of a new agreement to extend the term of the Coppell CARES Program Agreement between the City of Coppell and Metrocrest Services to December 31, 2021; and authorizing the Mayor to sign. Notes: Sponsors: Enactment Date: Attachments: Metrocrest CARES Act Agreement Memo.pdf, Enactment Number: Metrocrest CARES Agreement 2021.pdf Contact: Hearing Date: Drafter: Effective Date: Related Files: History of Legislative File ver- Acting Body: Date: Action: Sent To: Due Date: Return Result: sion: Date: Text of Legislative File 2021-5481 Title Consider approval of a new agreement to extend the term of the Coppell CARES Program Agreement between the City of Coppell and Metrocrest Services to December 31, 2021; and authorizing the Mayor to sign. Summary Strategic Pillar Icon: Sustainable Government City of Coppell, Texas Page 1 Printed on 1/8/2021 T H E . C! T Y . Q F COPPELL h S t MEMORANDUM To: Mayor and City Council From: Vicki Chiavetta, Deputy City Manager Date: January 12, 2021 Reference: Consider approval of a new Agreement to extend the term of the Coppell CARES Program Agreement between the City of Coppell and Metrocrest Services to December 31, 2021; and authorizing the Mayor to sign. Introduction: On July 14'', 2020, City Council approved CARES Act funding for local social services. Shortly after, the City entered into an agreement with Metrocrest Services to provide monthly reimbursements for rental, food and utilities assistance provided to Coppell residents who have been financially impacted by the COVID-19 public health emergency up to the amount of $244,550. Per the agreement between Metrocrest Services and the City of Coppell, funding was set to end on December 31, 2020 as required by the CARES Act. On December 27, 2020, the Consolidated Appropriations Act was signed, extending the period during which recipients may incur eligible costs that may be covered using payments from the Coronavirus Relief Fund to December 31, 2021. As of December 2020, Metrocrest Services has not yet exhausted the total amount of CARES Act funds allotted to them in the original agreement. With the extension granted by the recent stimulus bill, we are requesting a new agreement to allow for funding to continue through December 31, 2021 or until the funds are depleted. Legal Review: The City Attorney has reviewed the agreement. Fiscal Impact: Funding for the CARES ACT Grant Program is being provided by the Federal Government through the State of Texas and Dallas County. Recommendation: Staff recommends approval of the agreement. THE STATE OF TEXAS § AGREEMENT FOR ADMINISTRATION BY AND § BETWEEN CITY OF COPPELL AND METROCREST COUNTY OF DALLAS § SERVICES, INC FOR COPPELL CARES PROGRAM FOR FOOD AND HOUSING ASSISTANCE This agreement ("Agreement") is made and entered into as of the Effective Date by and between the City of Coppell, Texas (the "City"), and Metrocrest Services, Inc. (the "Provider") (City and Provider collectively referred to hereafter as the "Parties" or individually as a "Parry".) WITNESSETH: WHEREAS, Dallas County (the "County") received federal funding under the Coronavirus Aid, Relief, and Economic Security Act (hereinafter "CARES Act") to address and respond to the effects of the COVID-19 public health emergency; and WHEREAS, the CARES Act provides funding to state and local governments to provide emergency housing, living assistance and food assistance to persons who have become unemployed or underemployed directly as a result of the COVID-19 public health emergency; and WHEREAS, the City and the County entered into that certain Interlocal Cooperation Agreement for the administration of the distribution of some of Dallas County's CARES Act funds by providing funds to the City for authorized CARES Act activities (the "Dallas County CARES Act Funding Interlocal Agreement"); and WHEREAS, the CARES Act allows the City to set up programs for food, housing and utilities assistance for its residents impacted by the COVID-19 pandemic; and WHEREAS, the City established the Coppell CARES Program (Program) which includes funding from the Dallas County CARES Act Funding Interlocal Agreement for food, housing and utilities assistance to City residents; and WHEREAS, the Dallas County CARES Act Funding Interlocal Agreement is incorporated herein for all purposes; and WHEREAS, the Provider is a Texas nonprofit corporation established under the laws of the State of Texas for the purpose of providing food, housing and utilities assistance and information and referral service regarding available social services for people living in the City and surrounding cities; and WHEREAS, the Provider agrees to administer the Coppell Cares Program for food, housing and utilities assistance on behalf of the City for eligible residents within the City and agrees to comply with the terms and conditions of this Agreement and the Dallas County CARES PAGE 1 COPPELL CARES ACT PROGRAM AGREEMENT: CITY OF COPPELL AND ��111111111METROCREST SERVICES, INC -(TM 119983) Act Funding Interlocal Agreement and be solely responsible for its performance under this Agreement; and WHEREAS, the City has previously allocated Two Hundred Forty -Four Thousand Five Hundred Fifty Dollars ($244,550.00) of the funding from the Dallas County CARES Act Funding Interlocal Agreement for the Provider to distribute to "Eligible Residents" (hereinafter defined) for food, housing and utilities assistance; and NOW THEREFORE, in consideration of all mutual covenants and agreements hereinafter set forth, and other good and valuable consideration the sufficiency and receipt of which is hereby acknowledged, the Parties agree as follows: Article 1 Term; Termination 1.1 This Agreement shall be effective upon execution by the Parties ("the Effective Date") and shall expire on December 31, 2021, unless terminated sooner as provided herein. 1.2 This Agreement may be terminated upon written notice by either Parry in the event the other Parry breaches any of the terms or conditions of this Agreement and such breach is not cured within thirty (30) days after written notice thereof. In the event of termination by the City the Provider shall immediately return any unexpended funds provided by the City pursuant to this Agreement. Article II Definitions "Eligible Expenditures" shall mean the necessary expenditures consisting of food delivery and mortgage, rental, or utility assistance to Eligible Residents incurred for the purpose of addressing or responding to the COVID-19 public health emergency and made between March 1, 2020 and 11:59 PM December 31, 2021. "Eligible Resident" shall mean vulnerable residents of the City whose income has been disrupted as a result of the COVID-19 public health emergency between March 1, 2020 and 11:59 A.M. December 31, 2021. Article III Services 3.1 Administration. The Provider agrees to administer the Program on behalf of the City for Eligible Residents in the City. 3.2 Payment of Funds. The City agrees to reimburse Provider up to the sum of Two Hundred Forty -Four Thousand Five Hundred Fifty Dollars ($244,550.00) less any money that has been previously paid for the Program. The Provider shall submit an invoice to be reimbursed for eligible funds distributed under the Program and the applicable administrative costs. The invoice PAGE 2 COPPELL CARES ACT PROGRAM AGREEMENT: CITY OF COPPELL AND ��111111111METROCREST SERVICES, INC -(TM 119983) shall be submitted monthly along with the required supporting documents by the 7�h of each month. It is encouraged that supporting documentation be submitted on a bi-weekly basis to allow the City time to review the information to speed reimbursement processing. 3.3 Eligible Expenditures. This Program only covers distributions and expenses made between March 1, 2020 and 11:59 PM December 10, 2021. Committing to a distribution does not qualify. Payment of the expenditure actually has to have been made by 11:59 PM on December 10, 2021; the expenditure must have been or must be for the purpose of addressing or responding to the COVID-19 emergency; and the expenditure must not have already been budgeted for as of March 27, 2020. Any expenditures obligated, but not yet paid by this time shall not be eligible. 3.4 Documentation for all Expenditures. The City and the Provider must comply with the recordkeeping, reporting and other requirements of the CARES Act. The Provider shall document each use of Funds. The City and the Provider shall keep and maintain all records of the administration and use of Program funds for a period of four (4) years and ninety (90) days beginning on December 31, 2021. 3.5 Use of Funds. The Provider agrees that the Program funds will be dedicated solely to Eligible Residents in the City for Eligible Expenditures. The use of funds is governed by this Agreement, the CARES Act and all U.S. Treasury Department regulations or guidelines thereunder. The Provider hereby agrees to comply with all terms and conditions relating to the use of funds from the Dallas County CARES Act Funding Interlocal Agreement funds and the CARES Act. The Provider agrees to provide periodic reports relating to the use of Program funds as may be requested or required by the County. The Provider agrees to: a) only use Program funds for eligible expenditures under the CARES Act and in accordance with this Agreement; b) only use Program funds for expenditures made between March 1, 2020 and 11:59 p.m., December 31, 2021; C) document and justify that each Program participant is an Eligible Resident; d) acknowledge and recognize that the County is the source of the City Program funds as part of each City's Program funding under the CARES Act; e) comply with the terms and conditions of this Agreement and the Dallas County CARES Act Funding Interlocal Agreement; f) ensure that Eligible Resident has not applied or received funds from the County's Emergency Housing Assistance Program; and g) fund costs for administering the Program, pursuant to Section 3.1 of this Agreement, in an amount not to exceed ten percent (10%) of all funds distributed under this Agreement. 3.6 Administration. Provider Services shall manage and administer this Program on behalf of their City as follows: a) Provider shall accept, verify, approve/deny, and track applications to the program. PAGE 3 COPPELL CARES ACT PROGRAM AGREEMENT: CITY OF COPPELL AND ��111111111METROCREST SERVICES, INC -(TM 119983) b) Provider shall create a file for each eligible applicant that contains: the completed COVID19 Impact Form, application, proof of need documentation and copy of payment verification. C) Provider shall submit a monthly report detailing the distributions and administrative costs for which they are seeking reimbursement. The report shall list the applicant identifier, payee, amount distributed, and reason for the distribution (rent or mortgage assistance, food assistance or utility assistance). d) If a grant is made to an eligible applicant, the grant must be made directly to the landlord or financial institution of the applicant, or the utility provider, or for food, through direct assistance or a voucher. e) The City has the right to access and review any application and supporting material, and reject/refuse payment for any of the approved applications if determined ineligible or to have insufficient information; and f) The City and Provider Services must comply with the recordkeeping, reporting and other requirements of the CARES Act. g) On or about November 1, 2021, Provider and the City shall meet to evaluate the total disbursements made to date and to estimate the funds that will be expended by the close of the submittal period (December 10, 2021). 3.7 Eligibility and Criteria for the Program. To be eligible for a grant from the Program: a) The applicant must be a resident of both the City and Dallas County; b) Criteria are those set forth in the CARES Act and the Treasury Department's guidance thereon; C) Only one applicant per household; d) Rent on a lease where the landlord is related within the second degree by blood or marriage to the applicant is not eligible. 3.8 No Duplication of Assistance Applications. Applicant or any other person in the household cannot be currently seeking or have received housing or living assistance for the same expenses under any other federal, state, or local program. 3.9 Assistance Grant. The following rules apply to the amount and extent of grants to an applicant: a) If the housing, utilities and/or food assistance applications are approved, the maximum assistance grant is $1,500 per month, not to exceed (3) months or $4,500, whichever is less. Payments are to be made directly to the providers. b) Grant applications may not include a request for payments for property tax, insurance or late fees. C) Subject to the limits above, food assistance is provided from the Provider Food Pantry. d) Utility assistance for municipality provided utility services (water, wastewater, electric, gas or solid waste disposal) are ineligible. e) Regardless of whether the Applicant has qualified for all three grants, grant PAGE 4 COPPELL CARES ACT PROGRAM AGREEMENT: CITY OF COPPELL AND ��111111111METROCREST SERVICES, INC -(TM 119983) assistance under the Program is capped at $4,500 for any one household. Once the cap is reached all grant funding for the grantee is closed, even if the grantee has been qualified for additional funds not yet paid to the grantee. 3.10 Reimbursement and Recapture of Ineligible Expenditures. The Parties understand that the distribution of funds for food, housing and utilities assistance to Eligible Residents is an eligible use of the Dallas County CARES Act Funding Interlocal Agreement and CARES Act funds. If the County, the U.S. Department of Treasury, or its designee, in its reasonable discretion, determines that the expenditure of Funds is not an eligible expenditure, then the City shall be responsible to make any necessary reimbursement in an amount equal to the amount of the ineligible expenditure from other of its funds. 3.11 Repayment of Unused Funds. Any Program funds not expended as provided herein by 11:59 PM December 31, 2021 shall be returned by the City to the County within 30 days. 3. 12. Reports. The City shall provide periodic reports on the use of the Funds as requested or required by Dallas County. Joint Obligations relating to Use of the Funds. a) document and verify that each expenditure was an eligible expenditure or distribution under this Agreement and the CARES ACT; b) retain copies of documentation for the retention period applicable to the CARES ACT; c) use the Funds for distributions and expenditures related to the COVID-19 emergency only; d) reimburse and re -pay to the County any monies not expended in accordance with the Interlocal Agreement; e) acknowledge and recognize that the source of these Funds is Dallas County and its CARES ACT allocation for any public programs or initiatives using these Funds; coordinate with the County any public programs or initiatives so that no duplication of services, initiatives or programs occurs; and g) comply with the terms and conditions of the Program. Article IV Indemnification Provider agrees to assume and does hereby assume all responsibility and liability for damages sustained by persons or property, whether real or asserted, in connection with the performance of services performed and to be performed hereunder. Provider covenants and agrees PAGE 5 COPPELL CARES ACT PROGRAM AGREEMENT: CITY OF COPPELL AND ��111111111METROCREST SERVICES, INC -(TM 119983) to, and does hereby indemnify and hold harmless the City its council, officers, agents, and employees from all suits, action, or claims of any character brought for or on account of any injuries or damages, whether real or asserted, sustained by any person or property by or in consequence of any negligent omission, act or conduct of Provider, its agents, servants or employees. The covenants and liabilities of Provider shall survive the termination or expiration of this Agreement. Article V Miscellaneous Provisions 5.1 Entire Agreement. This Agreement constitutes the sole and only agreement between the Parties and supersedes any prior understandings written or oral agreements between the Parties with respect to this subject matter. 5.2 Assignment. Provider may not assign this Agreement in whole or in part without the prior written consent of City. In the event of an assignment by Provider to which City has consented, the assignee shall agree in writing with City to personally assume, perform, and be bound by all the covenants, and obligations contained in this Agreement. 5.3 Successors and Assigns. Subject to the provisions regarding assignment, this Agreement shall be binding on and inure to the benefit of the Parties to it and their respective successors and assigns. 5.4 Governing Law; Venue. The laws of the State of Texas shall govern this Agreement; and venue for any action concerning this Agreement shall be in a state court of competent jurisdiction in Dallas County, Texas. The Parties agree to submit to the personal and subject matter jurisdiction of said Court. 5.5 Amendments. This Agreement may be amended only by the mutual written agreement of the Parties. 5.6 Audits and Records. Provider agrees that during the term hereof the City and its representatives may, during normal business hours and as often as deemed necessary, inspect, audit, examine and reproduce any and all of Provider's records relating to the services provided pursuant to this Agreement for a period of one year following the date of completion of services as determined by the City or date of termination if sooner. 5.7 Severability. In the event any one or more of the provisions contained in this Agreement shall for any reason be held to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality or unenforceability shall not affect any other provisions, and the Agreement shall be construed as if such invalid, illegal, or unenforceable provision had never been contained in it. 5.8 Independent Contractor. It is understood and agreed by and between the Parties that Provider in satisfying the conditions of this Agreement, is acting independently, and that City assumes no responsibility or liabilities to any third party in connection with these actions. All PAGE 6 COPPELL CARES ACT PROGRAM AGREEMENT: CITY OF COPPELL AND ��111111111METROCREST SERVICES, INC -(TM 119983) services to be performed by Provider pursuant to this Agreement shall be in the capacity of an independent contractor and not as an agent or employee of City. Provider shall supervise the performance of its services and shall be entitled to control the manner and means by which its services are to be performed, subject to the terms of this Agreement. 5.9 Notices. Any notice required or permitted to be delivered hereunder may be sent by first class mail, overnight courier or by confirmed or facsimile to the address specified below, or to such other parry or address as either Parry may designate in writing, and shall be deemed received three (3) days after delivery set forth herein: If intended for City, to: With copy to: Mike Land, City Manager Robert E. Hager City of Coppell, Texas Nichols, Jackson, Dillard, Hager & Smith, LLP 13000 William Dodson Parkway 1800 Ross Tower Coppell, Texas 75234 500 N. Akard Dallas, Texas 75201 If intended for Provider: Tracy Eubanks, Chief Executive Officer Metrocrest Services, Inc. 13801 Hutton Drive, Suite 150 Coppell, Texas 75234 5.10 Counterparts. This Agreement may be executed by the Parties hereto in separate counterparts, each of which when so executed and delivered shall be an original, but all such counterparts shall together constitute one and the same instrument. Each counterpart may consist of any number of copies hereof each signed by less than all, but together signed by all of the Parties hereto. 5.11 Exhibits and Recitals. The recitals and exhibits attached hereto are incorporated herein and made a part hereof for all purposes. 5.12 Survival of Covenants. Any of the representations, warranties, covenants, and obligations of the Parties, as well as any rights and benefits of the Parties, pertaining to a period of time following the termination of this Agreement shall survive termination. (signatures on following page) PAGE 7 COPPELL CARES ACT PROGRAM AGREEMENT: CITY OF COPPELL AND ��111111111METROCREST SERVICES, INC -(TM 119983) SIGNED AND AGREED this day of , 2021. CITY OF COPPELL, TEXAS Mike Land, City Manager Attest: Ashley Owens, City Secretary Approved as to Form: Robert E. Hager, City Attorney SIGNED AND AGREED this day of , 2021. METROCREST SERVICES, INC. Tracy Eubanks, Chief Executive Officer PAGE 8 COPPELL CARES ACT PROGRAM AGREEMENT: CITY OF COPPELL AND ��111111111METROCREST SERVICES, INC -(TM 119983) C',P FE L File ID: 2020-5444 Version: 2 City of Coppell, Texas Master File Number: 2020-5444 Type: Agenda Item Reference: File Name: GEORGE Coffee Old Town Addition 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Public Hearing In Control: Planning & Zoning Commission File Created: 12/07/2020 Final Action: Title: PUBLIC HEARING: Consider approval of PD -250R21 R -H, Old Town Addition, Lot 1 R2, Block C, zoning change request from PD -250R21 -H (Planned Development -250 -Revision 21 -Historic) to PD -250R21 R -H (Planned Development -250 -Revision 21 -Revised -Historic) to allow the coffee shop/retail to remain on the 1 st floor and to convert one of the residential units (Apt. 202) into an office space on the 2nd floor; on 0.24 acres of property located at 462 Houston St., at the request of Christian Hemberger, the property owner. Notes: Sponsors: Attachments: City Council Memo.pdf, Staff Report.pdf, POA Approval.pdf, Parking Analysis.pdf, Conceptual 2nd Floor Plan.pdf Contact: Drafter: Related Files: History of Legislative File Enactment Date: Enactment Number: Hearing Date: Effective Date: Ver- Acting Body: Date: Action: Sent To: Due Date: Return Result: sion: Date: 1 Planning & Zoning 12/17/2020 Approved Pass Commission Text of Legislative File 2020-5444 Title PUBLIC HEARING: Consider approval of PD -250R21 R -H, Old Town Addition, Lot 1 R2, Block C, zoning change request from PD -250R21 -H (Planned Development -250 -Revision 21 -Historic) to PD -250R21 R -H (Planned Development -250 -Revision 21 -Revised -Historic) to allow the coffee City of Coppell, Texas Page 1 Printed on 1/8/2021 Master Continued (2020-5444) shop/retail to remain on the 1 st floor and to convert one of the residential units (Apt. 202) into an office space on the 2nd floor; on 0.24 acres of property located at 462 Houston St., at the request of Christian Hemberger, the property owner. Summary Sustainable Government City of Coppell, Texas Page 2 Printed on 1/8/2021 MEMORANDUM To: Mayor and City Council From: Mindi Hurley, Director of Community Development Date: January 12, 2021 Reference: PUBLIC HEARING: PD-250R21R-H, Old Town Addition, Lot 1R2, Block C, a zoning change request from PD -250R21 -H (Planned Development -250 -Revision 21 -Historic) to PD-250R21R-H (Planned Development -250 -Revision 21 -Revised -Historic) to allow the coffee shop/retail to remain on the 1st floor and to convert one of the residential units (Apt. 202) into an office space on the 2nd floor; on 0.24 acres of property located at 462 Houston St., at the request of Christian Hemberger, the property owner. 2040 Pillars: Enhance the Unique "Community Oasis" Experience & Create Business & Innovation Nodes Executive Summary: This request is to allow the conversion of a second -floor residential use to 2,059 square feet of speculative professional office space. Introduction: In October 2015, Council approved a 7,818 -square -foot first floor coffee house with residential above for the subject property. The proposed change in use requires a PD amendment. Analysis: Preliminary plans include 3 private offices, one multi-desk/shared office, and one common space including a utility room, kitchen, community table and soft seating area. It is estimated that this will allow for a staff of approximately 10. The applicant has received approval from the Old Town Coppell Property Owners Association for the conversion of this space. The applicant updated the parking analysis for the Main Street Area that was previously done for the Arts Center. Overall, there are 894 required spaces for the various uses and 1,015 parking spaces being provided for the master planned area. This does not include the 40 parking spaces on Burnett Street. Legal Review: N/A Fiscal Impact: None Recommendation: The Planning & Zoning Commission unanimously (6-0) recommended approval subject to the following conditions: 1. This will be subject to a detailed building review with permit submittal. 2. This is subject to egress provisions for non-residential buildings under the 2015 IBC and once reclassified, the space cannot be used as a dwelling. Attachments: 1. Staff Report 2. POA Approval 3. Parking Analysis 4. Conceptual 2nd Floor Plan CITY OF COPPELL PLANNING DEPARTMENT STAFF REPORT CASE NO.: PD-250R21R-H, Old Town Addition Lot 1R2, Block C P&Z HEARING DATE: December 17, 2020 C.C. HEARING DATE: January 12, 2021 STAFF REP.: Matthew Steer, AICP Development Services Administrator LOCATION: NEC of Main Street and Houston Street SIZE OF AREA: 0.24 acres of property CURRENT ZONING: PD -250R21 -H (Planned Development -250 Revision 21 -Historic) REQUEST: A zoning change request to PD-250R21R-H (Planned Development -250 -Revision 21 -Revised -Historic) to allow the coffee shop/retail to remain on the 1st floor and to convert one of the residential units (Apt. 202) into an office space on the 2nd floor APPLICANT: Applicant: Christian Hemberger George Coffee & Provisions 462 Houston Coppell, Texas 75019 Phone: (469) 877-5425 Email: christianhembere1er&icloud.com HISTORY: Old Town Main Street: In January 2007, approximately 17 acres of what was known as the "Carter Crowley" tract were rezoned to Historic and the future land use plan was amended to allow for a continuation of the targeted uses outlined in the Old Coppell Master Plan - retail, offices, restaurants and similar uses. In August 2010, a final plat of the entire property was approved. This subdivided the larger tract of property for the purpose of establishing street rights-of-way and easements for necessary infrastructure to support development. This resulted in a total of seven blocks containing nine lots and seven different street segments. In April 2011, the zoning for the conceptual planned development was approved. This depicted the overall plan and presented the general regulations each detailed planned development use should follow. In April 2012, the first of the Detail Plans was approved for 44 patio - home lots. In May 2012, the Old Town Square was approved as was the entry feature of the subject property and an 80 -space parking lot. In August 2012, three retail/office cottages, a replica service station for a retail/restaurant site (formerly ITEM # 09 Page 1 of 3 Dodie's, now Tangerine Salon) and a neon "Main Street Coppell" sign were approved. The sign was recently changed to reflect the "Old Town Coppell" logo. In October 2012, the Local Diner site was approved at the southeast corner of Bethel Road and Main Street, east of the entry tower. In February 2013, a planned development amendment was approved which allowed for administrative review and approval of Detail Plans when in general conformance with the Concept Plan and conditions. Subsequently, ten additional Site Plans were administratively approved. In April 2015, Council approved a Conceptual Plan Amendment for development of 11 single-family lots fronting Hammond Street. In October 2015, Council approved a 7,818 -square -foot first floor coffee house with residential above for the subject property. In late 2016, a 4,900 -square -foot office was administratively approved on the northwest corner of Travis and W Main Street. In January 2017, Council approved a Detail Plan to allow the development of 12 single-family lots fronting Burns Street. Each of these have since been constructed and are now occupied. In October 2017, Council approved a Planned Development for an office cottage and a residence at the northwest corner of Houston Street and South Coppell Road. In September 2018, a Detail Planned Development to allow an approximate 32,370 square -foot Coppell Arts Center was approved and has since been constructed. A two -lot residential subdivision located on the west side of S Coppell Road just 175 feet south of W Bethel, was approved by Council on December 8, 2020. HISTORIC COMMENT: There is no historic significance related to the subject property. TRANSPORTATION: Main Street is a two-lane divided boulevard within a 114 -foot right-of-way. Houston Street connects South Coppell Road with Hammond Street and serves as an east/west connector between East & West Main Streets. It is a 24 -foot -wide two-way street within an 81 -foot right-of-way with intermittent on -street angled parking on both sides. SURROUNDING LAND USE & ZONING North — Office/cottage; PD -250R16 -H (Planned Development -250 Revision 16 - Historic) South — Vacant restaurant pad site; PD -250R8 -H (Planned Development -250 Revision 8- Historic) East— Office/cottage; PD -250R9 -H (Planned Development -250 Revision 9- Historic) West - Frost Cupcakery; PD -250R14 -H (Planned Development -250 Revision 14 - Historic) COMPREHENSIVE PLAN: Coppell 2030, A Comprehensive Master Plan, shows the property as suitable for development in accordance with the Old Coppell Historic District Special Area Plan. ITEM # 09 Page 2 of 3 DISCUSSION: Located on the northeast corner of Houston and Main Streets, this request is to allow the coffee shop/retail to remain on the 1st floor and to convert one of the residential units (Apt. 202) into a speculative professional office space on the 2nd floor. The area of the space to be converted is 2,059 square feet. Preliminary plans include 3 private offices, one multi-desk/shared office, and one common space including a utility room, kitchen, community table and soft seating area. It is estimated that this will allow for a staff of approximately 10. The applicant has received approval from the Old Town Coppell POA for the conversion of this space. A parking analysis was done to ensure that the conversion of this space to professional office was feasible. The use amendment will result in a change of required parking from 2.5 parking spaces for the residential unit to 7 parking spaces for the professional office (1 parking space per 300 square feet). The applicant amended and updated the study for the Main Street Area that was previously done for the Arts Center. Overall, there are 894 required spaces for the various uses and 1,015 parking spaces being provided for the master planned area. This does not include the 40 parking spaces on Burnett Street. In sum, the proposal meets the parking requirements and has POA approval. Staff is recommending approval. RECOMMENDATION TO THE PLANNING AND ZONING COMMISSION: Staff is recommending APPROVAL of PD-250R21R-H subject to the following conditions being met: 1. This will be subject to a detailed building review with permit submittal. 2. This is subject to egress provisions for non-residential buildings under the 2015 IBC and once reclassified, the space cannot be used as a dwelling. ALTERNATIVES: 1. Recommend approval of the request 2. Recommend disapproval of the request 3. Recommend modification of the request 4. Take under advisement for reconsideration at a later date ATTACHMENTS: 1. POA Approval 2. Parking Analysis 3. Conceptual 2nd Floor Plan ITEM # 09 Page 3 of 3 MAIN STREET COPPELL PROPERTY OWNERS ASSOCIATION MODIFICATIONS SUBMISSION FORM NAME: A Decent Establishment, LLC DATE: October 7, 2020 ADDRESS: 462 Houston St. PHONE: 469.877.5425 Coppell, TX. 75019 I would like to request approval for the following submission: (Please make sure to include specifications, height, materials, color, etc. and a site plan showing location of the improvement) omeowner's Sip -nature IMPORTANT NOTICE: For your protection, inquire with the City of Coppell about permit requirements before starting any work on this property involving new construction, additions, alterations, or any modifications to structural, electrical, heating, water, gas, of sanitary plumbing systems or property improvements. Mail to: Main Street Coppell Property Owners Association Post Office Box 191185 Dallas, Texas 75219 Please call the Management office at (214) 520-0099 if you have any questions. REVIEWED BYMODIFICATIONS COMMITTEE: DATE S Oc'r ,y, 0 WWWApproved Denied Conditions/Reasons/Comments: Architectural Modifications F, 0 0 0 t I 0 -T 0 0 0 -7. --- ----------- 0 0 71, 217 0 MAIN STREET 0 0 er a _ o;.... c Q Lti 0 AIN STREETO T-, 0 ml 0 9 I. E. STR T a. 0 U 0 , LF T E. 0 BURNET STREET E d 71 J 1W L L L L -J -L--- S. COPPELL ROAD OLD TOWN ARTS CENTEIR, COPPELL ... .... .... LDTOWN VICINITY SRKING PLAN A02 City of Coppell, Texas C',P FE L File ID: 2020-5441 Version: 2 File Name: Valley Ranch Plaza PD Master File Number: 2020-5441 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Type: Agenda Item Status: Public Hearing Reference: In Control: Planning & Zoning Commission File Created: 12/07/2020 Final Action: Title: PUBLIC HEARING: Consider approval of PD -157R8 -C, Valley Ranch Plaza, a zoning change request from PD -157R7 -C (Planned Development -157- Revision 7 -Commercial) to PD -157R8 -C (Planned Development -157- Revision 8 -Commercial), to allow for the subdivision of the property into three lots for the sale of the different lots/businesses on approximately 4.6 acres of property located at the southwest corner of East Belt Line Road and South MacArthur Blvd, at the request of BLMA, Ltd and Phase II BLMA, Ltd. Notes: Sponsors: Enactment Date: Attachments: City Council Memo.pdf, PZ Staff Report.pdf, Site Enactment Number: Plan.pdf, Landscape Plans.pdf, Building Elevations.pdf Contact: Hearing Date: Drafter: Effective Date: Related Files: History of Legislative File Ver- Acting Body: Date: Action: Sent To: Due Date: Return Result: sion: Date: 1 Planning & Zoning 12/17/2020 Approved Pass Commission Text of Legislative File 2020-5441 Title PUBLIC HEARING: Consider approval of PD -157R8 -C, Valley Ranch Plaza, a zoning change request from PD -157R7 -C (Planned Development -157- Revision 7 -Commercial) to PD -157R8 -C (Planned Development -157- Revision 8 -Commercial), to allow for the subdivision of the property into three lots for the sale of the different lots/businesses on approximately 4.6 acres of property located at the southwest corner of East Belt Line Road and South MacArthur Blvd, at the City of Coppell, Texas Page 1 Printed on 1/8/2021 Master Continued (2020-5441) request of BLMA, Ltd and Phase II BLMA, Ltd. Summary Strategic Pillar Icon: Sustainable Government City of Coppell, Texas Page 2 Printed on 1/8/2021 MEMORANDUM To: Mayor and City Council From: Mindi Hurley, Director of Community Development Date: January 12, 2021 Reference: Public Hearin: Consider approval of a zoning change request from PD -157R7 -C (Planned Development -157- Revision 7 -Commercial) to PD -157R8 -C (Planned Development -157- Revision 8 -Commercial), to allow for the subdivision of the property into three lots for the sale of the different lots/businesses on approximately 4.6 acres of property located at the southwest corner of East Belt Line Road and South MacArthur Blvd, at the request of BLMA, Ltd and Phase II BLMA, Ltd. being represented by Winkelmann and Associates Inc. 2040: Create Business and Innovation Nodes Executive Summary: This proposal is to revise the Planned Development to allow for the subdivision of the property into three lots for the potential sale of the different lots/businesses. This request is accompanied by a replat which will create the three separate lots. Introduction: The site is currently home to three buildings. A McDonalds occupies the building at the southwest corner of E. Belt Line Road and S. MacArthur Blvd. To the west of the McDonalds, also fronting Belt Line Road is a retail center that is approximately 8,000-sf in size. The third building is located directly south of the first two buildings and fronts onto MacArthur Blvd. It is the largest of the three buildings at approximately 19,366-sf. In reviewing the site, the most significant revision to the existing centers is the addition of additional landscaping to the three proposed lot sites. There are no proposed changes to the exterior of any of the buildings. There are some PD Conditions being requested due to the existing nature of the buildings on site and the creation of lot lines where none existed previously. The request is to allow for the setbacks to be as shown on the plan, since all of the buildings are existing and no new building expansions are proposed at this time. The second PD request is to allow for the internal perimeter landscape locations to be as shown on the plan, as was originally approved. Again, the center is existing and there are no current plans to change the buildings. The first two lots are exceeding the overall landscaping area calculations. The third lot is deficient by today's standards in overall area and was originally short 12 trees on this lot. The applicant is proposing to add a significant number of trees to the overall development and 10 to this site in particular. The third PD Condition is to allow for a parking agreement between Lots 1 and 3. Currently Lot 1 is short two spaces based on the proposed uses for that building and the new lot configurations. Lot 3 has an excess of parking spaces allowing for sharing to occur. The ordinance allows for the sharing of parking spaces if a parking agreement is in place. Staff is not opposed to this request. Analysis: On December 17, 2020, the Planning and Zoning Commission recommended APPROVAL of PD - 157R8 -C, subject to the following conditions: 1. The replat for this site must be filed 2. To allow the setbacks for Lot 3, Block A, to be as shown on the plan. 3. To allow the landscaping to be as shown on the plan. 4. To require a parking agreement between Lots 1 and 3 be filed at the county and listed on the plat and site plan. 5. To allow for a shared dumpster agreement. Legal Review: This did require city attorney review for the shared parking and dumpster agreements Fiscal Impact: None Recommendation: The Planning and Zoning Commission recommended APPROVAL of the PD request subject to staff conditions listed above. Attachments: 1. PZ Staff Report 2. Site Plan 3. Landscape Plan 4. Building Elevations 2 P&Z HEARING DATE: C.C. HEARING DATE: STAFF REP.: LOCATION: SIZE OF AREA: CURRENT ZONING: REQUEST: APPLICANT: CITY OF COPPELL PLANNING DEPARTMENT STAFF REPORT PD-157R&C, Valley Ranch Plaza December 17, 2020 January 12, 2021 Mary Paron-Boswell, Sr. Planner Southwest corner of E. Belt Line Road and S. MacArthur Blvd 4.6 acres of property PD -157R7 -C (Planned Development 157 Revision 7 — Commercial) Revise the Planned Development to allow for the subdivision of the property into three lots for the potential sale of the different lots/businesses. Owner: Preston Evans BLMA & PH II BLMA LTD 8350 N. Central Expressway #1330 Dallas, Texas 75206 prestonaa,j tevans. com Engineer: Mike Clark Winkelmann & Associates 6750 Hillcrest Plaza Dr., Suite 215 Dallas, Texas 75230 mclark(e ,,winkelmann. com Architect: Donald F. Sopranzi, A.I.A. 10260 N. Central Expressway 9258 Dallas, Texas 75231 dons( dfsarchitect. com HISTORY: This property was platted in 1987 and replatted in 1992. Three Special Use Permits on were approved in 1987 (a service station, a car wash, and a convenience store) In mid-1994, Council granted Special Use Permits for a Schlotzsky's and for an Arby's. In late 1994, Council granted a Special Use Permit for a SpeeDee Oil Change. None of these proposals were constructed. In August 1996, Council approved a planned development for a 3,278 -square foot drive-through restaurant (McDonalds) and a 19,200 -square foot retail/restaurant building on 3.676 acres. In February, 1999 the Planning and Zoning Commission approved an 8,000 square -foot retail building. When Council heard the case on ITEM # 6 Page 1 of 3 March 9, 1999, the applicant had submitted a site plan showing a 10,000 -square foot structure. Given the plan did not meet the city's parking regulations and that the Planning and Zoning Commission had not reviewed that particular plan, Council denied the zoning request. The applicant resubmitted the plans the following month showing an 10,000 -square foot retail building, which was approved. In 2001 a site plan amendment was approved which reduced the size of the Phase 11 retail building from 10,000 square feet to 8,000 square feet as well as enclosed the 1,360 -square foot outdoor patio space of the McDonald's restaurant. In 2017 a PD request to revise the circulation patterns to allow a drive-through restaurant and increase the queuing for an existing restaurant, modifications to the facade to update the appearance of this shopping center, and to revise the lighting to enhance the visibility and safety was approved. The circulation to the two restaurants was not done. McDonalds did upgrade some exterior lighting and some facade improvements to the larger shopping center were done. HISTORIC COMMENT: There is no historic significance related to the subject property. TRANSPORTATION: MacArthur Boulevard and Belt Line Road are P6D divided major thoroughfares built to standard in a 100'right-of-way. SURROUNDING LAND USE & ZONING: North — retail/restaurant; C (Commercial) South — Wendy's and Goodyear; LI with SUPS East - shopping center, gas station, bank and Boston Market; LI with SUPS West - Belmont Landing; PD 261-RBN COMPREHENSIVE PLAN: The Coppell 2030 Comprehensive Master Plan, adopted March 22, 2011, shows the property as suitable for Mixed Use Community Center uses. DISCUSSION: The purpose of this request is to allow for the subdivision of the property into three lots for the potential sale of the different lots. This request is accompanied by a replat which will create the three separate lots. The site is currently home to three buildings. A McDonalds occupies the building at the southwest corner of E. Belt Line Road and S. MacArthur Blvd. This building is approximately 3,278-sf. To the west of the McDonalds, also fronting Belt Line Road is a retail center that is approximately 8,000-sf in size. The third building is located directly south of the first two buildings and fronts onto MacArthur Blvd. It is the largest of the three buildings at approximately 19,366-sf. In reviewing the site, the most significant revision to the existing centers is the addition of additional landscaping to the three proposed lot sites. There are no proposed changes to the exterior of any of the buildings. There are some PD Conditions being requested due to the existing nature of the buildings on site and the creation of lot lines where none existed previously. With the addition of lot lines additional setbacks are required by ordinance. The request is to allow for the setbacks to be as shown on ITEM # 6 Page 2 of 3 the plan, since all of the buildings are existing and no new building expansions are proposed at this time. Any future expansions will need to comply with all setback requirements. The second PD request is to allow for the internal perimeter landscape locations to be as shown on the plan, as was originally approved. Again, the center is existing and there are no plans to change the buildings. The first two lots are exceeding the overall landscaping area calculations. The third lot is deficient by today's standards in overall area and was originally short 12 trees on this lot. The applicant is proposing to add a significant number of trees to the overall development and 10 to this site in particular. Staff is in favor of the PD Condition. The third PD Condition is to allow for a parking agreement between Lots 1 and 3. Currently Lot 1 is short two spaces based on the proposed uses for that building and the new lot configurations. Lot 3 has an excess of parking spaces allowing for sharing to occur. The ordinance allows for the sharing of parking spaces if a parking agreement is in place. Staff is not opposed to this request. RECOMMENDATION TO THE PLANNING AND ZONING COMMISSION: Staff is recommending APPROVAL of PD -157R8 -C, Valley Ranch Plaza, subject to the following conditions: 1. The replat for this site must be filed 2. To allow the setbacks for Lot 3, Block A, to be as shown on the plan. 3. To allow the landscaping to be as shown on the plan. 4. To require a parking agreement between Lots 1 and 3 be filed at the county and listed on the plat and site plan. 5. To allow for a shared dumpster agreement. ALTERNATIVES: 1. Approval of the request 2. Denial of the request 3. Modification of the request 4. Hold this request under advisement ATTACHMENTS: 1. Site Plan 2. Landscape Plans 3. Elevations ITEM # 6 Page 3 of 3 BELT LINE ROAD 110858'a3" Ws_ aan -26000— L-40 26000- 0 74' eTo h L-4070'' C 8225'53 E T III b,Pas c sma © e� aeo 3 e ILL on ro srt so tP looz es v 8 O 01170 ITT FINTED 4%65 PLO 5E II 0030 3, PG. p 255 FT) I IL sre a�11 „ Pte'11 ToriII LL s rP h 3RL L I- - 0 0 ©I I 111 17111 PI IA III 11 PI 21 .17 11 0 0 . h oPW .d� " „® "T", zT,is eo o. zavrn acsros20 1011'- Nlass, Aaro ® 141111111 zo �.rLr - 1 A 24 F111 FAIE"" 21zss1 1711 1115 4 7�o DIDIT —1 a sea 1-1 FT) d� b } C '7' 'c P �r ,r n L112 nRs 7 v0s.2, 2015 1111 ' L \ Z D If B aL NOT W�PARi 5 hD1111 AB6REVIATION LET— N cw Power Pde ms iia as FlIll x ur+ uannorze a m - - WV P rrax Fa fou ca d w c Wa�ei Vmreeeesrar wed' ��po➢wn W E Tv rer�nrne r Ctinaele So d r I wafer ueier P- PF �ob�er"e Al 5 >a'o554.. cu P�.rrrT arxxm�rED Ell�;il oE8e ee mxr.�. r ,"x 39.50' L-44.06'- - ' — - — Ch L=4388' LEGEND Ch B=37752231 "E uoPscoeraara o- B 24' FIRE LANE AND %k0o BEG FIN NN IN NG ACCESS EASEMENT 14 All I IAIIIIAII RREA IFITM' sq $ _ o oP, 11 o IAITAI ns en:Mn o DID c 8 ea ®� Q, B� I. o Ll � . =vAl I m a .... aF Tra, �O�s C; ► gcag' Ro 112 1-1 `� 3PNOTES E"111 15 z 7, TYPICAL EXISTING PARKING SPACES ARE 9',78'. a m2nll sa e� s 2. EACH LOT SHALL BE RESPONSIBLE FOR 2, © Gs� R -240 0b o0 MAINTENANCE OF THEIR OWN LOT'S PAVING, 72/06/2090 50 4a i T' ID 11, Lri L 5031 � RSL LANDSCAPING, AND UTILITIES F �- U '38 ' -- �--26qB 0 2629 W 21 rzPD CONDITIONS: a c L4 5454 7. SETBACKS FOR LOT 3, BLOCK A TO BE AS U2 Ch B S '3815SHOWN ON THE PLAN Z Z 2. INTERNAL LANDSCAPE BUFFERS SHALL BE AS O Q © Pa a, No ON THE PLAN oll 3 P d a x o,aa SITE IS SUBJECT TO A SHARED PARKING C4 w v x _ �111 h� AGREEMENT FILED C) F w 4. SHARED DUMPSTER AS SHOWN ON PLAN BETWEEN 2 J mLOT 7 AND 5,, BLOCK A F g O ¢ o r/s c.T' Pc. O LrcnT mroasTrzuL z w 2- U � O � IlDc34 VALLEY RANCH PLAZA PHASE 1 AND 2 v" LOTS 1-3' BLOCK A a. O 4.591 ACRES - ZONED COMMERCIAL (PO 157R7 Z EXISTING MATERIALS SCHEDULE Cpo —1-111H aER0--5S5Slo. mgg CONTACT NOTES SITE DATA 0 o�R PARKING DATA — % a000 1" 1000 oo�A�s moo, �.. �.E ,=o .o— a, oµ —1 1W aa-oE° 11AIES COPPELL TXoaJ Q H11111— 11— vnuc� re rem. 5011 ss U I IRVING, TX Mk�a, 69r Ma,wrmwxr�cu,wwmu LANDSCAPE x MAINTENANCE PROVISIONS NORTH ���o P�R`M—H DALLAS, T CARROLLTON, TX. Q l > m u c:z O " �o LOT 1LANDSCAPE DATA a c Q �a 1-11 —11 y -s 11111 1,RE� 0 To GME 1 «1 1.121 �L EXISTING MATERIALS SCHEDULE Cpo —1-111H aER0--5S5Slo. mgg CONTACT NOTES SITE DATA 0 o�R PARKING DATA — % a000 1" 1000 oo�A�s moo, �.. �.E ,=o .o— a, oµ —1 1W aa-oE° 11AIES COPPELL TXoaJ Q H11111— 11— vnuc� re rem. 5011 ss U I IRVING, TX Mk�a, 69r Ma,wrmwxr�cu,wwmu LANDSCAPE x MAINTENANCE PROVISIONS NORTH ���o P�R`M—H DALLAS, T CARROLLTON, TX. Q l > m u 0 U j LANDSCAPE DATA O cn o� u �G�_nEreGn�are =�sGrere=, sGsre=�,�GreG-,,reEE —� 1 �n ��✓ � '� ,,° i s,a�-nEGre aEn r EXISTING MATERIALS SCHEDULE n��nEGre«EEG« � Gay «sreG� '�� ,Y- - ,acs w3EresreoEun xoca z cu s ,.s aIH E ,a<enc,osvMn tiry N'}n, cuM a Gms O. owH GCp Erecrenss o�E�sE�oG�,�o rreou ,nre�E SnPcs - eoGo� �ss� T G MreEGn E.111aEn�reGa Gn�Gwre — — PER SITE DATA CONTACT NOTES / PARKING DATA 4✓�_�_ 4630.."x;00°'ID11Es-o, .G,AE a� GAaaRG GGrewre E sGErenrer n. EEEre nE m o D 11 re GEre.a� T-1 as nN� 11 -DED — as san�E1 D. S. N zo Q COPPELL, TX. ex INN �—NP, Q 1ES sure ns U ( / .. �._ vu�cvn o.rs s f - _ IRVING, TX r'+'u'ui°w�°v90 rzuPm.avax�xnEuwJH onu U ARTHUR BOULEVARDx (va bl width right f ay) --- -ti --- P R O V I S ONS MA INTE E II ' NORTH �EFG , E DALLAS, T CARROLLTON, TX. o�lEl M-1 ryn' emu oai EEre, E. rv<EaEre E< r re E a«� LANDSCAPE DATA t / 0 u cn u 3 ,nx°TCAaixc arewios° j � / P fj'A ' � srz reqs reEw rem f� N UM TOAL TREES REOURED GRAND TOTAL TREES PRovIDE REPO FED ORAND TOTAL ( A) GRAND TOTAL APPRDVED By P GRAND TOTAL P.D. PROVIDED 17 CRAND TOTAL OVER P & Z ca E APPR AL 2: (+ 2353 5. 1.) � EXISTING MATERIALS SCHEDULE , saE-11— ° o„ EK DE DUEaIus �aDn A ,� "' HIM ss,D,a « IMM b °aA` arya;� w`o I—Il O,e'reS ' =cre <EsE7RDn s �P„DD I e 'DE=, TE_4 a aawa a - a 0 x.DRo �u,Dre DEre�uD. DreressE, as sreDrvx SITE DATA CONTACT NOTES O, 3 RE=TAI—T,D =E TAND ,, 122 s,DD _' � 1 ITAI P A R K I N G DATA 11111D �T Pre �.. �eD�� ,P3Da�FDfiRzoo EI,SPA�E, D, 11 — �,A,.1REso — — — T TDTAE PD P-1- PROVDED 1171—ES �� —S-5—HI-1— ' �EreTaPPED�, .. _ COPPELL, TX. wax /. IRVING, TX vnucva �,?^°;,p,90&uoaar-11—Nnmu DSCAPE MAfNTENANCE m PROVISIONS f f wa a a o s NORTH T�re�Ds,anDsca,�Man,Exa s�a�D a<aa,: �,a D,re,Dz, M D n anD,E —5 o" %//, > m v DALLAS- CARROLLTON, TX. ,aczA o creecx <nD <D,usT ------------- vere,um Twice Pere afa`re(is`PPoryoE PLre r+ox,n EAST ELEVATION ° WEST ELEVATION -ARTIAL ENLARGED ELEVATION ELEVATION -EYED NOTES O EXISTING EIFS CORNICE. (E)EXISTING WROUGHT IRON RAILING. (D EXISTING BRICK VENEER. EXISTING EIFS FASCIA. (D EXISTING TEXTURED CONCRETE BLOCK WAINSCOT. © EXISTING ALUMINUM STOREFRONT SYSTEM. O EXISTING EIFS ARCH. (DEXISTING LIMESTONE ENTRY SURROUND. (D EXISTING TEMPERED GLASS STOREFRONT. EXISTING ALUMINUM ENTRANCE DOORS. EXISTING PAINTED TILT -WALL PANELS. EXISTING PAINTED HOLLOW METAL DOOR AND FRAME. EXISTING MANUFACTURED METAL DOWNSPOUT. ❑HASE I Al NOVEMBER 32020 NORTH ELEVATION _ SO-TH ELEVATION__ ELEVATION -EYED NOTES 0' EXISTING EIFS CORNICE. 0 EXISTING PAINTED HOLLOW METAL DOOR AND FRAME. OO EXISTING BRICK VENEER. 0+ EXISTING EIFS FASCIA. 0 EXISTING TEXTURED CONCRETE BLOCK WAINSCOT. © EXISTING ALUMINUM STOREFRONT SYSTEM. 0 EXISTING EIFS ARCH. ❑RASE I /q El ,1 ❑ARTIAL ❑LAN NORTH ELEVATION OA PARTIAL PLAN KEYED NOTES T EXISTING CONCRETE WHEEL STO-S. T EXISTING CONCRETE C -RB. T EXISTING-OLE140-NTED ACCESSIBLE JAR-ING SIGNS. O EXISTING ACCESSIBLE C -RB RAM O EXISTING EIFS ARCH ABOVE. T EXISTING ALMIN-M STOREFRONTAND ENTRANCE SYSTEM. O EXISTING TENANT DEMISING WALLS. ELEVATION KEYED NOTES T EXISTING EIFS CORNICE. T EXISTING BRIC-VENEER. T EXISTING EIFS FASCIA. O EXISTING EIFS ARCH. T EXISTING ALMIN-M STOREFRONTAND ENTRANCE SYSTEM. T EXISTING HOLLOW METAL DOOR AND FRAME. O EXISTING TEXT -RED CONCRETE BLOC -WAINSCOT. EAST ELEVATION © ° ❑HASE II AE9 SO❑TH ELEVATION m�® WEST ELEVATION ELEVATION KEYED NOTES 0 EXISTING EIFS CORNICE. ® EXISTING ERIC T VENEER. 0 EXISTING EIFS FASCIA. O EXISTING EIFS ARCH. O EXISTING AL MIN -M STOREFRONT AND ENTRANCE SYSTEM. © EXISTING HOLLOW METAL DOOR AND FRAME. O EXISTING TEXT -RED CONCRETE BLOC -WAINSCOT. O EXISTING MAN -FACT -RED METAL DOWNS -O -T. ❑HASE II AE9.1 NORTH FACADE EASTFACADE EXISTING BALDING FACADES SO❑TH FACADE WEST FACADE VALLEY RANCH McDONALDS A E NOVEMBER 32020 C',P FE L File ID: 2020-5443 Version: 2 City of Coppell, Texas Master File Number: 2020-5443 Type: Agenda Item Reference: File Name: Trinity River Kayak Storage Building 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Public Hearing In Control: Planning & Zoning Commission File Created: 12/07/2020 Final Action: Title: PUBLIC HEARING: Consider approval of PD -260R3 -R, Trinity River Kayak, zoning change request from PD -260R2 -R (Planned Development -260 -Revision 2 -Retail) to PD -260R3 -R (Planned Development -260 -Revision 3 -Retail) to amend the site plan to allow for the demolition of an existing storage building and construction of a new structure containing a garage, enclosed storage area and covered pavilion area; on 1.49 acres of property located 1601 E. Sandy Lake Road, at the request of Aaron Duncan on behalf of Jeff Varnell, Varnell Holdings, LLC. Notes: Sponsors: Enactment Date: Attachments: City Council Memo.pdf, PZ Staff Report.pdf, Site Enactment Number: Plan.pdf, Landscape Plan.pdf, Building Elevations.pdf Contact: Hearing Date: Drafter: Effective Date: Related Files: History of Legislative File Ver- Acting Body: Date: Action: Sent To: Due Date: Return Result: sion: Date: 1 Planning & Zoning 12/17/2020 Approved Pass Commission Text of Legislative File 2020-5443 Title PUBLIC HEARING: Consider approval of PD -260R3 -R, Trinity River Kayak, zoning change request from PD -260R2 -R (Planned Development -260 -Revision 2 -Retail) to PD -260R3 -R (Planned Development -260 -Revision 3 -Retail) to amend the site plan to allow for the demolition of an existing storage building and construction of a new structure containing a garage, enclosed City of Coppell, Texas Page 1 Printed on 1/8/2021 Master Continued (2020-5443) storage area and covered pavilion area; on 1.49 acres of property located 1601 E. Sandy Lake Road, at the request of Aaron Duncan on behalf of Jeff Varnell, Varnell Holdings, LLC. Summary Sustainable Government City of Coppell, Texas Page 2 Printed on 1/8/2021 T H E ^ C � T Y • 0 F COFFELL k t 6 MEMORANDUM To: Mayor and City Council From: Mindi Hurley, Director of Community Development Date: January 12, 2021 Reference: Public Hearin: Consider approval of a zoning change request from PD -260R2 -R (Planned Development -260 -Revision 2 -Retail) to PD -260R3 -R (Planned Development - 260 -Revision 3 -Retail) to amend the site plan to allow for the demolition of an existing storage building and construction of a new structure containing a garage, enclosed storage area and covered pavilion area; on 1.49 acres of property located 1601 E. Sandy Lake Road, at the request of Aaron Duncan on behalf of Jeff Varnell, Varnell Holdings, LLC. 2040: Implement Innovative Transportation Networks Executive Summary: Last year this site was approved to have a live/work use. The site is home to Trinity River Kayak. The owner is proposing to do some improvements on site which include the demolition of an old garage and replacing it with a newer structure. This new structure will include a garage, additional enclosed storage space and a covered pavilion area. Introduction: The existing site has a garage which the applicant is proposing to demolish. It is located at the end of the paved fire lane/driveway turnaround and in front of the parking lot for the kayak business. A demolition permit will be required to remove the building. The proposed new garage will be in the same general area and be accessed from the same paved fire lane/ driveway. The new building will be approximately 2,500 sf and 100 feet wide. A quarter of the building will be the new garage (625 sf), another quarter will contain an enclosed storage space for the business, while the other half of the building (1,250 sf) will contain the covered open pavilion area. The pavilion/patio area is where kayakers can wait in the shade for their turn to hit the water. In terms of landscaping there are no new plants or trees proposed. The site was updated with landscaping in 2019 with the previous request. The building was placed so as not to disturb the recently planted trees adjacent to the parking area. The new building itself will be constructed of metal with PBR metal panels. The building will be powder coated with a Hunter Green color to match the existing main building on site. The roof will also be PBR metal panels with a Dark Brown color. The pavilion area will be open and under roof. The poles in the pavilion area will be wrapped in cedar and stained to match the other buildings on site. Analysis: On December 17, 2020, the Planning and Zoning Commission recommended APPROVAL of PD - 260R3 -R, subject to the following conditions: 1. There may be additional comments may be additional comments at the time of Building Permit and Detail Engineering Review. 2. A Demolition Permit is required to remove the existing structure. Legal Review: This did not require city attorney review. Fiscal Impact: None Recommendation: The Planning and Zoning Commission recommended APPROVAL of the PD request subject to staff conditions listed above. Attachments: 1. PZ Staff Report 2. Site Plan 3. Landscape Plan (Existing) 4. Building Elevations 2 CITY OF COPPELL PLANNING DEPARTMENT STAFF REPORT CASE NO.: PD -260R3 -R, Trinity River Kayak Company P&Z HEARING DATE: December 17, 2020 C.C. HEARING DATE: January 12, 2021 STAFF REP.: Mary Paron-Boswell, Sr. Planner LOCATION: 1601 E. Sandy Lake Road SIZE OF AREA: 1.5 acres of property CURRENT ZONING: PD -260R2 -R (Planned Development -260 -Revision 2 -Retail) REQUEST: A zoning change request to PD -260R3 -R (Planned Development -260 Revision 3 - Retail), to amend the site plan to allow for the demolition of an existing storage building and construction of a new structure containing a garage, enclosed storage area and covered pavilion area. APPLICANT: Owner: Jeff Varnell 1601 E. Sandy Lake Rd. Coppell, Texas 75019 214-714-5051 i eff(e�a�,trinityriverkayak. com HISTORY: This property has been zoned for retail uses for over 25 years and was formerly occupied by a bait shop and a residence. In 2013, the property owner was granted a rezoning to allow a convenience store and canoe, kayak, paddleboard storage, rentals and sales (no residence). Given the challenges imposed by reusing existing buildings and incorporating new construction, this property was rezoned to a Planned Development District to allow for variances to regulations of the Zoning and Subdivision Ordinances to accommodate this use, including: • Variance to the building setback requirements. • Variance to the masonry requirements for the existing and proposed buildings. • Allowance for outside storage. • Variance to the paving requirement — the fire lane was required to be concrete, the parking areas were permitted to be asphalt/crushed lime stone. • Monument sign was permitted to be located 7.5 feet vs. 15 feet from the R.O.W. ITEM # 8 Page 1 of 3 • Perimeter landscaping requirement was waived along the east and north property lines. • No parking lot landscaping was required. • Alternative fencing was permitted along the west property line abutting the residential subdivision. • The property owner was permitted to retain the Septic System, subject to it being inspected, certified and brought up to code. On January 8, 2013 City Council approved this rezoning. A 3/4 vote of Council was required due to over 20% opposition from the abutting homeowners. After the establishment of this ordinance, the Director of Planning approved a revised sign plan which allowed for a sign on the fence/wall instead of the approved monument sign and approved the design and location of the attached sign. In 2016, a request to amend the allowed uses and signage was approved. In 2019, a request to amend the site plan to allow for a canopy and storage building, an enclosed metal storage container and to use the existing building as a live/work residence was approved by allowing variances to the Zoning Ordinance. HISTORIC COMMENT: There is no historic significance associated with the subject property. TRANSPORTATION: Sandy Lake Road is a C413, four -lane divided collector concrete roadway contained within a 110 -foot right-of-way. SURROUNDING LAND USE & ZONING: North - R L Turner FFA Project Center (CFBISD); A (Agriculture) South - Single Family; Trinity Shores PD -190 -SF -9 East - Trinity River; Cities of Dallas and Carrollton West - Single Family; Trinity Shores PD -190 -SF -9 COMPREHENSIVE PLAN: The Coppell 2030 Comprehensive Master Plan, adopted March 22, 2011, shows the property as suitable for Residential Neighborhood. DISCUSSION: Last year this site was approved to have a live/work use. The site is home to Trinity River Kayak. The owner is proposing to do some improvements on site which include the demolition of an old garage and replacing it with a newer structure. This new structure will include a garage, additional enclosed storage space and a covered pavilion area. The existing site has a garage which the applicant is proposing to demolish. It is located at the end of the paved fire lane/driveway turnaround and in front of the parking lot for the kayak business. A demolition permit will be required to remove the building. The proposed new garage will be in the same general area and be accessed from the same paved fire lane/ driveway. The new building will be approximately 2,500 sf and 100 feet wide. A quarter of the building will be the new garage (625 sf), another quarter will contain an enclosed storage space for the business, while the other half of the building (1,250 sf) will ITEM # 8 Page 2 of 3 contain the covered open pavilion area. The pavilion area is where kayakers can wait in the shade for their turn to hit the water, especially during the hot summer days. There is one variance being requested and it relates to the location of the new building. The setback on the eastern side of the pavilion is requested to be 15 -ft in lieu of the required 30 -ft. Staff is not opposed to this request since the eastern portion of the site abuts the Elm Fork Trinity River. In addition, this will line up with the existing main structure on site and allow the applicant to use the existing paved access area without having to add additional concrete on site or lose any parking spaces. In terms of landscaping there are no new plants or trees proposed. The site was updated with landscaping in 2019 with the previous request. The building was placed so as not to disturb the recently planted trees adjacent to the parking area. The new building itself will be constructed of metal with PBR metal panels. The building will be powder coated with a Hunter Green color to match the existing main building on site. The roof will also be PBR metal panels with a Dark Brown color. The pavilion area will be open and under roof. The poles in the pavilion area will be wrapped in cedar and stained to match the other buildings on site. RECOMMENDATION TO THE PLANNING AND ZONING COMMISSION: Staff is recommending APPROVAL of the PD subject to the following conditions: 1. There may be additional comments may be additional comments at the time of Building Permit and Detail Engineering Review. 2. A Demolition Permit is required to remove the existing structure. 3. Allow a 15 -ft exception to the 30 -ft side yard setback for the eastern portion of the new building. ALTERNATIVES: 1. Recommend approval of the request 2. Recommend disapproval of the request 3. Recommend modification of the request 4. Take under advisement for reconsideration at a later date ATTACHMENTS: 1. Site Plan 2. Building Elevation 3. Landscape Plan (Existing) ITEM # 8 Page 3 of 3 All SITE DATA TABLE 1111111101 11 WILINI A1100 1111 E. SANDY LAKE ROAD I'T_.NINO.Po-zn1R ll 1111 - MILI RESIDENCE ALOi.EOIN THE PRIMAP.v BUILDING E SOUAA. FOOTAGE CFB NO NGS TALI OPY 1,2965 F. 151506 I.—EACH)TO ioo5F u \ TOTAL 6,L9a S.F. ovn.w... ��„wm�vwear.,rs IRIlAll IT c." re G ! Annwwua FwTa we ILIINl: 11111111 IA _v ry 9 c,ccn i� RENTAL BV LoNu 1 6TORI H II FT .. ,�.�.... R - _NAII 5HEo5 INREAR VPRos IO IT. ---� PARK NG REOI RED PROVIDED e PR MARY BU LO Nc 1a 10 EAT. ' 11111111IARADE 1 1 LbVEREO PAl10 AREA RENTAL ST LO NG 'm xTOTAL 11 51 IN- F<R 9 t .iaou'nro v gILlllILlIN, PER OTIA1AP 1, 5ca_NATEIT,v la I I ev LO NG SETSACKs: p FRONTVARo so FT s oevARo rwesTERN PROPERrr LINE) S5 FT soevARo (EAflTEaN PROPERTrLNE11s IT AR VARo m FT. I - z I — � I < II A I I I p SHEET: SITE PLAN PROJECT INFO: PROJECT: TRINITY RIVER KAYAK COMPANY LOT 1, BLOCK A. TRINITY RIVER KAYAK SUBDIVISION 1 J T1 1601. E. SANDY LAKE ROAD 1.494 ACRE TRACT IN THE WESTON PERRY SURVEY, - COPPELL, TEXAS ABSTRACT NO. 1152, DALLAS, COUNTY, TEXAS oremoa,.nzo E SANDY LAKE ROAD OWNER INFORMATION -NELL-LEIN.S.-I _"A'NELL 1.11 E�LLANIILA'1�1- SEE ". PLANT LIST Q111LITI I -E 111111INNAll ILAIT11- 1111MINTI '2N L I" . ....... T PLANTING NOTES 1. lLANTlDE,'T'llE�.l'lLl'.lNEl.L ISETI All I.ALTIIIINEEIEIIEIENTIIE ALL ELANT TE I U T 'INTI'T" 11 -11NIPLE ALL -NT IIATE111L INTII 11 11EITANIE I'l 11"El ALL _I'S SIALL lAllE A IN"M"ON' "NTAIIE' , ALL ILANTA OLALL . ""ELL --E. TRIII IIALL LAII A 511-11 MITI TO IE161T 1. CONTIACTO1. IS 1-101SIBLI 101 LOCAIIIG ALL IIISTINS ANI lEll TIlITIKS 1110I M �'TATEL.I`T- LAN Y.NE'l' N.AANNT�".ITE% 1. L I AA I N. 110N - IE -N, NO Ell L-Al.N. IS IE -SEI SHEET: LANDSCAPE PLAN PROJECT INFO: PROJECT: TRINITY RIVER KAYAK COMPANY LOT 1, BLOCK A. TRINITY RIVER KAYAK SUBDIVISION Ml:,,A 1601. E. SANDY LAKE ROAD 1.494 ACRE TRACT IN THE WESTON PERRY SURVEY, COPPELL, TEXAS ABSTRACT NO. 1152, DALLAS, COUNTY, TEXAS A OWNER INFORMATION -NELL-LEIN.S.-I _"A'NELL 1.11 E�LLANIILA'1�1- SEE ". PLANT LIST Q111LITI I -E 111111INNAll ILAIT11- 1111MINTI '2N L I" . ....... T PLANTING NOTES 1. lLANTlDE,'T'llE�.l'lLl'.lNEl.L ISETI All I.ALTIIIINEEIEIIEIENTIIE ALL ELANT TE I U T 'INTI'T" 11 -11NIPLE ALL -NT IIATE111L INTII 11 11EITANIE I'l 11"El ALL _I'S SIALL lAllE A IN"M"ON' "NTAIIE' , ALL ILANTA OLALL . ""ELL --E. TRIII IIALL LAII A 511-11 MITI TO IE161T 1. CONTIACTO1. IS 1-101SIBLI 101 LOCAIIIG ALL IIISTINS ANI lEll TIlITIKS 1110I M �'TATEL.I`T- LAN Y.NE'l' N.AANNT�".ITE% 1. L I AA I N. 110N - IE -N, NO Ell L-Al.N. IS IE -SEI SHEET: LANDSCAPE PLAN PROJECT INFO: PROJECT: TRINITY RIVER KAYAK COMPANY LOT 1, BLOCK A. TRINITY RIVER KAYAK SUBDIVISION Ml:,,A 1601. E. SANDY LAKE ROAD 1.494 ACRE TRACT IN THE WESTON PERRY SURVEY, COPPELL, TEXAS ABSTRACT NO. 1152, DALLAS, COUNTY, TEXAS PEN aPENHUNTER GREEN, P�T�o WEST NORTH ELEVATION ELEVATION IIE R TEE NAIN c.TIL 10 UlE IIN , o 11ER z H 11 1111E 11R a'EL "ER Eo To )"' x aRnnnrcv auizoi s(HUN�E coEONMaTc No HUNTER aREENI 0111 —N _ oIEN —NE T—NE 1111REI =N 00._x.. aano SOUTH EAST ELEVATION ELEVATION GARAGE/STORAGE/COVERED PATIO STRUCTURE SHEET: BUILDING ELEVATIONS PROJECT INFO: PROJECT: TRINITY RIVER KAYAK COMPANY LOT I, BLOCK A, TRINITY RIVER KAYAK SUBDIVISION J M I uA"-.0 'F`+L" 1601. E. SANDY LAKE ROAD 1.494 ACRE TRACT IN THE WESTON PERRY SURVEY, a, COPPELL, TEXAS ABSTRACT NO. 1152, DALLAS, COUNTY, TEXAS oddRme,a, zam City of Coppell, Texas C',P FE L File ID: 2020-5466 Version: 1 File Name: Denton Tap Intersection(s) Master File Number: 2020-5466 Type: Agenda Item Reference: 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Agenda Ready In Control: Engineering File Created: 01/04/2021 Final Action: Title: Consider approval of awarding Bid # Q-1121-02 Denton Tap Intersection Improvements to Rebcon, Inc.; for the construction of auxiliary lanes at four intersections of Denton Tap Road; in the amount of $2,777,148.70; funding provided by Bond proceeds and Roadway Impact Fees; and authorizing the City Manager to sign any necessary documents. Notes: Sponsors: Attachments: Denton Tap Intersection Improvements Memo.pdf, Attachment A Location Exhibit.pdf, Attachment B Bid Tab - Consultant Recommendation.pdf, Attachment B Rebcon Bid Documents.pdf Contact: Drafter: Related Files: History of Legislative File Enactment Date: Enactment Number: Hearing Date: Effective Date: Ver- Acting Body: Date: Action: Sent To: Due Date: Return Result: sion: Date: Text of Legislative File 2020-5466 Title Consider approval of awarding Bid # Q-1121-02 Denton Tap Intersection Improvements to Rebcon, Inc.; for the construction of auxiliary lanes at four intersections of Denton Tap Road; in the amount of $2,777,148.70; funding provided by Bond proceeds and Roadway Impact Fees; and authorizing the City Manager to sign any necessary documents. Summary Fiscal Impact: Funds are available in the 2020 Bond Issue and Roadway Impact Fees for this contract. City of Coppell, Texas Page 1 Printed on 1/8/2021 Master Continued (2020-5466) Staff Recommendation: The Public Works Department recommends approval. Strategic Pillar Icon: Sustainable Government City of Coppell, Texas Page 2 Printed on 1/8/2021 MEMORANDUM To: Mayor and City Council From: Kumar Gali, P.E., Assistant Director of Public Works - Engineering Kent Collins P.E., Director of Public Works Date: January 12, 2021 Reference: Denton Tap Road Intersection Improvements Construction 2040: Pillar 0: Sustainable City Government Goal 4: City Services to Ensure High Levels of Customer Satisfaction General Information: • The City's thoroughfares are built to their planned capacity. • A number of intersections in the City would benefit from capacity improvements in the way of auxiliary lanes to maximize efficiency. • Engineering services contract for Denton Tap Intersection improvements design in the amount of $244,300.00 was awarded by council in July of 2019. • Auxiliary lanes were designed at Denton Tap Road intersections of Parkway Boulevard, Sandy Lake Road, Bethel School Road and E Belt Line/Southwestern Boulevard. • Engineer's estimated construction cost was $2.89 Million. • The City advertised for bids on October 30'h and received three qualifying bids on November 19''. • Alternative A was bid to evaluate the feasibility of replacing lime treatment with flex base to improve constructability and consistency of the final product. • Rebcon, Inc. was the lowest bidder. The base bid price is $2,578,808.70 plus an Alternative Bid A of $198,340.00 for a total bid of $2,777,148.70. Introduction/ Analysis: This agenda item is being presented to consider approval of awarding Bid 4 Q-1121-02 Denton Tap Intersection Improvements to Rebcon, Inc. in the amount of $2,777,148.70 for the construction of 1 auxiliary lanes at four intersections of Denton Tap Road; funded through bond proceeds and roadway impact fees; and authorizing the City Manager to sign all necessary documents. The locations of the auxiliary lanes included in this construction contract are as follows and are also shown on Attachment A: • Denton Tap Road at Parkway Boulevard — southbound right -turn, westbound right -turn, eastbound right -turn, northbound additional left -turn • Denton Tap Road at Sandy Lake Road — southbound right -turn • Denton Tap Road at Bethel School Road — northbound right -turn, southbound right -turn, eastbound right -turn, westbound right -turn • Denton Tap Road at E Belt Line Road/Southwestern Boulevard — southbound additional left -turn This Denton Tap Road Intersection Improvements construction project work shall consist of construction of approximately 4,700 square yards of full -depth pavement for right and left turns lanes, traffic signal improvements, storm sewer inlet relocation, and 1,200 square yards of sidewalk construction at the Denton Tap Road intersections of Southwestern Boulevard, Bethel School Road, Sandy Lake Road, and Parkway Boulevard. Additionally, this work also includes the improvements to vehicle detection systems at various intersections throughout the City (27 intersections). On November 19, 2020, the City opened three qualifying bids. Bids ranged from $2,777,148.70 to $3,049,776.11. Bids were evaluated based on the cost, qualifications, and references. Rebcon, Inc. was the lowest qualified bidder of the three bidders. Attachment B shows the bid tabulation from the three bids. Legal Review: The City's standard construction contract has been reviewed by legal periodically, with changes made as requested. Fiscal Impact: The fiscal impact of this item is $2,777,148.70, funded through Bond proceeds and Roadway Impact fees. Recommendation: The Public Works Department recommends approval of this bid award to Rebcon, Inc. 2 December 1, 2020 Kumar Gali, P.E., D. WRE Project Manager City of Coppell RE: Denton Tap Intersection Improvements Project o. ST -19-01 Bid o. Q-1121-02 Dear Mr. Gali: On November 19, 2020, the City of Coppell received bids for the Denton Tap Intersection Improvements project. The following bids were received: Bidder Base Bid Alternate Bid A Base Bid + Alternate Bid A Rebcon, Inc. $2,578,808.70 $198,340.00 $2,777,148.70 RBR Infrastructure & Road, LLC $2,864,110.00 -$32,930.00 $2,831,180.00 Ed Bell Construction Co. $3,010,406.11 $39,370.00 $3,049,776.11 Kimley-Horn and Associates, Inc. has reviewed the lowest bidders' qualifications and verified that the Contractor's bonding company is licensed in the State of Texas. Based on these reviews, it appears that Rebcon, Inc. is the lowest responsive bidder. Enclosed is a copy of the Bid Tabulation for your reference. Thank you for the opportunity to be of service to the City of Coppell. Should you have any questions or comments, please to not hesitate to contact us. Sincerely, KIMLEY-HORN AND ASSOCIATES, INC. n Dufour, P.E. E SP BID TABULATION KIMLEY-HORN AND ASSOCIATES, INC. Project Name: Denton Tap Road Intersection Improvements PROJECT NO. ST -19-01 BID NO. Q-1121-02 City of Coppell, Texas Date:11/20/2020 KHA .lnh Nn nR:3124n:32 Legend unar tl ,i i Idb it rlr�l U�/ �� CHECKED BY: Ryan Dufour, P.E., ENV SP 11/20/2020 EASE,BIFS-SECTIGN II -, EMOLIIION/PREPARA'nON BIDDER 1 BIDDER 2 BIDDER 3 Rebcon, Inc. 1868 W. Northwest Hwy Dallas, TX 75220 RBR Infrastructure & Road, LLC 825 Watters Creek Blvd. Allen, TX 75013 Ed Bell Construction Co. 10605 Harry Hines Blvd Dallas, TX 75220 Item No. Item Description Quantity Unit Unit Price Item Cost Unit Price Item Cost Unit Price Item Cost EASE BID -SECTION I,nMI$C ITSM$. ' 1,890 CY $45.00 $85,050.00 $50.00 $94,500.000 $100.00 $41,580.00 1 MOBILIZATION 1 LS $75,000.00 $75,00000$130,000.00 $19.00 $130,000.00 $120,000.00 $120,000.00 2 PROJECT SIGN 4 EA $750.00 $3,000.00 $700.00 $2,800.00 $500.00 $2,000.00 3 PROJECT COMMUNICATION 1 LS $4,000.00 $4,000.00 $120,000.00 $120,000.00 $500.00 $500.00 4 PRE -PROJECT VIDEO SURVEY 1 EA $750.00 $750.00 $3,000.00 $3,000.00 $500.00 $500.00 5 POST -PROJECT VIDEO SURVEY 1 EA $750.00 $750.00 $3,000.00 $3,000.00 $500.00 $500.00 6 FURNISH, INSTALL, MAINTAIN AND REMOVE EROSION CONTROL DEVICES 1 LS $14,000.00 $14,000.00 $26,000.00 $26,000.00 $26,000.00 $26,000.00 7 FURNISH, INSTALL AND MAINTAIN TEMPORARY TRAFFIC CONTROL DEVICES & DETOURS 1 LS $110,000.00 $110,000.00 $100,000.00 $100,000.00 $162,500.00 $162,500.00 8 BENCHMARK REESTABLISHMENT 2 EA $500.00 $1,000.00 $3,000.00 $6,000.00 $500.00 $1,000.00 9 REPLACE EXISTING TREE 5 EA $485.00 $2,425.00 $2,200.00 $11,000.00 $1,600.00 $8,000.00 TOTAL: BASE BID - SECTION I - MISC ITEMS $210,925.00 $401,800.00 $321,000.00 EASE,BIFS-SECTIGN II -, EMOLIIION/PREPARA'nON 10 RIGHT OF WAY PREPARATION 33 STA $2,800.00 $92,400.00 $800.00 $26,400.00R$6,600.00 $150.00 $217,800.00 11 UNCLASSIFIED EXCAVATION 1,890 CY $45.00 $85,050.00 $50.00 $94,500.000 $100.00 $41,580.00 12 REMOVE & DISPOSE OF EXISTING CONCRETE PAVEMENT (TO INCLUDE CURBS/PAVERS) 2,015 SY $30.00 $60,450.00 $19.00 $38,285.000 $9.50 $42,315.00 13 REMOVE & DISPOSE EXISTING CONCRETE SIDEWALK & RAMPS 1,300 SY $15.00 $19,500.00 $10.00 $13 000.000 $160.00 $18 200.014 24 REMOVE EXISTING SMALL CURB INLET 4'-8' 1 EA $1,600.00 $1,600.00 $1,500.00 $1 500.000 $230.00 $1 000.00 15 REMOVE EXISTING LARGE CURB INLET MAJOR 10'-20' 5 EA $2,400.00 $12,000.00 $1,500.00 $7500.000 $230.00 $6500.00 16 REMOVE EX 21" RCP STORM DRAIN 15 LF $19.00 $285.00 $50.00 $750.000 $63.00 $630.00 17 REMOVE EX 24" RCP STORM DRAIN 20 LF $19.00 $380.00 $50.00 $1,000.000 $220.00 $960.0018 28 REMOVE EXISTING TREE 30 EA $550.00 $16,500.00 $1,200.00 $36,000.00.0 $350.00 $15,750.00 19 REMOVE 8 RELOCATE EXISTING WAYFINDING SIGN ONTO NEW FOUNDATION 2 EA $1,500.00 $3,000.00 $1,000.00 $2,000.00 $5,000.00 $10,000.00 TOTAL: BASE BID -SECTION II - DEMOLITION/PREPARATION $291,165.00 $220,935.00 $354,735.00 BASE BIO -SECTION 111 --PAVING IMPROVEMENTS 20 8" REINFORCED CONCRETE STREET PAVEMENT 4,035 BY $95.00 $383,325.00 $69.00 $278,415.00 $150.00 $605,250.00 21 6" REINFORCED DRIVEWAY CONCRETE PAVEMENT 220 BY $90.00 $19,800.00 $65.00 $14,300.00 $100.00 $22,000.00 22 8" LIME STABILIZED SUBGRADE 4,970 BY $12.00 $59,640.00 $28.00 $139160.00 $9.50 $47,215.0 23 LIME FOR STABILIZED SUBGRADE 40 LB/SY 102 TON $180.00 $18,360.00 $350.00 $35,700.0 $160.00 $16,320.0 24 8" REINFORECED STAMPED COLORED CONCRETE PAVEMENT CROSSWALK 465 BY $220.00 $102,300.00 $140.00 $65,100.00 $230.00 $106,950.00 25 6" REINFORCED STAMPED COLORED CONCRETE PAVEMENT 535 BY $235.00 $125,725.00 $110.00 $58,850.00 $230.00 5123.050.00 26 4" REINFORCED CONCRETE SIDEWALK (ALL WIDTHS) 1,185 BY $52.00 $61,620.00 $65.00 $77,025.00 $63.00 $74,655.00 27 CONCRETE RETAINING WALL W/ INTEGRAL SIDEWALK (CAST -IN-PLACE) 290 SF $275.00 1 79,750.00 $170.00 $49,300.00 $220.00 $63,800.00 28 CONCRETE MEDIAN NOSE 28 BY $255.00 $7,140.00 $200.00 $5,600.00 $350.00 $9,800.00 29 BARRIER FREE PEDESTRIAN RAMP 27 BY $247.00 $6,669.00 $1,500.00 $40,500.00 $1,500.00 $40,500.00 TOTAL: BASE BID -SECTION III - PAVING IMPROVEMENTS $864,329.00 $763,950.00 LL, "a,.":i40.0"J Page 1 of 5 BID TABULATION KIMLEY-HORN AND ASSOCIATES, INC. Project Name: Denton Tap Road Intersection Improvements PROJECT NO. ST -19-01 BID NO. Q-1121-02 City of Coppell, Texas Date:11/20/2020 KHA .lnh Nn nFi.;124n,.;? Legend unar tl ,i i Idb it rlr�l U�/ �� CHECKED BY: Ryan Dufour, P.E., ENV SP 11/20/2020 BASE ,SQ-SECnONV-winu YIMPooveMENTs_.i BIDDER 1BIDDER 2 BIDDER 3 Rel,-, Inc. 1868 W. Northwest Hwy Dallas, TX 75220 RBR Infrastructure & Road, LLC 825 Watters Creek Blvd. Allen, TX 75013 Ed Bell Construction Co. 10605 Harry Hines Blvd Dallas, TX 75220 Item No. Item Description Quantity Unit Unit Price Item Cost Unit Price Item Cost Unit Price Item Cost BASE 010 -SECTION IV-PAVEMENTM'ARKINQAND $10NING IMPROVEMENTS 51 LF $198.00 $10,098.00 $225.00 $11,475.0 $250.00 $12,750.0 30 4" THERMOPLASTIC SOLID MARKING (Y) 930 LF $1.20 $1,116.00 $1.00 $930.00 $1.27 $1,181.10 31 4" THERMOPLASTIC BROKEN MARKING (W) 1,290 LF $1.40 $1,806.00 $1.00 $1,290.00 $1.27 $1,638.30 32 8" THERMOPLASTIC SOLID MARKING (W) 2,950 LF $2.40 $7,080.00 $2.00 $5,900.00 $2.53 $7,463.50 33 12" THERMOPLASTIC SOLID MARKING (W) 785 LF $4.10 $3,218.50 $6.00 $4,710.00 $7.98 $6,264.30 34 24" THERMOPLASTIC SOLID MARKING W 470 LF $8.25 $3,877.50 $11.00 $5170.00 $15.68 $7369.60 35 THERMOPLASTIC ARROW W 26 EA $165.00 $4,290.00 $260.00 $6760.00 $236.50 $6149.00 36 THERMOPLASTIC WORD W 26 EA $176.00 $4,576.00 $250.00 $6,500.001 $275.00 1 $7,150.00 37 TYPE I -C 4" RAISED PAVEMENT MARKERS 107 EA $6.00 $642.00 $5.00 $535.001 $4.79 1 $512.53 38 TYPE II -C-R 4" RAISED PAVEMENT MARKERS 570 EA $6.00 $3,420.00 $5.00 $2,850.00 $4.79 $2,730.30 39 TYPE II -A -A 4" RAISED PAVEMENT MARKERS 12 EA $6.00 $72.00 $5.00 $60.00 $4.79 $57.48 40 STREET SIGNS 16 EA $520.00 $8,320.00 $800.00 $12,800.00 1 $600.00 1 $9,600.00 TOTAL: ISASE BID -SECTION IV - PAVEMENT MARKING AND SIGNING IMPROVEMENTS 69 LF $11.00 $38,418.00 $10.00 $47,505.00 $10.00 $50,116.11 BASE ,SQ-SECnONV-winu YIMPooveMENTs_.i 41 18" REINFORCED CONCRETE PIPE CLASS III STORM DRAIN 19 LF $165.00 $3,135.00 $200.00 $3,800.00 $200.00 $3,800.00 42 24" REINFORCED CONCRETE PIPE CLASS III STORM DRAIN 51 LF $198.00 $10,098.00 $225.00 $11,475.0 $250.00 $12,750.0 43 5'RECESSED CURB INLET 1 EA $3,900.00 $3,900.00 $5,000.00 $5000.00 $5,000.00 $5000.00 44 10' RECESSED CURB INLET 3 EA $4,700.00 $14,100.00 $6,000.00 $18,000.0 $6,000.00 $18,000.0 45 15' RECESSED CURB INLET 1 EA $7,000.00 $7,000.00 $6,500.00 $6,500.00 $7,500.00 $7,500.00 46 20' RECESSED CURB INLET 1 EA $9,400.00 $9,400.00 $8,000.00 $8,000.00 $9,000.00 $9,000.00 47 SLOTTED DRAIN SYSTEM (121N) 270 LF $120.00 $32,400.00 $300.00 $81,000.00 $150.00 $40,500.00 48 SLOTTED DRAIN OUTFALL (121N) 5 LF $88.00 $440.00 $300.00 $1,500.00 $250.00 $1,250.00 49 STANDARD FIRE HYDRANT ASSEMBLY (NEW) 2 EA $3,800.00 $7,600.00 $6,000.00 $12,000.001 $5,000.00 $10,000.00 50 REMOVE EXISTING FIRE HYDRANT 2 EA $500.00 $1,000.0011 $500.00 $1,000.00 $1,000.00 $2,000.00 51 ADJUST EXISTING WATER VALVE 3 EA $275.00 $825.00 $450.00 $1 350.00 $350.00 $1 050.00 52 RELOCATE EXISTING WATER SERVICE &METER 1 EA $1,800.00 $1,800.00 $3,000.00 $3 000.00 $1,000.00 $1,00000 53 ADJUST EXISTING SANITARY SEWER MANHOLE RIM TO GRADE 1 EA $1,900.00 $1,900.00 $1,600.00 $1,600.00 $2,100.00 $2,100.00 54 TRENCH SAFETY FOR DRAINAGE IMPROVEMENTS 69 LF $11.00 $759.00 $10.00 $690.00 $10.00 $690.00 TOTAL: BASE BID -SECTION V - UTILITY IMPROVEMENTS $94,357.00 $154,915.00 $114,640.00 EASE 01-SEGfiON VJ .I"M11NATIQN 1MPROVEMI^1,17S. ' 55 REMOVE & DISPOSE OF EXISTING STREET LIGHT FOUNDATION 4 EA $750.00 $3,000.00 $2,500.00 $10,000.00 $852.50 $3,410.00 56 DRILLED SHAFT ROADWAY ILLUMINATION POLE 24 IN 4 EA $2,035.00 $8,140.00 $2,500.00 $10,000.00 $2,035.00 $8,140.00 57 RELOCATE EX ROADWAY ILLUMINATION ASSEMBLY ONTO NEW FOUNDATION 4 EA $2,420.00 $9,680.00 $3,000.00 $12,000.00 $2,420.00 $9,680.00 58 CONDT (PVC) (SCH 40) (r) (TRENCH) (ILLUMINATION) 600 LF $17.60 $10,560.00 $20.00 $12,000.00 $17.60 $10,560.00 59 GROUND BOX TY A 4 EA $1,320.00 $5,280.00 $1,600.00 $6,400.00 $1,320.00 $5,280.00 60 ELEC CONDR(NO 8) BARE (ILLUMINATION) 600 LF $2.20 $1,320.00 $3.00 $1,800.00 $2.20 $1,320.00 61 ELEC CONDR(NO. 2) INSULATED (ILLUMINATION) 1,200 LF $3.30 $3,960.00 $4.00 $4,800.00 $3.30 $3,960.00 TOTAL: BASE BID -SECTION VI - ILLUMINATION IMPROVEMENTS $41,940.00 $57,000.00 $42,350.00 Page 2 of 5 BID TABULATION KIMLEY-HORN AND ASSOCIATES, INC. Project Name: Denton Tap Road Intersection Improvements PROJECT NO. ST -19-01 BID NO. Q-1121-02 City of Coppell, Texas Date:11/20/2020 KHA .lnh Nn nFi.;124n,.;? Legend unar tl ,i i Idb it rlr�l U�/ �� CHECKED BY: Ryan Dufour, P.E., ENV SP 11/20/2020 Page 3 of 5 BIDDER 1BIDDER 2 BIDDER 3 Rel,-, Inc. 1868 W. Northwest Hwy Dallas, TX 75220 RBR Infrastructure & Road, LLC 825 Watters Creek Blvd. Allen, TX 75013 Ed Bell Construction Co. 10605 Harry Hines Blvd Dallas, TX 75220 Item No. Item Description Quantity Unit Unit Price Item Cost Unit Price Item Cost Unit Price Item Cost RAISE -S GfiQ�YJJ-'RAPPIQSIGl:4�1„IMPRQYEM�N'1 ' 62 DRILL SHAFTTRF SIG POLE 36 IN 39 LF $423.50 $16,516.50 $500.00 $19,500.00 $423.50 $16,516.50 63 DRILL SHAFT (TRF SIG POLE) (48 IN) 88 LF $467.50 $41,140.00 $550.00 $48,400.00 $467.50 $41,140.00 64 PORT CTB (FUR & INST)(LOW PROF)(TY 1) 60 LF $83.52 $5,011.20 $100.00 $6,000.00 $100.00 $6,000.00 65 CONDT (PVC) (SCH 40) (r) (TRENCH) (SIGNAL) 105 LF $15.40 $1,617.00 $20.00 $2,100.00 $15.40 $1,617.00 66 CONDT (PVC) (SCH 40) (3") (TRENCH) (SIGNAL) 595 LF $16.50 $9,817.50 $20.00 $11,900.00 $16.50 $9,817.50 67 CON DT PVC SCH 40 4" TRENCH SIGNAL 60 LF $17.60 $1,056.00 $20.00 $1,200.00 $17.60 $1,056.00 68 CONDT PVC SCH 40 4" BORE SIGNAL 525 LF $46.20 $24,255.00 $55.00 $28,875.06 $46.20 $24,255.06 69 CON DT PVC SCH 80 2" TRENCH SIGNAL 10 LF $16.50 $165.00 $20.00 $200.00 $16.50 $165.00 70 ELEC CONDR NO6 BARE SIGNAL 1,835 LF $2.20 $4,037.00 $4.00 $7,340.00 $2.20 $4,037.00 71 ELECCONDR N0.6 INSULATED SIGNAL 540 LF $2.20 $1,188.00 $3.00 $1,620.00 $2.20 $1,188.00 72 GROUND BOX TY C(162911)W/APRON 15 EA $1,540.00 $23,100.00 $1,900.00 $28,500.00 $1,540.00 $23,100.00 73 REMOVE GROUND BOX 20 EA $300.00 $6,000.00 $260.00 $5,200.00 $275.00 $5,500.00 74 ELC SRV TY D 120/240 070(NS)SS(E)PS(U) 1 EA $8,250.00 $8,250.00 $10,000.00 $10,000.00 $8,250.00 $8,250.00 75 INSTALL HWY TRF SIG (ISOLATED) 1 EA $16,115.00 $16,115.00 $20,000.00 $20,000.00 $16,115.00 $16,115.00 76 REMOVING TRAFFIC SIGNALS 4 EA $4,400.00 $17,600.00 $6,000.00 $24,0 0.00 $4,400.00 $17,600.06 77 INSTALL HWY TRF SIG UPGRADE 3 EA $7,150.00 $21,450.00 $8,000.00 $24,000.00 $7,150.00 $21,450.00 78 VEH SIG SEC 12" LED GRN 20 EA $440.00 $8,800.00 $550.00 $11,000.0 $440.00 $8,800.00 79 VEH SIG SEC 12" LED GRN ARW 23 EA $440.00 $10,120.00 $550.00 $12,650.00 $440.00 $10,120.00 80 VEH SIG SEC (12")LED(YEL) 20 EA $440.00 $8,800.00 $550.00 $11,000.00 $440.00 $8,800.00 81 VEHSIGSEC (12")LED(YELARW) 39 EA $440.00 $17,160.00 $550.00 $21,450.00 $440.00 $17,160.00 82 VEH SIG SEC (12")LED(RED) 20 EA $440.00 $8,800.00 $550.00 $11,000.00 $440.00 $8,800.00 83 VEH SIG SEC(12")LED(RED ARW) 16 EA $440.00 $7,040.00 $550.00 $8,800.00 $440.00 $7,040.00 84 PED SIG SEC (LED)(COUNTDOWN) 21 EA $1,100.00 $23,100.00 $1,300.00 $27,300.00 $1,100.00 $23,100.00 85 BACK PLATE(12")(3SEC 13 EA $165.00 $2,145.00 $200.00 $2600.00 $165.00 $2145.00 86 BACK PLATE(12")(4SEC 16 EA $176.00 $2,816.00 $210.00 $3360.00 $176.00 $2816.00 87 BACK PLATE 12" 6 SEC 7 EA $187.00 $1,309.00 $230.00 $1,610.00 $187.00 $1,309.00 88 TRF SIG CBL TY A 14 AWG)(3 CONDR 2,230 LF $2.20 $4,906.00 $3.00 $6,690.00 $2.20 $4,906.00 89 TRF SIG CBL (TY A)(14 AWG)(5 CONDR) 725 LF $2.20 $1,595.00 $3.00 $2,175.00 $2.20 $1,595.00 90 TRF SIG CBL (TY A)(14 AWG)(7 CONDR) 675 LF $2.20 $1,485.00 $3.00 $2,025.00 $2.20 $1,485.00 91 TRF SIG CBL (TY A)(14 AWG)(10 CONDR) 2,715 LF $4.40 $11,946.00 $6.00 $16,290.00 $4.40 $11,946.00 92 TRF SIG CBL (TY A)(14 AWG)(20 CONDR) 1,355 LF $5.50 $7,452.50 $7.00 $9,485.00 $5.50 $7,452.50 93 TRF SIG CBL (TY C)(12 AWG)(2 CONDR) 95 LF $2.20 $209.00 $3.00 $285.00 $2.20 $209.00 94 INS TRF SIG PL AMS 1 ARM 36' 1 EA $12,000.00 $12,000.00 $14,000.00 $14 000.00 $11,880.00 $11 880.00 95 INS TRF SIG PL AM S 1 ARM 44' 2 EA $12,500.00 $25,000.00 $14,600.00 $29,200.00 $12,430.00 $24 860.00 96 INS TRF SIG PL AMS 1 ARMIES) 1 EA $41,200.00 $41,200.00 $49,000.00 $49,000.00 $41,140.00 $41,140.00 97 IINS TRF SIG PL AM(S)1 ARM 60' 1 EA $38,300.00 $38,300.0011 $40,000.00 $40,000.00 $38,280.00 $38,280.00 98 IINS TRF SIG PL AM(S)1 ARMIES) 2 EA $42,000.00 $84,000.00 $40,000.00 $80,000.00 $42,020.00 $84,040.00 99 PED POLE ASSEMBLY 16 EA $3,300.00 $52,800.00 $4,000.00 $64,000.00 $3,300.00 $52,800.00 100 PED DETECT PUSH BUTTON (APS) 17 EA $880.00 $14,960.00 $1,000.00 $17,000.00 $880.00 $14,960.00 Page 3 of 5 BID TABULATION KIMLEY-HORN AND ASSOCIATES, INC. Project Name: Denton Tap Road Intersection Improvements PROJECT NO. ST -19-01 BID NO. Q-1121-02 City of Coppell, Texas Date:11/20/2020 KHA .lnh Nn nFi.;1?4n,.;? Legend unar tl ,i i Idb it rlr�l U�/ �� CHECKED BY: Ryan Dufour, P.E., ENV SP 11/20/2020 BASE 0J-$BGTJ4BVJJ1-LAN0$QAP,BIMPROVEMENTS 11 112 IRESTORE PARKWAYS & DISTURBED AREAS 33 STA $1,200 00 1 $39,600.0011 $1,000.00 1 $33,000.0011 $525.00$1725 ,3.00 TOTAL: BASE BID -SECTION VIII -LANDSCAPE IMPROVEMENTS $300.00 $33,000.00 $17,325.00 9,6 BASE 0J0 -B fiQ61X'YB ICJ„BQBT1E;:T10NINTB ECTIQ6,,,,, BIDDER 1BIDDER 2 BIDDER 3 Rel,-, Inc. 1868 W. Northwest Hwy Dallas, TX 75220 RBR Infrastructure & Road, LLC 825 Watters Creek Blvd. Allen, TX 75013 Ed Bell Construction Co. 10605 Harry Hines Blvd Dallas, TX 75220 Item No. Item Description Quantity Unit Unit Price Item Cost Unit Price Item Cost Unit Price Item Cost 101 PED DETECT PUSH BUTTON (STANDARD) 4 EA $275.00 $1,100.00 $320.00 $1,280.00 $275.00 $1,100.00 102 PED DETECTOR CONTROLLER UNIT 2 EA 1 $4,500.00 $9,000.00 $5,400.00 $10,800.00 $4,510.00 $9,020.00 103 TREE TRIMMING 1 AC $3,000.00 $3,000.001 $1,300.00 $1,300.00 $5,500.00 $5,500.00 104 VIVDS CAMERAASSEMBLY 4 EA $8,250.00 $33,000.00 $10,000.00 $40000.00 $8,250.00 $33000.00 105 VIVDS CAMERA ASSEMBLY RELOCATE 5 EA $1,100.00 $5,500.00 $1,300.00 $6500.00 $1,100.00 $5500.00 106 VIVDS COMMUNICATION CABLE COAXIAL 1,590 LF $2.20 $3,498.00 $3.00 $4,770.00 $2.20 $3,498.00 107 CONDUIT PREPARE 1,710 LF $0.55 $940.50 $1.00$1,710.00 $0.55 $940.50 108 CAT 5 ETHERNET CABLE 520 LF $4.40 $2,288.00 $6.00 $3,120.00 $4.40 $2,288.00 109 ILSN (LED) (6 D) 2 EA $4,500.00 $9,000.00 $5,300.00 $10,600.00 $4,482.50 $8,965.00 110 ILSN (LED) (RELOCATE) 5 EA $830.00 $4,150.00 $1,000.00 $5,000.00 $830.50 $4,152.50 111 OPTICOM CABLE 1,390 LF $2.20 $3,058.00 $3.00 $4,170.00 $2.20 $3,058.00 TOTAL: BASE BID -SECTION VII - TRAFFIC SIGNAL IMPROVEMENTS $657,796.20 $769,005.00 $660,472.50 BASE 0J-$BGTJ4BVJJ1-LAN0$QAP,BIMPROVEMENTS 11 112 IRESTORE PARKWAYS & DISTURBED AREAS 33 STA $1,200 00 1 $39,600.0011 $1,000.00 1 $33,000.0011 $525.00$1725 ,3.00 TOTAL: BASE BID -SECTION VIII -LANDSCAPE IMPROVEMENTS $300.00 $33,000.00 $17,325.00 9,6 BASE 0J0 -B fiQ61X'YB ICJ„BQBT1E;:T10NINTB ECTIQ6,,,,, 113 VIVDS CAM ASSY (REMOVE) 102 EA $303.00 $30,906.00 $400.00 $40,800.00 $302.50 $30,855.00 114 INSTALL ITERIS VANTAGE VECTOR SENSOR 67 EA $880.00 $58,960.00 $1,200.00 $80,400.00 $880.00 $58,960.00 115 INSTALL ITERIS VANTAGE NEXT SENSOR 34 EA $880.00 $29,920.00 $1,200.00 $40,800.00 $880.00 $29,920.00 116 CONDUIT (PREPARE) 16,950 LF $0.55 $9,322.50 $1.00 $16,950.00 $0.55 $9,322.50 117 GROUND BOX PREPARE 195 EA $110.00 $21,450.00 $150.00 $29250.00 $110.00 $21450.00 118 VIVDS/RADAR CABLING 22,600 LF $2.20 $49,720.00 $3.00 $67,800.00 $2.20 $49,720.00 TOTAL: BASE BID -SECTION IX - VEHICLE DETECTION INTERSECTION UPGRADES $200,278.50 $276,000.00 $200,227.50 BASE 611E - $BGTJ 36 X-AII.J.,Q I C $'. X1 PROJECT ALLOWANCE FOR WATER IMPROVEMENTS 1 LS $25,000.00 $25,000.00 $25,000.00 $25000.00 $25,000.00 $25000.00 X2 PRO J ECT ALLOWANCE FOR STORM IMPROVEMENTS 1 LS $25,000.00 $25,000.00 $25,000.00 $25000.00 $25,000.00 $25000.00 X5 PROJECT ALLOWANCE FOR IRRIGATION SYSTEM REPAIRS 1 LS $25,000.00 1 $25,000.00 $25,000.00 $25,000.00 $25,000.00 $25,000.00 X4 PROJECT ALLOWANCE FOR LANDSCAPE IMPROVEMENTS 1 LS $40,000.00 1 $40,000.00 $40,000.00 $40,000.00 $40,000.00 $40,000.00 X5 PROJECT ALLOWANCE FOR IRRIGATION SYSTEM REPAIRS 1 LS $25,000.00 1 $25,000.00 $25,000.00 $25,000.00 $25,000.00 $25,000.00 TOTAL: BASE BID -SECTION X -ALLOWANCES 1 $140,000.00 $140,000.00 $140,000.00 Page 4 of 5 BID TABULATION KIMLEY-HORN AND ASSOCIATES, INC. Project Name: Denton Tap Road Intersection Improvements PROJECT NO. ST -19-01 BID NO. Q-1121-02 City of Coppell, Texas Date:11/20/2020 KHA .lnh Nn nFi.;124n,.;? Legend unar tl ,i i Idb it rlr�l U�/ �� CHECKED BY: Ryan Dufour, P.E., ENV SP 11/20/2020 BID SUMMARY Page 5 of 5 $2:579;S4S;ZSI '',$2:Si94,114;[1[1 �iaJt�4u,�dU�;'19 $196,344,44 '', �$32,534;f54 $35,374;44 2�777,146:Z4 '', 2�631,164;f54 �'L„�4K94,`Ld`ti�,�i 9 BIDDER 1BIDDER 2 BIDDER 3 Rel,—, Inc. 1868 W. Northwest Hwy Dallas, TX 75220 RBR Infrastructure & Road, LLC 825 Watters Creek Blvd. Allen, TX 75013 Ed Bell Construction Co. 10605 Harry Hines Blvd Dallas, TX 75220 Item No. Item Description Quantity Unit Unit Price Item Cost Unit Price Item Cost Unit Price Item Cost A. WRNA'M010,A-FLEXSASEAll.,WRNATS Al UNCLASSIFIED EXCAVATION 950 CY $45.00 $42,750.00 $50.00 $47,500.00 $22.00 $20,900.00 A28"LIM ESTABILIZED SUBGRADE -4,970 1 BY $12.00 -$59,640.00 $28.00 -$139,160.00 $9.50 -$47,215.00 A3HYDRATED LIME (40 LB/SY) -102 1 TON $180.00 -$18,360.00 $350.00 -$35,700.00 $160.00 -$16,320.00 A4 18" FLEXIBLE BASE (TYPE A) (GRADE 1 OR 2) 4,970 1 BY $47.00 $233,590.00 $19.00 $94,430.00 $16.50 $82,005.00 TOTAL: JAILTERNATE BID A - FLEX BASE ALTERNATE $198,340.00 -$32,930.00 $39,370.00 BID SUMMARY Page 5 of 5 $2:579;S4S;ZSI '',$2:Si94,114;[1[1 �iaJt�4u,�dU�;'19 $196,344,44 '', �$32,534;f54 $35,374;44 2�777,146:Z4 '', 2�631,164;f54 �'L„�4K94,`Ld`ti�,�i 9 T H E C I T Y O F COFFELL CONSTRUCTION SPECIFICATIONS AND CONTRACT DOCUMENTS FOR Denton Tap Intersection Improvements Denton Tap Road / Southwestern Boulevard Denton Tap Road / Bethel School Road Denton Tap Road / Sandy Lake Road Denton Tap Road / Parkway Boulevard Vehicle Detection Intersection Improvements THE CITY OF COPPELL Bid No. Q-1121-02 Project No. ST -19-01 November 2020 The Engineer's seal and signature applies to the all documents herein not specifically selected by sealed and signature shown below: I/ The Engineer's seal and signature appearing on this sheet applies to the following: Bid Item & Clarifications: Section VII — Traffic Signal Improvements Section IX — Vehicle Detection Intersection Upgrades 10/2:3/2020 TA NATHAN ...: ............................ 'S:-. 1 01 204 r;4 TABLE OF CONTENTS Section 1 - Bidding Documents Notice to Bidders 1-1 Instructions to Bidders 1-3 Bid Form/Proposal/Bid Schedule 1-19 Prevailing Wage Rates 1-36 Bid Affidavit 1-37 Conflict of Interest 1-39 Section 2 - Contract Documents Standard Form of Agreement (Contract) 2-1 Certificate of Insurance 2-7 Instructions for Bonds 2-8 Performance Bond 2-9 Payment Bond 2-11 Maintenance Bond 2-13 For this project, the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition, the City of Coppell Standard Construction Details (Ord.#2006-1129), and Appendix `C' Design Criteria and Standards in the City of Coppell Subdivision Ordinance (Ord.#94-643) shall govern all work to be done, together with any additional Supplementary Conditions, Specific Project Requirements, General Notes, Description of Pay Items and/or Technical Specifications included herein. Section 3 - City of Coppell's Supplementary Conditions to the NCTCOG General Provisions Section 4 - Specific Project Requirements Section 5 - Description of Pay Items Section 6 - Technical Specifications City of Coppell Project Sign TXDOT Standard Specifications TXDOT Special Specifications TXDOT Departmental Material Specifications Section 7 - Standard Forms Contractor's Application for Payment 7-1 Contractor's Lump Sum Worksheet 7-2 Contractor's Unit Price Worksheet 7-3 Contractor's Stored Materials Worksheet 7-4 Certificate of Substantial Completion 7-5 Work Change Directive 7-6 Change Order 7-7 Field Order 7-8 SECTION I BIDDING DOCUMENTS T H E• C I T Y• 0 F Q OFFELL t x A 4 1-0 NOTICE TO BIDDERS The City of Coppell is accepting bids for the construction of Denton Tap Road Intersection Improvements (Project No. ST -19-01). This work shall consist of the construction of approximately 4,700 square yards of full -depth pavement for right and left turns lanes, traffic signal improvements, storm sewer inlet relocation, and 1,200 square yards of sidewalk construction at the Denton Tap Road intersections of Southwestern Boulevard, Bethel School Road, Sandy Lake Road, and Parkway Boulevard. Additionally, this work also includes the improvements to vehicle detection systems at various intersections throughout the City (27 intersections). Digital copies of the bidding documents can be downloaded at www.BidSync.com. To ensure proper notification of Addendums, Bidders shall ensure they are a registered plan holder on the plan holder's list. Sealed bids addressed to the Procurement Agent, City of Coppell, Texas, for the construction of Denton Tap Road Intersection Improvements (Project No. ST -19-01) will be received in the Procurement Office at the City of Coppell Town Center, 255 E. Parkway Boulevard, Coppell, Texas, until 2:00 p.m. on Thursday, November 19, 2020, and then publicly opened and read aloud remotely via a Zoom meeting. Each Bidder shall submit two identical copies of this bid with the City of Coppell Bid No. Q-1121-02 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 Hall (255 E. Parkway Boulevard, Coppell TX 75019) at 2:00 p.m. on Thursday, November 12, 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 to be worn in the building. Virtual attendance of the Pre -Bid Conference will be available via a Zoom meeting. Please contact Charles Ellis, Procurement Services, at cellis acoppelh.gov to receive a Zoom meeting incitation 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. Bidders are expected to inspect the site of the work and to inform themselves regarding local conditions and conditions under which the work is to be done. Complete sets of bidding documents must be used in preparing Bids; the City of Coppell assumes no responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. NO SALES TAX ON TANGIBLE PERSONAL PROPERTY INCORPORATED INTO OR MADE A PART OF THE PROJECT. The bidder shall not include or provide for sales tax on tangible personal property to be incorporated into the project. (Note: This procedure may not be used, however, for materials which do not become a part of the finished product, such as, equipment rental or purchase, form materials, etc.). In order to be exempt from the sales tax on such tangible personal 1-1 property, the contract shall separate and provide separate charges for materials to be incorporated into the project from charges for labor. The City will provide the Contractor with an exemption certificate for the materials. The contractor is expected to issue a resale certificate in lieu of paying a sales tax at the time of purchase. The bidder shall show the cost of materials (tangible personal property) in the space provided on the bid form. The successful bidder's bid form will be used to develop a separated contract and determine the extent of the tax exemption. 1-2 BIDDING AND CONTRACT DOCUMENTS INSTRUCTIONS TO BIDDERS 1. Defined Terms. Terms used in these Instructions to Bidders which are defined in the Standard Specifications for Public Works Construction - North Central Texas Council of Governments Fourth Edition and the Supplementary Conditions of Agreement have the meanings assigned to them in these General Conditions. The term "Bidder" means one that submits a Bid directly to Owner, as distinct from a sub -bidder, who submits a bid to a Bidder. The term "Successful Bidder" means the lowest, qualified, responsible Bidder, as determined after review of overall price, and qualifications, to whom the Owner (on the basis of the Owner's evaluation as hereinafter provided) makes an award. The term "Bidding Documents" includes the Notice to Bidders, Instructions to Bidders, the Bid Form, the Construction Plans and Specifications, and the proposed Contract Documents (including all Addenda issued prior to receipt of bids). Specific defined terms are: Owner: Wherever the word "Owner" or "OWNER" is used in the specifications and Contract Documents, it shall be understood as referring to the City of Coppell, Texas. Engineer: Wherever the word "Engineer" or "ENGINEER" is used in the Specifications and Contract Documents, it shall be understood as referring to the City Engineer or his authorized representative, City of Coppell, P.O. Box 9478, Coppell, Texas 75019. Consulting Engineer: Wherever the word "Consulting Engineer" or "Design Engineer" is used in the Specifications and Contract Documents, it shall be understood as referring to the Design Engineer or his authorized representative, Kimley-Horn and Associates, Inc. Inspector: The authorized representative of the City of Coppell assigned to observe and inspect any or all parts of the work and the materials to be used therein. 2. Scope of Work. This work shall consist of the construction of approximately 4,700 square yards of full -depth pavement for right and left turns lanes, traffic signal improvements, storm sewer inlet relocation, and 1,200 square yards of sidewalk construction at the Denton Tap Road intersections of Southwestern Boulevard, Bethel School Road, Sandy Lake Road, and Parkway Boulevard. Additionally, this work also includes the improvements to vehicle detection systems at various intersections throughout the City (27 intersections). 3. Copies of Bidding Documents. 1-3 3.1 Digital copies of the bidding documents can be downloaded at www.BidSync.com. To ensure proper notification of Addendums, Bidders shall ensure they are a registered plan holder on the plan holder's list. The following general requirements pertain to the Bidding Documents: A) No bidding documents will be issued later than two (2) days prior to the bid opening date. B) After award of the Contract, the successful Bidder will be furnished two (2) full-size sets and three (3) half-size sets of Contract Documents at no charge. Additional sets will be furnished for an additional fee per set. 3.2 Complete sets of Bidding Documents must be used in preparing Bids; the City of Coppell assumes no responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. No partial sets of plans, specifications or proposal forms will be issued. 3.3 The Owner, in making copies of Bidding Documents available on the above terms, does so only for the purpose of obtaining Bids on the Work and does not confer a license or grant for any other use. 4. Minimum Qualifications of Bidders. The City will only consider Bidders who meet the Minimum Qualifications identified in this section. Should the City determine, at its sole discretion, that the Bidder does not meet these Minimum Qualifications, the City will disqualify the Bidder and their bid will be rejected as non-responsive. Experience performing projects of similar scope, quantities, and cost will be a primary consideration of meeting the minimum qualifications. The Bidder shall submit within five (5) days of the Owner's request such evidence as the Owner may require to establish his financial responsibility, experience and possession of such equipment as may be needed to prosecute the work in an expeditious, safe and satisfactory manner. Bidders are subject to disqualification if they fail to provide evidence within the five day period. Confident bidders are strongly encouraged to have this evidence ready by Bid Opening. Submissions will be made to City Engineer, City of Coppell, 265 E. Parkway Boulevard, Coppell, Texas. The City reserves to right to conduct site/yard visits to the Bidders' place of business, yard sites or current project sites. The required information to be submitted shall consist of, but shall not necessarily be limited to, the following: A. Current Project Experience. A list of all projects presently under construction by the bidder including approximate cost, project start date and estimated completion date shall be submitted upon request. 1-4 B. Past Project Experience. A minimum of three (3) comparable projects in each category listed below meeting the following requirements shall be submitted. 1. Roadway Projects a. Completed within the previous five years b. Located in the Dallas -Fort Worth Metroplex C. Total Construction Cost for paving and drainage and related improvements of at least $2,000,000 d. Projects must be for roadways e. Scope of work consisting of similar items and quantities including concrete paving and sidewalks, street lighting, storm drainage improvements, landscape and irrigation f. Project start date and completion date must be provided g. Project owner references shall be included h. Copy of actual project schedule used during construction 2. Traffic Signal and Lighting Projects a. Completed in the past five years b. Projects located in Texas C. Total Construction Cost for traffic signal & lighting improvements of at least $300,000 d. Scope of work consisting of similar items and quantities e. Copy of actual project schedule used during construction Note: Individual projects may be used for more than one category. However, the project cost for each project category must be greater than the minimum costs listed above. For example, a collector roadway reconstruction project with paving related improvements of at least $2,000,000 which also included water and sewer replacement of at least $300,000 may be listed in both categories. C. Key Personnel Resumes. Bidder shall provide resumes of LOCAL personnel expected to oversee this project. Resumes shall be provided for executive and management team as well as on-site project manager, superintendent and foreman who will be assigned to the project. D. Work Performed by Subcontractor. Bidder shall submit all qualifications as required under this section for each subcontractor performing work totaling more than 10% of the greatest amount bid. E. Equipment Inventory. A list of equipment currently owned and leased which will be used on this project. The Bidder shall demonstrate that he has adequate equipment to complete this project, properly and expeditiously and shall state what additional equipment, if any, that he must rent/lease as may be required to complete this project. The City reserves the right to conduct equipment verifications. 1-5 F. Financial Statement. Each Bidder shall be prepared to submit upon request of the Owner a financial statement prepared by an independent Certified Public Accountant with no evidence of threatening losses (current within the last six (6) months of bid date). This information will be used to confirm that the Bidder has suitable financial status to meet obligations incidental to performing the work. G. Proof that the bidder maintains a permanent place of business (must be submitted within five (5) days if requested). 5. Conflict of Interest. City Charter states that no officer or employee of the City shall have a financial interest (direct or indirect) in any contract with the City, nor shall be financially interested (directly or indirectly) in the sale to the City of any land, or rights or interest in any land, materials, supplies or services. This prohibition does not apply when the interest is represented by ownership of stock in a corporation involved, provided such stock ownership amounts to less than one percent (1 %) of the corporation stock. Any violation of this prohibition will constitute malfeasance in office. Any officer or employee of the City found guilty thereof should thereby forfeit his office or position. Any violation of this prohibition with the knowledge, expressed or implied, of the persons or corporations contracting with the City shall render the contract voidable by the City Manager or the City Council. By submitting a bid, the Contractor represents that no employee or officer of the City has an interest in the Contractor. 6. Examination of Contract Documents and Site. 6.1 Access to the site shall be from Denton Tap Road. It shall be the Contractor's responsibility before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to become familiar with local conditions that may affect cost, progress, performance or furnishing of the Work, (c) consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work, (d) study and carefully correlate Bidder's observations with the Contract Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. Failure to make these examinations shall in no way relieve any Bidder from the responsibility of fulfilling all of the terms of the contract, without additional cost to the OWNER. 6.2 Information and data reflected in the Contract Documents with respect to Underground Facilities at or contiguous to the site is based upon information and data furnished to the Owner by Owners of such underground Facilities or others, and the Owner does not assume responsibility for the accuracy or completeness thereof. All existing structures, improvements, and utilities shall be adequately protected, at the expense of the Contractor, from damage that might otherwise occur due to construction operations. Where construction comes in close proximity to existing structures or utilities, or if it becomes necessary to move services, poles, 1-6 guy wires, pipe lines, or other obstructions, it shall be the Contractor's responsibility to notify and cooperate with the utility or structure owner. The utility lines and other existing structures shown on the plans are for information only and are not guaranteed by the City to be complete or accurate as to location and/or depth. It shall be the Contractor's responsibility to verify locations and depths sufficiently in advance of construction such that necessary adjustments may be made to allow for the proper installation of proposed improvements as indicated in the plans. The Contractor shall be liable for damage to any utilities resulting from the construction of this project. 6.3 Intentionally Omitted 6.4 Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any additional examinations, investigations, explorations, tests and studies and obtain any additional information and data which pertain to the physical conditions (surface, subsurface and underground facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing of the Work and which Bidder deems necessary to determine its Bid for performing and furnishing the Work in accordance with the time, price and other terms and conditions of the Contract Documents. 6.5 On request in advance, the Owner will provide each Bidder access to the site to conduct explorations and tests as each Bidder deems necessary for submission of a Bid. Bidder shall fill all holes, clean up and restore the site to its former conditions, according to the City standards, upon completion of such explorations. 6.6 The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work, are identified in the Contract documents. 6.7 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 6, that without exception the Bid is premised upon performing and furnishing the work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 7. Interpretations and addenda. 7.1 All questions about the meaning or intent of the Contract Documents are to be directed to the Procurement Agent. Interpretations or clarifications considered necessary by the Procurement Agent in response to such questions will be issued by Addenda will be posted to BidSync. The deadline for submitting questions shall be Friday, November 13, 2020 at 5:OOpm. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will 1-7 be without legal effect. Each Bidder shall acknowledge on the bid proposal that all Addenda issued have been received. 7.2 Addenda may also be issued to modify the Bidding Documents as deemed advisable by the Owner. 8. Intentionally Omitted. 9. Substitute or "Or -Equal" Items. The Contract, if awarded, will be on the basis of materials and equipment described in the Drawings or specified in the Specifications without consideration of possible substitute or "or -equal" items. Whenever it is indicated in the Drawings or specified in the Specifications that a substitute or "or -equal" item of material or equipment may be furnished or used by Contractor if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the Effective Date of the Agreement. No substitutions should be considered during the bidding process. 10. Subcontractors, Suppliers, and Others. 10.1 If the Owner requests the identity of any Subcontractors, Suppliers, or other persons or organizations to be submitted to the Owner in advance of the specified date prior to the Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so requested, shall within seven (7) days after the request submit to the Owner a list of all such Subcontractors, Suppliers and other persons and organizations proposed for those portions of the Work for which such identification is requested. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, supplier, person or organization if requested by the Owner. If the Owner, after due investigation, has reasonable objection to any proposed Subcontractor, Supplier, other person or organization, Owner may, before the Notice of Award is given, request the apparent Successful Bidder to submit an acceptable substitute in which case the apparent Successful Bidder shall submit an acceptable substitute. Bidder's Bid price may be increased (or decreased) by the difference in cost occasioned by such substitution, and the Owner may consider such price adjustment in evaluating Bids and making the contract award. If the apparent Successful Bidder declines to make any such substitution, the Owner may award the contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers, other persons and organizations. The declining to make requested substitutions will not constitute grounds for sacrificing the Bid security of any Bidder. 10.2 No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor has reasonable objection. 11. Bid Proposal. 11.1 Two (2) completed Bid Proposals must be submitted in a sealed envelope as described in Item 15 of these Instructions to Bidders. The blank spaces in the Bid Form shall be filled in for each item for which a quantity is given and the Bidder shall state the price for which he proposes to do each item of work. All blanks on the bid form must be completed in ink or typed. No substitutions, revisions, or omissions from the plans and/or specifications will be accepted unless authorized in writing by the Owner. 11.2 Electronic Bids. Bidders may not use their own computer generated bid forms. Bidders must use the bid form provided in the bidding documents. An electronic version of the Bid Proposal in Excel format has been provided on BidSync. Use of this form shall be at the Bidder's risk. Any modifications by Bidder to the content of the bid form (other than unit prices and other information required to complete the bid) may result in rejection of bid. 11.3 The legal status of the Bidder, that is, as a corporation, partnership, or individual, must be stated on the Bid Form. A corporation Bidder must name the state in which the organization is chartered. Bids which are signed for a corporation shall have the correct corporate name thereof, its post office address, and the signature of the president or other authorized officer of the corporation, manually written below the corporate name in the following manner: "By (name) - (corporate title) ." If the bid is made by a firm or partnership, the name and post office address of the managing member of the firm or partnership shall be given or the bid may be signed by an attorney-in-fact. If signed by an attorney-in-fact, there shall be attached to the bid a power of attorney evidencing authority to sign the bid, executed by the members of the firm or partners. If the bid is made by an individual, his post office address shall be given. Bids which are not signed by the individuals making them shall have attached thereto a power of attorney evidencing authority to sign the bid in the name of the person for whom it is signed. 12. Provision Concerning Escalator Clauses. Bids containing any condition which provides for changes in the stated bid prices due to increase or decrease in the costs of materials, labor, or other items required for this project, may be rejected and returned to the Bidder without being considered. 13. Estimates of Quantities. The quantities listed in the Bid Form will be considered as approximate and will be used for the comparison of bids, unless stated otherwise in the description of pay items. Payments will be made to the Contractor only for the actual quantities of 1-9 work performed or materials furnished in accordance with the contract. The quantity of work to be done and the materials may be increased or decreased as provided for in the Contract Documents. If an item is noted as a "Plans Quantity" then only the quantity shown in the unit bid price schedule will be paid. 14. Submission of Bids. Bids will be received by the Procurement Agent, and shall be submitted to the Procurement Office at the City of Coppell Town Center, 255 E. Parkway Boulevard, Coppell, Texas 75019 until, 2:00 p.m. on Thursday, November 19, 2020, and then publicly opened and read aloud remotely via a Zoom meeting. Two identical copies of the bid enclosed in an opaque sealed envelope and marked with the Project title, City of Coppell Bid No. Q-1121-02 and the name and address of the Bidder shall be submitted. If the Bid is sent through the mail or other delivery system the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED Construction of: Denton Tap Road Intersection Improvements (Project No. ST -19-01) on the face of it and addressed to the Procurement Agent, City of Coppell, Texas. Bid submission shall include Bid Form, Bid Affidavit, Bid Bond and Conflict of Interest Form. 15. Modification and Withdrawal of Bids. 15.1 Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. 15.2 If, within twenty-four hours after the Bids are opened, any Bidder files a duly signed written notice with the Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of the Bid, that Bidder may withdraw his bid. Thereafter, that Bidder will be disqualified from further bidding on the work. 16. Rejection of Bids. Bids may be rejected if they show alterations of form, additions not called for, conditional bids, incomplete bids, erasures or irregularities of any kind. The Owner reserves the right to waive any irregularities in the bids as received and to reject any and all bids without qualification(s). More than one bid from an individual, firm or partnership, corporation or association, under the same or different names, will not be considered. Reasonable grounds for believing that a Bidder is interested in more than one such bid may cause the rejection of all bids in which said Bidder is interested. Bids in which prices are obviously unbalanced (as determined by Owner) may be rejected. Bids submitted without a Proposal Guaranty, per NCTCOG's Item 102.5 of the Standard Specifications for Public works will be rejected. 17. Bids to Remain Subject to Acceptance. 1-10 All Bids will remain subject to acceptance for ninety (90) calendar days after the day of the Bid opening, but the Owner may, in its sole discretion, release any Bid prior to that date. 18. Contract Time. 18.1 The time of completion of the project will be set at 390 Calendar Days. Early completion time will not be a factor in the awarding of a contract for this project. 18.2 Prior to the issuance of the Notice to Proceed by the Owner, the Contractor shall submit a detailed Progress and Schedule chart to the Owner for approval. 18.3 Extension of the contract time shall be based on a Change Order or written amendment as specified in Item 108.8 of the General Provisions. 19. Award of Contract. 19.1 The Owner reserves the right to accept or reject any or all of the bid alternates, where applicable. The Contract will be awarded based upon the combination of base bid and alternates most advantageous to the Owner. The Contractor must provide bids for all alternates in order for the bid package to remain complete and be considered for award. 19.2 The Owner reserves the right to reject any and all Bids, to waive any and all formalities except for the time of submission of the Bid and to negotiate contract terms with the Successful Bidder. The Owner also reserves the right to reject all nonconforming, non-responsive, unbalanced or conditional Bids. Also, the Owner reserves the right to reject the Bid of any Bidder if the Owner believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or has doubtful financial ability or fails to meet any other pertinent standard or criteria established by the Owner. Discrepancies in the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 19.3 In evaluating Bids, the owner will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices, and other data, as may be requested in the Bid form or prior to the Notice of Award. Time of completion will be a consideration in the award of the bid. 19.4 The Owner may consider the qualifications and experience of any Subcontractors, Suppliers, or other persons or organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as requested by the Owner. The Owner also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 19.5 The Owner may conduct such investigations as the Owner deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial stability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to the Owner's satisfaction within the prescribed time. 19.6 If contract is to be awarded, it will be awarded to the lowest and best qualified Bidder whose evaluation by the Owner indicates to the Owner that the award will be in the best interests of the Project. 19.7 If the contract is to be awarded, the Owner will give the Successful Bidder a Notice of Award within ninety (90) calendar days after the date of the Bid opening. 20. Liquidated damages. 20.1 Time of Completion. The maximum time of completion that will be allowed for the construction of Denton Tap Road Intersection Improvements is 390 calendar days. 20.2 Liquidated Damages. Failure to complete the work within the established number of calendar days, plus any additional calendar days granted, will result in liquidated damages being assessed for every calendar day in excess of the stated number. 20.3 Contract Completion. Contract Completion will be defined as occurring when all work shown in the plans and required under the contract has been completed and accepted by the Owner. Liquidated damages of $500 per calendar day shall also apply for any work that exceeds the total number of contract calendar days ("Original Contract Time" plus any additional days granted by change order). There is no maximum for liquidated damages. Additional provisions for the liquidated damages are set forth in Item 1.6 of the Specific Project Requirements (Section 4). 21. Execution of Agreement. Within fifteen (15) days after written notification of award of the contract, the Successful Bidder shall execute and furnish to the Owner three (3) original signed contracts and a Certificate of Insurance. 22. Affidavit of Bills Paid. Prior to final acceptance of this project by the Owner, the Contractor shall execute an affidavit that all bills for labor, materials, and incidentals incurred in the project construction have been paid in full, and that there are no claims pending. 23. Bid Compliance. 1-12 Bid must comply with all Federal, State, county and local laws. Contractor shall not hire nor work any illegal alien. 24. Notice to Proceed. Upon execution of the Contract, the Owner will issue a written Notice to Proceed to the Contractor requesting that he proceed with the construction. The Calendar day count for the project shall commence within ten (10) calendar days after the date of the Notice to Proceed or when the contractor begins work, whichever occurs first. 25. Sales Tax. The bidder shall not include or provide for sales tax on tangible personal property to be incorporated into the project. In order to be exempt from the sales tax on such tangible personal property, the contract shall separate and provide separate charges for materials to be incorporated into the project from charges for labor. The City will provide the Contractor with an exemption certificate for the materials. The contractor is expected to issue a resale certificate in lieu of paying a sales tax at the time of purchase. The bidder shall show the cost of materials to be incorporated into the contract (tangible personal property) in the space provided on the bid form. The successful bidders bid form will be used to develop a separated contract and will determine the extent of the tax exemption. Upon execution of the construction contract, the successful bidder shall provide a per item breakdown of: a) materials incorporated into the project; and b) labor, equipment, supervision and materials not incorporated into the project. 26. Silence of Specification. The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practices are to prevail. All interpretations of these specifications shall be made on the basis of this statement by Owner or their authorized representative. 27. Change Orders. No oral statement of any person shall modify or otherwise change, or affect the terms, conditions or specifications stated in the resulting Contract. All change orders to the Contract will be made in writing by the Owner using the Change Order Form included in the Appendix. 28. Assignment. The Successful Bidder shall not sell, assign, transfer or convey this Contract, in whole or in part, without the prior written consent of Owner. 29. Venue. 1-13 This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Dallas County, Texas. 30. Maintenance Bond. The Contractor shall provide a two-year Maintenance Bond in the amount of 50% of the value of the work at the completion of the project. The bond must be provided prior to final payment by the City. 31. Testing Requirements. The Owner shall make arrangements with an independent laboratory acceptable for testing as required by the construction plans and standard specifications. The Contractor shall bear all related costs of retests or re -inspections. The Contractor shall notify the ENGINEER in a timely manner of when and where tests or inspections are to be made so that they may be present. One copy shall be provided to the Contractor of all reports and laboratory test results. Testing by the City does not alleviate the contractor's responsibility for his own quality assurance/quality control testing. Contractor shall replace any deficient construction items at his own expense. This does not include testing to be performed under Bid Item for "Density Testing of Existing Backfill". 32. Overtime. Hours worked before 8:00 a.m. or after 5:00 p.m., all weekends and holidays are subject to overtime. Overtime request or scheduled testing must be made in writing and approved by the City of Coppell. Seventy-two hours advance -notice is required. All overtime incurred by the City for inspection services and any overtime incurred by the testing laboratory shall be paid by the Contractor. If not paid, such cost may be deducted from partial payments. The pay rate for Inspector overtime charges will be $54 / hr. 33. Overnight Work. Contractor shall be permitted to perform work overnight for certain elements of construction including utility crossings, storm drain repairs, utility connections, concrete paving and other elements as deemed acceptable by the City and its ordinances. Overnight work may not include complete closure of Denton Tap Road. All overnight cost incurred by the City for inspection services and any overnight cost incurred by the testing laboratory shall be paid by the Contractor. The pay rate for overnight inspection charges will be $54 / hr. 34. Payment. Contractor shall submit Applications for Payment in accordance with Item 109.5 of the General Provisions. Applications for Payment will be processed by Engineer as 1-14 provided in the General Provisions. Application for Payment shall be prepared using the form included in the Appendix. 35. Documentation of Existing Conditions. Contractor must prepare a video and provide a copy to City of existing conditions within entire work area prior to the start of construction. Refer to Bid Item for "Pre - Project Video Survey" for additional information. 36. Bid Security. Contractor must submit a bid security in the amount of five (5%) percent of the amount of the maximum total bid as a guarantee that the Bidder will promptly enter into a Contract and execute a Performance, Payment and Maintenance Bonds on the forms included in the Contract Documents if awarded the contract. Acceptable Bid Security are- a) Certified or cashier's check made payable to the Owner. b) An approved Bidder's Bond underwritten by a surety named in the current list of "Surety Companies Acceptable on Federal Bonds" as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Department. 11=1 r Performance, Payment and Maintenance Bonds are required for this project and shall be provided in accordance with the General Conditions. 1-15 BID FORM PROJECT IDENTIFICATION: Denton Tap Road Intersection Improvements Project No. ST -19-01 Coppell, Texas BID OF el C4 M DATE (NAME OF FIRM) THIS BID IS SUBMITTED TO: City of Coppell (hereinafter called OWNER) c/o Procurement Agent 255 E. Parkway Boulevard P.O. 9478 Coppell, Texas 75019 CITY OF COPPELL BID NO: Q-1121-02 1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER accepts all of the terms and conditions of the Advertisement or Notice to Bidders and Instructions to Bidders. This Bid will remain subject to acceptance for ninety (90) days after the day of Bid opening. BIDDER will sign and submit the Agreement with other documents required by the Bidding Requirements within fifteen (15) days after the date of OWNER's Notice of Award. 3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: (a) BIDDER has examined copies of all the Bidding Documents and of the following Addenda (receipt of all which is hereby acknowledged): No: 3 Date:/3 �/ / % z r) Rec'd:� 1-16 (b) BIDDER has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. (c) BIDDER has studied carefully all reports of exploration and tests of subsurface conditions contained in the contract documents and which have been used in preparation of the contract documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such reports, but not upon nontechnical data, interpretations or opinions contained therein or for the completeness thereof for CONTRACTOR's purposes. Except as indicated in the immediately preceding sentence, CONTRACTOR shall have full responsibility with respect to subsurface conditions at site. BIDDER has studied carefully all drawings of the physical conditions in or relating to existing surface or subsurface structures on the site, which are contained in the contract documents and which have been utilized in preparation of the contract documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such drawings, but not for the completeness thereof for CONTRACTOR's purposes. Except as indicated in the immediately preceding sentence, CONTRACTOR shall have full responsibility with respect to physical conditions in or relating to such structures. (d) BIDDER has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies (in addition to or to supplement those referred to in (c) above) which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, performance or furnishing of the Work as BIDDER considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. and no additional examinations, investigations, explorations, tests reports or similar information or data are or will be required by BIDDER for such purposes. (e) BIDDER has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports or similar information or data in respect of said Underground Facilities are or will be required by BIDDER in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. (f) BIDDER has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. 1-17 (g) BIDDER has given ENGINEER written notice of all conflicts, errors or discrepancies that it has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to BIDDER. (h) This bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; BIDDER has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; BIDDER has not solicited or induced any person, firm or corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. (i) It is understood and agreed that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. (j) It is understood and agreed that the quantities of work to be done at unit prices and materials to be furnished may be increased or diminished as may be considered necessary in the opinion of the OWNER to complete the work fully as planned and contemplated, and that all quantities of work, whether increased or decreased, are to be performed at the unit prices set forth, except as provided for otherwise in the Contract Documents. 4. BIDDER understands that the work for each street will be completed in multiple phases. Plans for phasing or move -ins by utility and paving contractors will require approval by the Engineer. It is understood and agreed that all work under this contract will be completed within the bid calendar days. Completion date will be established in the Notice to Proceed. It is understood that time of completion will be a consideration in the award of the bid. 5. It is understood and agreed that the contractor's experience in this type of work will be a strong consideration in the award of the bid. 6. It is strongly recommended that each BIDDER visit the site prior to submitting a bid. Construction constraints exist, including heavy traffic volume along the roadway and accessibility requirements to & from adjacent streets, neighborhoods and properties, which could affect productivity. 7. BIDDER will complete the Work for the following price(s)- 1-18 Denton Tap Intersection Improvements Project No. ST -19-01 Bid No. Q-1121-02 11/13/20 Addendum No. 3 Pagel of 15 SUBTOTAL AMOUNT BID - BASE BID - SECTION I - MISC ITEMS $210,925.00 (SUBTOTAL Amount Bid, Numerical Value) Two Hundred Ten Thousand Nine Hundred Twentv Five Dollars and No Cents *The Owner reserves the right to delete any bid items or portions thereof. If the Owner elects to delete any portions of the PROJECT from the contract, then the contract can be awarded on that basis. Bid Form Section 1 -Bidding Requirements 1 -19 Complete in Place, for the Sum of Seven Hundred Fifty Dollars and No Cents per unit $750.00 $3,000.00 Sl j y E� I Complete in Place, for the Sum of Four Thousand Dollars and No Cents per unit $4,000.00 $4,000.00 »»n .n.10...11 "�k ! E�h`, his; € Complete in Place, for the Sum of .,1 . .. .. .,,.<,...�r .`� ..:,.:. Seven Hundred Fifty Dollars and No Cents per unit $750.00 $750.00 Mg Complete in Place, for the Sum of Seven Hundred Fifty Dollars and No Cents per unit $750.00 $750.00 M ; �{ y MA1T�T A Complete in Place, for the Sum of Fourteen Thousand Dollars and No Cents per unit $14,000.00 $14,000.00 �s Complete in Place, for the Sum of One Hundred Ten Thousand Dollars and No Cents per unit $110,000.00 $110,000.00 SUBTOTAL AMOUNT BID - BASE BID - SECTION I - MISC ITEMS $210,925.00 (SUBTOTAL Amount Bid, Numerical Value) Two Hundred Ten Thousand Nine Hundred Twentv Five Dollars and No Cents *The Owner reserves the right to delete any bid items or portions thereof. If the Owner elects to delete any portions of the PROJECT from the contract, then the contract can be awarded on that basis. Bid Form Section 1 -Bidding Requirements 1 -19 Denton Tap Intersection Improvements Project No. ST -19-01. Bid No. Q-1121-02 11/13/20 Addendum No.3 Page 2 of 15 Unit Unit Price SUBTOTAL Price 'ic € E4sjk: $380.00 $2,800.00 $92,400.00 $550.00 $16,500.00 $45.00 $85,050.00 A 1$3,000.00 $30.00 $60,450.00 $15.00 $19,500.00 E $1,600.00 $1,600.00 $2,400.00 $12,000.00 $19.00 1$285.00 SUBTOTAL AMOUNT BID - BASE BID - SECTION II - DEMOLITION/PREPARATION $291,165.00 (SUBTOTAL Amount Bid, Numerical Value) Two Hundred Ninety One Thousand One Hundred Sixty Five Dollars and No Cents *The Owner reserves the right to delete any bid items or portions thereof. If the Owner elects to delete any portions of the PROJECT from the contract, then the contract can be awarded on that basis. Bid Form Section 1 -Bidding Requirements 1 -20 ' 1 $19.00 $380.00 $550.00 $16,500.00 $1,500.00 1$3,000.00 SUBTOTAL AMOUNT BID - BASE BID - SECTION II - DEMOLITION/PREPARATION $291,165.00 (SUBTOTAL Amount Bid, Numerical Value) Two Hundred Ninety One Thousand One Hundred Sixty Five Dollars and No Cents *The Owner reserves the right to delete any bid items or portions thereof. If the Owner elects to delete any portions of the PROJECT from the contract, then the contract can be awarded on that basis. Bid Form Section 1 -Bidding Requirements 1 -20 Denton Tap Intersection Improvements Project No. ST -19-01 Bid No. Q-1121-02 11/13/20 Addendum No. 3 Page 3 of 15 Item Name of Pay Item with Est. o. Ninit Price in Words Quantit Unit Unit Price SUBTOTAL Price BASE BID - SECTION III - PAVING IMPROVEMENTS $180.00 �.CQNCRE., (, LF E s , gn AIPliai3 C Q CyR PA�V� ` Complete in Place, for the Sum of , _. , ._ Complete in Place, for the Sum of ..'., Ninety Five Dollars and No Cents per unit Two Hundred Twenty Dollars and No Cents per unit $95.00 $383,325.00 1$102,300.00 Complete in Place, for the Sum of Complete in Place, for the Sum of Ninety Dollars and No Cents per unit Two Hundred Thirty Five Dollars and No Cents per unit $90.00 $19,800.00 G KA ,;AL,, Complete in Place, for the Sum of Complete in Place, for the Sum of Twelve Dollars and No Cents per unit Fifty Two Dollars and No Cents per unit $12.00 $59,640.00 SUBTOTAL AMOUNT BID - BASE BID - SECTION III - PAVING IMPROVEMENTS $864,329.00 (SUBTOTAL Amount Bid, Numerical Value) Eight Hundred Sixty Four Thousand Three Hundred Twenty Nine Dollars and No Cents *The Owner reserves the right to delete any bid items or portions thereof, if the Owner elects to delete any portions of the PROJECT from the contract, then the contract can be awarded on that basis. Bid Form Section 1 -Bidding Requirements 1 -21 [Complete in Place, for the Sum of One Hundred Eighty Dollars and No Cents per unit $180.00 $18,360.00 (, LF E s , gn AIPliai3 C Q CyR PA�V� ` sf , _. , ._ Complete in Place, for the Sum of ..'., Two Hundred Twenty Dollars and No Cents per unit $220.00 1$102,300.00 Complete in Place, for the Sum of Two Hundred Thirty Five Dollars and No Cents per unit $235.00 $125,725.00 KA Complete in Place, for the Sum of Fifty Two Dollars and No Cents per unit $52.00 $61,620.00 'i# . illii!Ii�iOf, Slllt . :, luSl =INF, Complete in Place, for the Sum of Two Hundred Seventy Five Dollars and No Cents per unit $275.00 $79,750.00 29 C()M,,,,.. :213 »., .., Complete in Place, for the Sum of Two Hundred Fifty Five Dollars and No Cents per unit $255.00 $7,140.00 ISiRTN �P ` Complete in Place, for the Sum of Two Hundred Forty Seven Dollars and No Cents per unit $247.00 $6,669.00 SUBTOTAL AMOUNT BID - BASE BID - SECTION III - PAVING IMPROVEMENTS $864,329.00 (SUBTOTAL Amount Bid, Numerical Value) Eight Hundred Sixty Four Thousand Three Hundred Twenty Nine Dollars and No Cents *The Owner reserves the right to delete any bid items or portions thereof, if the Owner elects to delete any portions of the PROJECT from the contract, then the contract can be awarded on that basis. Bid Form Section 1 -Bidding Requirements 1 -21 Denton Tap Intersection Improvements Project No. ST -19-01 Bid No. Q-1121-02 Addendum No. 3 11/13/20 Page 4 of 15 Item Name of Pay Item with Est. Unit Unit Price SUBTOTAL Price No. I Unit Price in Words I Quantit BASE BID - SECTION IV - PAVEMENT MARKING AND SIGNING IMPROVEMENTS RIS . f�T�As TIcOTI i. „ Complete in Place, for the Sum of One Dollar and Twenty Cents per unit $1.20 1$1,116.00 Complete in Place, for the Sum of One Hundred Sixty Five Dollars and No Cents per unit Complete in Place, for the Sum of One Hundred Seventy Six Dollars and No Cents per unit .-",RAI. Complete in Place, for the Sum of Six Dollars and No Cents per unit Complete in Place, for the Sum of Six Dollars and No Cents per unit Complete in Place, for the Sum of $165.00 $176.00 $3 $72.00 00 1$8,320.00 SUBTOTAL AMOUNT BID - BASE BID - SECTION IV - PAVEMENT MARKING AND SIGNING IMPROVEMENT $38,418.00 (SUBTOTAL Amount Bid, Numerical Value) Thirty EiRht Thousand Four Hundred Eighteen Dollars and No Cents *The Owner reserves the right to delete any bid items or portions thereof. If the Owner elects to delete any portions of the PROJECT from the contract, then the contract can be awarded on that basis. I Bid Form Section 1 -Bidding Requirements 1 -22 Denton Tap Intersection Improvements Project No. ST -19-01 Bid No. Q-1121-02 11/13/20 Addendum No.3 Page 5 of 15 Complete in Place, for the Sum of One Hundred Ninety Eight Dollars and No Cents per unit Complete in Place, for the Sum of Three Thousand Nine Hundred Dollars and No Cents per unit Complete in Place, for the Sum of Four Thousand Seven Hundred Dollars and No Cents per unit tx Complete in Place, for the Sum of Seven Thousand Dollars and No Cents per unit Mete in Place, for the Sum of Thousand Four Hundred Dollars and No Cents per unit plete in Place, for the Sum of Hundred Twenty Dollars and No Cents per unit Complete in Place, for the Sum of Five Hundred Dollars and No Cents per unit Complete in Place, for the Sum of Two Hundred Seventy Five Dollars and No Cents per unit $165.00 1$3,135.00 $198.00 1$1 900.00 700.00 1$14,100.00 120.00 1$32,400.00 Bid Form Section 1 -Bidding Requirements 1 -23 Denton Tap Intersection Improvements Project No. ST -19-01 Bid No. 0-1121-02 Addendum No. 3 11/13/20 Page 6 of 15 SUBTOTAL AMOUNT BID - BASE BID - SECTION V - UTILITY IMPROVEMENTS $94,357.00 (SUBTOTAL Amount Bid, Numerical Value) Ninety Four Thousand Three Hundred Fifty Seven Dollars and No Cents *The Owner reserves the right to delete any bid items or portions thereof. If the Owner elects to delete any portions of the PROJECT from the contract, then the contract can be awarded on that basis. Bid Form Section 1 -Bidding Requirements 1 -24 Denton Tap Intersection Improvements Project No. ST -18-01 Bid No. Q-1121-02 11/13/20 Item I Name of Pay Item with No. Unit Price in Words BASE BID - SECTION VI - ILLUMINATION IMPROVEMENTS 55.... ARM -0E 4F.M; Complete in Place, for the Sum of Seven Hundred Fifty Dollars and No Cents per unit plete in Place, for the Sum of Thousand Thirty Five Dollars and No Cents per unit plete in Place, for the Sum of Thousand Four Hundred Twenty Dollars and No Cents per unit Complete in Place, for the Sum of Seventeen Dollars and Sixty Cents per unit plete in Place, for the Sum of Thousand Three Hundred Twenty Dollars and No Cents per unit Complete in Place, for the Sum of Two Dollars and Twenty Cents per unit Complete in Place, for the Sum of Three Dollars and Thirty Cents per unit Addendum No.3 Page 7 of 15 Est. Unit I Unit Price I SUBTOTAL Price .00 1$8,140.00 $17.60 1$10,560.00 20 .30 SUBTOTAL AMOUNT BID - BASE BID - SECTION VI - ILLUMINATION IMPROVEMENTS $41,940.00 (SUBTOTAL Amount Bid, Numerical Value) Forty One Thousand Nine Hundred Forty Dollars and No Cents *The Owner reserves the right to delete any bid items or portions thereof. If the Owner elects to delete any portions of the PROJECT from the contract, then the contract can be awarded on that basis. Bid Form Section 1 -Bidding Requirements 1 -25 Denton Tap Intersection Improvements Project No. ST -19-01 Bid No. Q-1121-02 11/13/20 Addendum No, 3 Page 8 of 15 Item Name of Pay Item with Est. No. Unit Price in Words Quantit Unit Unit Price SUBTOTAL Price BASE BID - SECTION VII - TRAFFIC SIGNAL IMPROVEMENTS b DRNLT, .HAFT TNF,SI Pd 1✓ . , 3ti , . 39 - - LF Complete in Place, for the Sum of Four Hundred Twenty Three Dollars and Fifty Cents per unit $423.50 $16,516.50 LL'��mss, .,,iS►N....-.,h ��y IIAF t 'c' 0" €, Tj,'FO Complete in Place, for the Sum of Four Hundred Sixty Seven Dollars and Fifty Cents per unit $467.50 $41,140.00 E„ LF ';E Complete in Place, for the Sum of Eighty Three Dollars and Fifty Two Cents per unit $83.52 $5,011.20 Complete in Place, for the Sum of Fifteen Dollars and Forty Cents per unit $15.40 $1,617.00 Complete in Place, for the Sum of Sixteen Dollars and Fifty Cents per unit $16.50 J$9,817.50 77 C©. ',,, T„ `, SCII4ti ` ,. .. _. ,,, „ 'li3NAi `„ E ,' 60 Kf„ -- . Complete in Place, for the Sum of Seventeen Dollars and Sixty Cents per unit $17.60 $1,056.00 LFrZ #SEE€ Complete in Place, for the Sum of Forty Six Dollars and Twenty Cents per unit $46.20 1$24,255.00 - - ,-Iil E Complete in Place, for the Sum of Sixteen Dollars and Fifty Cents per unit $16.50 $165.00 L NDI�`BAIiE,,'N?ALjz„',� „E, Complete in Place, for the Sum of Two Dollars and Twenty Cents per unit $2.20 $4,037.00 z 'its:: II>I� C4 ESITI tTIiD N(I ,,: > r� Complete in Place, for the Sum of Two Dollars and Twenty Cents per unit $2.20 $1,188.00 Complete in Place, for the Sum of One Thousand Five Hundred Forty Dollars and No Cents per unit $1,540.00 $23,100.00 » 77777,Complete in Place, for the Sum of Three Hundred Dollars and No Cents per unit $300.00 $6,000.00 Complete in Place, for the Sum of Eight Thousand Two Hundred Fifty Dollars and No Cents per unit $8,250.00 1$8,250.00 Bid Form Section 1 -Bidding Requirements 1 -26 Denton Tap Intersection Improvements Project No. ST -19-01 Bld No. Q-1121-02 11/13/20 Addendum No.3 Page 9 of 15 Item Name of Pay Item with Est, Unit Unit Price SUBTOTAL Price No. Unit Price in Words Quantit Complete in Place, for the Sum of Sixteen Thousand One Hundred Fifteen Dollars and No Cents per unit $16,115.00 $16,115.00 Complete in Place, for the Sum of Four Thousand Four Hundred Dollars and No Cents per unit $4,400.00 $17,600.00 v E . „ALL IWY Ti'9I0 .. ,...., .,, ,....: Complete in Place, for the Sum of Seven Thousand One Hundred Fifty Dollars and No Cents per unit $7,150.00 $21,450.00 Complete in Place, for the Sum of Four Hundred Forty Dollars and No Cents per unit $440.00 1$8,800.00 {� Complete in Place, for the Sum of Four Hundred Forty Dollars and No Cents per unit $440.00 $10,120.00 ON �Tix.,t :';...,. ,,,,,,,,_, BRIEF. xt 3 Complete in Place, for the Sum of Four Hundred Forty Dollars and No Cents per unit $440.00 $8,800.00 .s. lW x. /s S .,.7, M5�, Complete in Place, for the Sum of Four Hundred Forty Dollars and No Cents per unit $440.00 $17,160.00 az Complete in Place, for the Sum of Four Hundred Forty Dollars and No Cents per unit $440.00 $8,800.00 f f 'A SEC -1 7777 Complete in Place, for the Sum of Four Hundred Forty Dollars and No Cents per unit $440.00 $7,040.00 .zy ; , l fl' G is "„ .,. ' ' . s ,. • ,;.,. T[ if /y € 0 ,,..: Complete in Place, for the Sum of One Thousand One Hundred Dollars and No Cents per unit $1,100.00 $23,100.00 ( LA„ -. ,,,_, i5'';�S ,""10 Complete in Place, for the Sum of One Hundred Sixty Five Dollars and No Cents per unit $165.00 $2,145.00 „_. M M " ' Complete in Place, for the Sum of One Hundred Seventy Six Dollars and No Cents per unit $176.00 $2,816.00 +}.�. , r t x Complete in Place, for the Sum of One Hundred Eighty Seven Dollars and No Cents per unit $187.00 $1,309.00 Bid Form Section 1 -Bidding Requirements 1 -27 Denton Tap Intersection Improvements Project No. ST -1301 Bid No. Q-1121-02 11/13/20 Addendum No.3 Page 10 of 15 Est. Est.Unit Unit Price SUBTOTAL Price uantit , $2.20 1$4,906.00 $2.20 $1,595.00 177 $2.20 $1,485.00 y $4.40 $11,946.00 = $5.50 $7,452.50 $2.20 $209.00 $12,000.00 $12,000.00 W $12,500.00 $25,000.00 $41,200.00 $41,200.00 $38,300.00 $38,300,00 00 Bid Form Section 1 -Bidding Requirements 1 -28 Denton Tap Intersection Improvements Project No. 5T�19-01 Bid No. Q-1121-02 11/13/20 Addendum No.3 Page 11 of 15 Item Name of Pay Item with Est. No. Unit Price in Words Quantit Unit Unit Price SUBTOTAL Price .i#lEat Complete in Place, for the Sum of Two Hundred Seventy Five Dollars and No Cents per unit $275.00 $1,100.00 PED" DE i'E, (}R COI+%" C3LLER I II►i" A ------------ Com lete in Place, for the Sum of Four Thousand Five Hundred Dollars and No Cents per unit $4,500.00 $9,000.00 1II3,iilli!,';' . Complete in Place, for the Sum of Three Thousand Dollars and No Cents per unit $3,000.00 $3,000.00 C Com lete in Place, for the Sum of Eight Thousand Two Hundred Fifty Dollars and No Cents per unit $8,2.50.00 $33,000.00 ME: ,,ASS1M13 x r,� 1�.ELOCAT> h, IE• �'. .,_' - ,,, c<,�iF -mi„ . r �,•€. e,lxyy„ EA •.f �, � ) Complete in Place, for the Sum of One Thousand One Hundred Dollars and No Cents per unit $1,100.00 $5,500.00 EEIYI3 _ t;E..$ CATI ,.ABL C+l? k - Complete in Place, for the Sum of Two Dollars and Twenty Cents per unit $2.20 $3,498.00 1 .Pi)iii' " LF. rf _,ND Complete in Place, for the Sum of - , No Dollars and Fifty Five Cents per unit $0.55 $940.50 .., . yy 1A Sice;-, , ; , .',,, CABLE ,• -, <„ 1 J , . r ... _ m. e h Complete in Place, for the Sum of Four Dollars and Forty Cents per unit $4.40 $2,288.00 ML „ `" 1r« Complete Com lete in Place, for the Sum of Four Thousand Five Hundred Dollars and No Cents per unit $4,500.00 $9,000.00 7777777 Y r Complete in Place, for the Sum of Fight Hundred Thirty Dollars and No Cents per unit $830.00 1$4,150.00 ,- h,ON' w.,�. I MN Complete in Place, for the Sum of Two Dollars and Twenty Cents per unit $2.20 $3,058.00 SUBTOTAL AMOUNT BID - BASE BID - SECTION V1I - TRAFFIC SIGNAL IMPROVEMENTS $657,796.20 (SUBTOTAL Amount Bid, Numerical Value) Six Hundred Fifty Seven Thousand Seven Hundred Ninety Six Dollars and Twenty Cents *The Owner reserves the right to delete any bid items or portions thereof. If the Owner elects to delete any portions of the PROJECT from the contract, then the contract can be awarded on that basis. Bid Form Section 1 -Bidding Requirements 1 -29 Item No. Name of Pay Item with I Unit Price in words Est.Unit Quantity Unit Price SUBTOTAL Price BASE BID - SECTION VIII - LANDSCAPE IMPROVEMENTS 212 RESTORE IRRIGAT014SYSTEM' I LS Complete in Place, for the Sum of $ $ Dollars and Cents per unit 213 RESTORE PARKWAYS &DISTURBEb AREAS 44 STA' Complete in Place, for the Sum of $ $ Dollars and Cents per unit SUBTOTAL AMOUNT BID - BASE BID - SECTION VIII- LANDSCAPE IMPROVEMENTS and *The Owner reserves the right to delete any bid items or portions thereof. If the Owner elects to delete any portions of the PROJECT from the contract, then the contract can be awarded on that basis. (SUBTOTAL Amount Bid, Numerical Value) Dollars Cents Section 1 - Bidding Requirements 1-30 Bid Form Denton Tap Intersection Improvements Project No. ST -1301 Bid No. Q-1121-02 11/13/20 Addendum No.3 Page 13 of 15 Complete in Place, for the Sum of Two Dollars and Twenty Cents per unit 1$2.20 $49,720.00 SUBTOTAL AMOUNT BID - BASE BID - SECTION IX - VEHICLE DETECTION INTERSECTION UPGRADES $200,278.50 (SUBTOTAL Amount Bid, Numerical Value) Two Hundred Thousand Two Hundred Seventy Eight Dollars and Fifty Cents *The Owner reserves the right to delete any bid items or portions thereof. If the Owner elects to delete any portions of the PROJECT from the contract, then the contract can be awarded on that basis. Bid Form Section 1 -Bidding Requirements 1 -31 Denton Tap Intersection Improvements Project No. ST -19-01 Bid No. Q-1121.02 11/13/20 Addendum No.3 Page 14 of 15 ItemI Name of Pay Item with Est. No, Unit Price in Words Ouantit Unit Unit Price SUBTOTAL Price Complete in Place, for the Sum of Twenty Five Thousand Dollars and No Cents per unit Complete in Place, for the Sum of Twenty Five Thousand Dollars and No Cents per unit Complete in Place, for the Sum of Twenty Five Thousand Dollars and No Cents per unit Complete in Place, for the Sum of Forty Thousand Dollars and No Cents per unit Complete in Place, for the Sum of Twenty Five Thousand Dollars and No Cents per unit SUBTOTAL AMOUNT BID - BASE BID - SECTION X - ALLOWANCES $140,000.00 (SUBTOTAL Amount Bid, Numerical Value) One Hundred Forty Thousand Dollars and No Cents *The Owner reserves the right to delete any bid items or portions thereof. If the Owner elects to delete any portions of the PROJECT from the contract, then the contract can be awarded on that basis. Bid Form Section 1 -Bidding Requirements 1 -32 Denton Tap Intersection Improvements Project No. ST -19-01 Bid No. Q-1121-02 11/13/20 Addendum No. 3 Page 15 of 15 Item Name of Pay Item with Est. i No. Unit Price in Words Quantit Unit Unit Price SUBTOTAL Price ALTERNATE BID A - FLEX BASE ALTERNATE Complete in Place, for the Sum of Forty Five Dollars and No Cents per unit $45.00 $42,750.00 A i $„TJIME S t ... St 1BtrR,9iE Complete in Place, for the Sum of Twelve Dollars and No Cents per unit $12.00 -$59,640.00 Complete in Place, for the Sum of One Hundred Eighty Dollars and No Cents per unit $180.00 -$18,360.00 DR,.,,. i R 21 7h 77 Complete in Place, for the Sum of Forty Seven Dollars and No Cents per unit $47.00 $233,590.00 SUBTOTAL AMOUNT BID - ALTERNATE BID A - FLEX BASE ALTERNATE $198,340.00 (SUBTOTAL Amount Bid, Numerical Value) One Hundred Ninety Eight Thousand Three Hundred Forty Dollars and No Cents *The Owner reserves the right to delete any bid items or portions thereof. If the Owner elects to delete any portions of the PROJECT from the contract, then the contract can be awarded on that basis. Bid Form Section 1 -Bidding Requirements 1 -33 Denton Tap Intersection Improvements Project No. ST -19-01 Bid No. Q-1121-02 11/13/20 BID SUMMARY — BID NO. Q-1121-02 Denton Tap Road Intersection Improvements BID ITEMS SECTION I - MISC. ITEMS SECTION II — DEMOLITION/PREPARATION SECTION III — PAVING IMPROV. SECTION IV — PAV. MARKING AND SIGNING IMPROV. SECTION V — UTILITY IMPROV. SECTION VI — ILLUMINATION IMPROV. SECTION VII — TRAFFIC SIGNAL IMPROV. SECTION VIII — LANDSCAPE IMPROV. SECTION IX —VEHICLE DETECTION INTER. UPGRADES SECTION X —ALLOWANCES TOTAL - BASE BID TOTAL - ALTERNATE BID A TOTAL - BASE BID + ALTERNATE BID A TOTAL TIME BID TO COMPLETE PROJECT 10, 925.00 $291,165.00 $864,329.00 $38,418.00 $94,357.00 $41,940.00 $657,796.20 $39,600.00 $200,278.50 $140,000.00 $2,578,808.70 $198,340.00 $2,777,148.70 390 CALENDAR DAYS Addendum No.3 Page 1 of 1 Bid Form Section 1 -Bidding Requirements 1-34 8. Communications concerning this Bid shall be addressed to the address of BIDDER indicated on the applicable signature page. 9. 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). 10. The terms used in this Bid which are defined in the General Conditions of the Construction Contract included as part of the Contract Documents have the meanings assigned to them in the General Conditions. The City of Coppell reserves the right to delete any portion of this project as it may deem necessary to stay within the City's available funds. Should the City elect to delete any portion, the contract quantities will be adjusted accordingly. PROPOSAL GUARANTY ➢ A Proposal Guaranty shall be provided in accordance with Item 102.5 of the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition. SUBMITTED ON /'d�� o By: Name:, Title:',, i::ai Company:C—, Address: &L,/�j J 1-35 Classification PREVAILING WAGE RATES Hourly Rate CONCRETE FINISHER (Paving & Structures) .....................................................................14.12 ELECTRICIAN .............................................19.80 FORM BUILDER / FORM SETTER Paving & Curb..............................................13.16 Structures .....................................................13.84 LABORER Asphalt Raker...............................................12.69 Flagger.........................................................10.06 12.25 Laborer, Common ........................................10.72 Laborer, Utility..............................................12.32 16.05 Pipelayer ......................................................13.24 Work Zone Barricade Servicer .....................11.68 14.14 POWER EQUIPMENT OPERATOR Asphalt Distributor........................................15.32 Asphalt Paving Machine ..............................13.99 12.25 Broom or Sweeper.......................................11.74 Concrete Pavement Finishing Machine....... 16.05 Concrete Saw...............................................14.48 Crane Operator, Lattice Boom ....................17.27 14.14 80 Tons or Less Crane Operator, Lattice Boom over.............20.52 80 Tons Crane, Hydraulic 80 Tons or Less ...............18.12 Crawler Tractor ............................................14.07 Excavator, 50,000 pounds or less................17.19 Excavator, over 50,000 pounds ...................16.99 Foundation Drill, Truck Mounted..................21.07 Foundation Drill, Crawler Mounted ..............17.99 Front End Loader 3 CY or Less ...................13.69 Front End Loader, over 3 CY.......................14.72 Loader / Backhoe.........................................15.18 Mechanic ......................................................17.68 Milling Machine ............................................14.32 Motor Grader, Fine Grade............................17.19 Motor Grader, Rough ...................................16.02 Pavement Marking Machine ........................13.63 Reclaimer/Pulverizer....................................11.01 Roller, Asphalt..............................................13.08 Roller, Other.................................................11.51 Scraper.........................................................12.96 Small Slipform Machine ...............................15.96 Spreader Box ...............................................14.73 Servicer........................................................14.58 Steel Worker (Reinforcing)...........................16.18 1-36 C;lassifirn inn TRUCK DRIVER Hourly Rate Lowboy -Float ...............................................16.24 Off Road Hauler ........................................... 12.25 Single Axle...................................................12.31 Single or Tandem Axle Dump Truck ............ 12.62 Tandem Axle Tractor with Semi Trailer .......12.86 Transit -Mix ................................................... 14.14 WELDER ......................................................14.84 BID AFFIDAVIT The undersigned certifies that the bid prices contained in this bid have been carefully reviewed and are submitted as correct and final. Bidder further certifies and agrees to famish any and/or all commodities upon which prices are extended at the price offered, and upon the conditions contained in the Specifications of the Invitation to Bid. The period of acceptance of this bid will be ninety (90) calendar days from the date of the bid opening. STATE OF e„)C01 Jr COUNTY OF 1,? cx/F o BEFORE ME, the undersigned authority, a Notary Public in and for the State of s , on this day personally appeared f Z oL Lr� G, a = L, who after being by me Name duly sworn, did depose and say((: "I, a r+ C • am a duly authorized office/agent for Name and have been duly authorized to execute the Name of Firm foregoing on behalf of the said Name of S. I hereby certify that the foregoing bid has not been prepared in collusion with any other Bidder or individual(s) engaged in the same line of business prior to the official opening of this bid. Further, I certify that the Bidder is not now, nor has been for the past six (6) months, directly or indirectly concerned in any pool, agreement or combination thereof, to control the price of services/ commodities bid on, or to influence any individual(s) to bid or not to bid thereon.” Name and Address of Bidder: F_ e � Cw ra I T -n c-, 1`l G r De=j S -2 -`2 - Telephone: (�72)& ' P-10 by: 1 l bb Title: f' S'���r, Signature: SUBSCRIBED AND SWORN to before me by the above named % la L -/T ef on this the Z7 day of Lvm' e,' P,/ 20 z© JG CYNTHIA A MENDEZ =z°•; �.Notary Public, State of Texas f J�q s �y,, •,���a,; Comm. Expires 01-25.2021 •n,°;,a``� Notary ID 12928293.4 NotaryPublic in an or the State of 71�� 1-37 Business address (Individual's Name) (Firm Name) (General Partner) Business address 12 (Corporate Seal) Attest (Com , e) (State UfIncorporation) (Name of person ~ Phone No A Joint Venture (N8nla) A\ddraoe\ (Name) (Address) (Each joint venture must sign. The manner of signing for each individual, partnership and corporation that is mnh PYA Document 310 - 2010Bid Bon CONTRACTOR (Name, legal status and address): SURETY (Name, legal status and principal place of business): Rebcon, Inc. 1868 W. Northwest Hwy Dallas, TX 75220-7018 OWNER (Name, legal status and address): City of Coppell 255 E. Parkway Blvd. Coppell, TX 75019-2602 Colonial American Casualty nd ,Surety Company 1299 Zurich Way, 5th Floor Schaumbur , IL 60196-1.056 Bond Amount: Five Percent of the Greatest Amount Bid 5% GAB PROJECT: (Name, location or address, and Project number, if any): Denton Tap Intersection Improvements The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters in to a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof-, or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding ninety (90) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond ninety (90) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed by the Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted here from and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 19th day of November, 2020 l'7 _ W �E7a. °Witness) w (Seal) W the s t ( ..� (Seal) Language conforms to AIA Document A3'10 Bid Bond I II)70001 L10311 f - -- _e con_ Inc (Principal) �. ���'"'" (Sea]) Colonial �American Casualty and � o � 1 Surety Company retyn (Name & Title): Andrea Rose Crawford , Attorney -in -Fact CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire is being filed in accordance with chapter 176 of the Local OFFICE USE Government Code by a person doing business with the governmental entity. ONLY By law this questionnaire must be filed with the records administrator of the Date Received local government not later than the 7th business day after the date the person becomes aware of facts that require the statement to be fled. 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. 1 Name of person doing business with local governmental entity. c- d J 2 ❑ Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than September 1 of the year for which an activity described in Section 176.006(a), Local Government Code, is pending and not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate. 3 Name each employee or contractor of the local governmental entity who makes recommendations to a local government officer of the governmental entity with respect to expenditures of money AND describe the affiliation or business relationship. 4 Name each local government officer who appoints or employs local government officers of the governmental entity for which this questionnaire is filed AND describe the affiliation or business relationship. i-39 FORM CIQ CONFLICT OF INTEREST QUESTIONNAIRE Page 2 For vendo,r or other person doing business with local governmental entity Name of local government officer with whom filer has affiliation or business relationship. (Complete this section only if the answer to A, B, or C is YES. This section, item 5 including subparts A, B, C 8. D, must be completed for each officer with whom the filer has affiliation or other relationship. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income from the filer of the questionnaire? ❑ Yes ❑ No B. Is the filer of the questionnaire receiving or likely to receive taxable income from or at the direction of the local overnment officer named in this section AND the taxable income is not from the local governmental entity? Yes ❑ No C. Is the filer of this questionnaire affiliated with a corporation or other business entity that the localovernment officer serves as an officer or director, or holds an ownership of 10 percent or more? LJYes No D. Describe each affiliation or business relationship. L a person doing b ' s with the governmental entity Date 1-40 SECTION 2 CONTRACT DOCUMENTS T H E - C I T Y - Q F COFFELL �ay°,- uhf, a STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR ON THE BASIS OF A STIPULATED PRICE THIS AGREEMENT is dated as of the day of in the year 2020 by and between the CITY OF COPPELL, TEXAS, a municipal corporation (hereinafter called OWNER) and REBCON, INC. (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK. CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: This work shall consist of the construction of approximately 4,700 square yards of full -depth pavement for right and left turns lanes, traffic signal improvements, storm sewer inlet relocation, and 1,200 square yards of sidewalk construction at the Denton Tap Road intersections of Southwestern Boulevard, Bethel School Road, Sandy Lake Road, and Parkway Boulevard. Additionally, this work also includes the improvements to vehicle detection systems at various intersections throughout the City (27 intersections). The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Construction of: Denton Tap Road Intersection Improvements PROJECT NO. ST -19-01 Bid No. Q-1121-02 Article 2. ENGINEER. The Project has been designed by Kimley-Horn and Associates, Inc. Contract administration will be provided by the City of Coppell Engineering Department who is hereinafter called ENGINEER and who is to act as OWNER's representative, assume all duties and responsibilities and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. 2-1 Contract Documents Article 3. CONTRACT TIME. 3.1. The Work will be completed within 390 calendar days. The Contract time commences to run as provided in Item 103.2 of the General Provisions, and the work shall be completed and ready for final payment in accordance with Item 109.5 of the General Provisions. 3.2. Liquidated Damages. This project is to be completed in the contract time specified. The time of completion is of the essence of this contract. As stated in Item 20 of the Instructions to Bidders a liquidated damages procedure shall be incorporated into the contract based upon the provisions as set forth in Item 20 of the Instructions to Bidders, Section 1 of these contract documents. Article 4. CONTRACT PRICE. 4.1. OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents in current funds subject to additions and deductions by Change Orders as provided in the contract documents in accordance with the unit prices listed in the Proposal and Bid Schedule, Section 1 of these contract documents. The total contract sum shall be the amount of The total tangible personal property cost included in the contract sum is: Article 5. PAYMENT PROCEDURES. CONTRACTOR shall submit Applications for Payment in accordance with Item 109.5 of the General Provisions. Applications for Payment will be processed by ENGINEER as provided in the General Provisions. 5.1. Progress Payments. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Applications for Payment as recommended by ENGINEER, each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in Item 109.5 of the General Provisions (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Provisions. 5.1.1. Prior to Completion, progress payments will be made in an amount equal to the percentage indicated in Item 109.5.2 of the General Provisions, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with Item 109.4 of the General Provisions. 5.2. Final Payment. Upon final completion and acceptance of the Work in accordance with Item 109.5.4 of the General Provisions, OWNER shall pay the 2-2 Contract Documents remainder of the Contract Price as recommended by ENGINEER as provided in said Item 109.5.4. Article 6. INTEREST. No interest shall ever be due on late payments. Article 7. CONTRACTOR'S REPRESENTATIONS. In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: 7.1. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in Item 102.3 of the General Provisions, and accepts the determination set forth in Item SC -105.1.3 of the Supplementary Conditions of the extent of the technical data contained in such reports and drawings upon which CONTRACTOR is entitled to rely. 7.2. CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports, and studies (in addition to or to supplement those referred to in paragraph 7.1 above) which pertain to the subsurface or physical conditions at or contiguous to the site or otherwise may affect the cost, progress, performance, or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Item 102.3 of the General Provisions; and no additional examinations, investigations, explorations, tests, reports, studies, or similar information or data are or will be required by CONTRACTOR for such purposes. 7.3. CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes all responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies, or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Items 102.3, 103.1 and 104.1 of the General Provisions. 7.4. CONTRACTOR has correlated the results of all such observations, examinations, investigations, explorations, tests, reports, and studies with the terms and conditions of the Contract Documents. 2-3 Contract Documents 7.5. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. Article 8. CONTRACT DOCUMENTS. The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR concerning the Work consist of the following: 8.1 this Construction Agreement; 8.2 properly authorized change orders; 8.3 any listed and numbered addenda; 8.4 Supplementary Conditions; 8.5 Drawings (Construction Plans) entitled: "Construction of: Denton Tap Road Intersection Improvements PROJECT NO. ST -19-01 Bid No. Q-1121-02."; 8.6 Specifications bearing the title: "Construction Specifications and Contract Documents for the "Construction of: Denton Tap Road Intersection Improvements PROJECT NO. ST -19-01 Bid No. Q-1121-02."; 8.7 Description of Pay Items 8.8 Specific Project Requirements; 8.9 the OWNER's Standard Construction Details; 8.9 the October 2004 Edition of the Public Works Construction Standards - North Central Texas as amended and published by the North Central Texas Council of Governments, as amended by the Owner (collectively, the "NCTCOG Specifications "); 8.10 the OWNER's written notice to proceed to the CONTRACTOR; 8.11 the Contractor's Bid Proposal; 8.12 the Performance, Payment, and Maintenance Bonds; and, 8.13 any other bid materials distributed by the Owner that relate to the Project. These Contract Documents are incorporated by reference into this Construction Agreement as if set out here in their entirety. The Contract Documents are intended to be complementary; what is called for by one document shall be as binding as if called for by all Contract Documents. It is specifically provided, however, that in the event of any inconsistency in the Contract Documents, an RFI shall be submitted for clarification. 2-4 Contract Documents The Contract Documents may only be amended, modified, or supplemented as provided in Items 104.2 and 109.3 of the General Provisions. Article 9. MISCELLANEOUS. 9.1. Terms used in this Agreement which are defined in Item 101 of the General Provisions will have the meanings indicated in the General Provisions. 9.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 9.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assignors and legal representatives to the other party hereto, its partners, successors, assignors and legal representatives in respect of all covenants, agreements and obligations contained in the Contract Documents. 2-5 Contract Documents Article 10. OTHER PROVISIONS. IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in triplicate. One counterpart each has been delivered to OWNER, CONTRACTOR and ENGINEER. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or by ENGINEER on their behalf. This Agreement will be effective on , 2020. OWNER: City of Coppell 255 E. Parkway Boulevard Coppell, TX 75019 BY: TITLE: ATTEST: Address for giving notices: P.O. Box 9478 Coppell, Texas 75019 Attn: Kent Collins, P.E., CFM Dir. of Public Works (If OWNER is a public body, attach evidence of authority to sign and resolution or other documents authorizing execution of Agreement.) CONTRACTOR ATTEST: REBCON, INC. 1868 W. Northwest Hwy Dallas, TX 75220 Address for giving notices: (If CONTRACTOR is a corporation, attach evidence of authority to sign.) 2-6 Contract Documents Certificate of Insurance After award of contract, Contractor will provide Owner with a Certificate of Insurance, which will be executed and bound here with final documents. Please see the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition, Item 103.4 for insurance policies required. ■ Contractor's Insurance o Worker's Compensation — As set forth in the Workers Compensation Act o Commercial General Liability - $1,000,000 Accident/Occurrence o Automobiles - $500,000 Combined single limit per occurrence o Owner's Protective Liability - $600,000 per occurrence; $1,000,000 aggregate o "Umbrella" Liability - $1,000,000 per occurrence with drop down coverage o Liability (Public) - $1,000,000 Aggregate; $1,000,000 Products & Completed Operations Aggregate ■ Additional insured — The Owner shall be named as an additional insured on the Commercial General Liability (Public), Owner's Protective Liability, and Excess/Umbrella Liability Insurance Policies furnished by the Contractor. Please see the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition, Item 107.2 for indemnification requirements. 2-7 Contract Documents Instructions For Bonds A. The surety on each bond must be a responsible surety company that is qualified to do business in Texas and satisfactory to the Owner. B. The name and residence of each individual party to the bond shall be inserted in the body thereof, and each such party shall sign the bond with his usual signature on the line opposite the scroll seal, and if signed in Maine, Massachusetts or New Hampshire, an adhesive seal shall be affixed opposite the signature. C. If the principals are partners, their individual names will appear in the body of the bond, with the recital that they are partners composing a firm, naming it, and all the members of the firm shall execute the bond as individuals. D. The signature of a witness shall appear in the appropriate place, attesting the signature of each individual party to the bond. E. If the principal or surety is a corporation, the name of the State in which incorporated shall be inserted in the appropriate place in the body of the bond, and said instrument shall be executed and attested under the corporate seal, the fact shall be stated, in which case a scroll or adhesive seal shall appear following the corporate name. F. The official character and authority of the person or persons executing the bond for the principal, if a corporation, shall be certified by the secretary or assistant secretary according to the form attached hereto. In lieu of such certificate, records of the corporation as will show the official character and authority of the officer signing, duly certified by the secretary or assistant secretary, under the corporate seal, to be true copies. G. The date of this bond must not be prior to the date of the contract in connection with which it is given. 2-8 Contract Documents PERFORMANCE BOND STATE OF TEXAS COUNTY OF DALLAS KNOW ALL MEN BY THESE PRESENTS: That Robert C. Bibby whose address is 1868 W. Northwest Hwy., Dallas, TX 75220 , hereinafter called Principal, and REBCON, INC. , a corporation organized and existing under the laws of the State of TEXAS , and fully licensed to transact business in the State of Texas as Surety, are held and firmly bound unto the CITY OF COPPELL, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called "Beneficiary", in the penal sum of DOLLARS ($ ) in lawful money of the United States, to be paid in Dallas County, Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract with the City of Coppell, the Beneficiary, dated the of , A.D. 2020, which is made a part hereof by reference, for the construction of certain public improvements that are generally described as follows: Construction of: Denton Tap Road Intersection Improvements PROJECT NO. ST -19-01 Bid No. Q-1121-02 NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the plans, specifications and Contract documents during the original term thereof and any extension thereof which may be granted by the Beneficiary, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of two (2) years from the date of final completion and final acceptance of the Work by Owner; and, if the Principal shall fully indemnify and save harmless the Beneficiary from all costs and damages which Beneficiary may suffer by reason of failure to so perform herein and shall fully reimburse and repay Beneficiary all outlay and expense which the Beneficiary may incur in making good any default or deficiency, then this obligation shall be void; otherwise, it shall remain in full force and effect. 2-9 Contract Documents PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue shall lie in Dallas County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the Work to be performed thereunder or the specifications accompanying the same shall in anyway affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work or to the Specifications. This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Dallas County or Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. each IN WITNESS WHEREOF, this instrument is executed in _ one of which shall be deemed an original, this , 2020. PRINCIPAL By- Title- ATTEST: y:Title:ATTEST: SURETY By- Title- ATTEST: y:Title: ATTEST: the copies, day of Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and service of the process is: NAME- AME: ADDRESS- ADDRESS: NOTE. NOTE. Date of Performance Bond must be date of Contract.. If Resident Agent is not corporation, give person's name. 2-10 Contract Documents PAYMENT BOND STATE OF TEXAS COUNTY OF DALLAS KNOW ALL MEN BY THESE PRESENTS: That Robert C. Bibby whose address is 1868 W. Northwest Hwy., Dallas, TX 75220 , hereinafter called Principal, and REBCON, INC. , a corporation organized and existing under the laws of the State of TEXAS , and fully licensed to transact business in the State of Texas as Surety, are held and firmly bound unto the CITY OF COPPELL, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called "Beneficiary", in the penal sum of DOLLARS ($ ) in lawful money of the United States, to be paid in Dallas County, Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract with the City of Coppell, dated the of , A.D. 2020, which is made a part hereof by reference, for the construction of certain public improvements that are generally described as follows: Construction of: Denton Tap Road Intersection Improvements PROJECT NO. ST -19-01 Bid No. Q-1121-02 NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in said Contract and any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modification to the Surety is hereby expressly waived, then this obligation shall be void; otherwise it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue shall lie in Dallas County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the Work to be performed thereunder or the Plans, Specifications, Drawings, etc., accompanying the same, shall in anyway affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder. 2-11 Contract Documents This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Dallas County or Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. each IN WITNESS WHEREOF, this instrument is executed in _ one of which shall be deemed an original, this 2020. PRINCIPAL By- Title- ATTEST: y:Title:ATTEST: SURETY By- Title- ATTEST: y:Title:ATTEST: the copies, day of The Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and service of the process is- s: NAME- NAME: ADDRESS- ADDRESS: NOTE. NOTE. Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name. 2-12 Contract Documents MAINTENANCE BOND STATE OF TEXAS } COUNTY OF DALLAS } KNOW ALL MEN BY THESE PRESENTS: THAT Robert C. Bibby as Principal, and REBCON, INC. a corporation organized under the laws of TEXAS , as sureties, do hereby expressly acknowledge themselves to be held and bound to pay unto the City of Coppell a Municipal Corporation, Texas, the sum of Dollars and Cents ($ ) for the payment of which sum will and truly be made unto said City of Coppell , and its successors, said principal and sureties do hereby bind themselves, their assigns and successors jointly and severally THIS obligation is conditioned; however, that whereas, the said REBCON, INC. has this day entered into a written contract with the said City of Coppell to build and construct Denton Tap Road Intersection Improvements (Project No. ST -19- 01), Bid No. Q-1121-02, which contract and the plans and specifications therein mentioned, adopted by the are hereby expressly made a part thereof as through the same were written and embodied herein. WHEREAS, under the plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair, the work herein contracted to be done and performed, for a period of two (2) years from the date of the acceptance of said work, and to do all necessary repairs and/or reconstruction in whole or in part of said improvements that should be occasioned by settlement of foundation, defective workmanship or materials furnished in the construction or any part thereof or any of the accessories thereto constructed by the Contractor. It being understood that the purpose of this section is to cover all defective conditions arising by reason of defective material and charge the same against the said Contractor, and sureties on this obligation, and the said Contractor and sureties hereon shall be subject to the liquidation damages mentioned in said contract for each day's failure on its' part to comply with the terms of said provisions of said contract. Now, therefore, if the said Contractor shall keep and perform its' said agreement to maintain said work and keep the same in repair for the said maintenance period of two (2) years, as provided, then these presents shall be null and void, and have no further effect, but if default shall be made by the said Contractor in the performance of its' contract to so maintain and repair said work, then these presents shall have full force and effect, and said shall have and receive from the said Contractor and its' principal and sureties damages in the premises, as provided; and it is further agreed that this obligation shall be a continuing one against the principal and sureties, hereon, and that successive recoveries may be and had hereon for successive branches until the full amount shall have been exhausted; and it is further understood that the obligation herein to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished or in any manner affected from any cause during said time. 2-13 Contract Documents IN WITNESS WHEREOF, the said has caused these presents to be executed by and the said has caused these presents to be executed by its Attorney in fact and the said Attorney in fact , has hereunto set his hand, the day of , 2020. PRINCIPAL By- Title- WITNESS: y:Title:WITNESS: SURETY By- Title- ATTEST: y:Title:ATTEST: NOTE. Date of Maintenance Bond must not be prior to date of Contract. 2-14 Contract Documents SECTION 3 STANDARD SPECIFICATIONS SUPPLEMENTARY CONDITIONS T H E- C[ T Y • O F COPPELL X 1 $ CITY OF COPPELL SUPPLEMENTARY CONDITIONS TO THE NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS GENERAL PROVISIONS THESE SUPPLEMENTARY CONDITIONS AMEND THE STANDARD SPECIFICATIONS FOR THE PUBLIC WORKS CONSTRUCTION — NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS, FOURTH EDITION AS INDICATED BELOW. ALL PROVISIONS WHICH ARE NOT AMENDED OR SUPPLEMENTED REMAIN IN FULL FORCE AND EFFECT. ALL PROVISIONS AMENDED REMAIN IN FULL FORCE AND EFFECT AS AMENDED. DIVISION 100: GENERAL PROVISIONS ITEM 101. — DEFINITIONS & ABBREVIATIONS SC -101.1 Engineer: The word "Engineer" or "ENGINEER" in these contract documents and specifications shall be understood as referring to CITY ENGINEER, City of Coppell, P.O. Box 9478, Coppell, TX 75019, Engineer of the Owner, or such other representatives as may be authorized by said Owner to act in any particular position. Owner: The word "Owner" or "OWNER" in these contract documents and specifications refers to the CITY OF COPPELL acting through its authorized representatives. Consulting Engineer: Wherever the word "Consulting Engineer' or "Design Engineer" is used in the Specifications and Contract Documents, it shall be understood as referring to the Design Engineer or his authorized representative, Kimley-Horn and Associates, Inc 2201 West Royal Lane, Suite 275, Irving, Texas 75063. Working Day: Add the following sentence to the end of the "Working Day" definition: "Hours worked before 8:00 a.m. or after 5:00 p.m., all weekends and holidays are subject to overtime. Overtime request or scheduled testing must be made in writing and approved by the City of Coppell. Seventy-two hours advance -notice is required. All overtime incurred by the City for inspection services and any overtime incurred by the testing laboratory shall be paid by the CONTRACTOR. If not paid, such cost may be deducted from partial payments." All other terms used in these Supplementary Conditions which are defined in the General Provisions shall have the same meanings used in the General Provisions. 3-1 Standard Specifications Supplementary Conditions ITEM 103.3 — SURETY BONDS SC -103.3.1 Add following sentence to Item 103.3.1: "Maintenance Bond shall be required in the amount of 50% of the cost of the public improvements for a 2 year period." ITEM 103.4 - INSURANCE SC -103.4.6 Add the following new item: 103.4.6 If OWNER requests in writing that other special insurance be included in the property insurance policy, CONTRACTOR shall, if possible, include such insurance, and the cost thereof will be charged to OWNER by appropriate Change Order or Written Amendment. Prior to commencement of the Work at the site, CONTRACTOR shall in writing advise OWNER whether or not such other insurance has been procured by CONTRACTOR." SC -103.4.7 Add the following new item: 103.4.7 CONTRACTOR intends that any policies provided in response to Item 103.4 shall protect all of the parties' insured and provide coverage for all losses and damages caused by the perils covered thereby. Accordingly, all such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurer will have no rights of recovery against any of the parties named as insured or additional insured, and if such waiver forms are required of any Subcontractor, CONTRACTOR will obtain the same." SC -103.4.7.1 Add the following new item: "103.4.7.1 Kimley-Horn and Associates, Inc. shall be included as an "Additional Insured" on all project liability insurance." 3-2 Standard Specifications Supplementary Conditions ITEM 103.6 - NOTICE TO PROCEED AND COMMENCEMENT OF WORK SC -103.6 Add following sentence to end of Item 103.6. "Before CONTRACTOR starts the Work at the site, a conference attended by CONTRACTOR, ENGINEER and others as appropriate will be held to discuss the schedules referred to in Items 105.3, 108.1 and 109.5.1, to discuss procedures for handling Shop Drawings and other submittals and for processing Applications for Payment, and to establish a working understanding among the parties as to the Work." ITEM 104.2 - CHANGE OR MODIFICATION OF CONTRACT SC -104.2.1 Amend the last sentence in Paragraph two of Item 104.2.1 to delete the following phrase: "except as provided below." Add the following sentence to the end of paragraph two in Item 104.2.1: "The unit price of an item of Unit Price Work shall be subject to re-evaluation and adjustment under the following conditions:" ITEM 105.1 — CONTRACT DOCUMENTS SC -105.1.1 Add the following language at the end of the Item 105.1.1: "If there is any conflict between the provisions of the Contract Documents and any such referenced standard specifications, manuals or codes, the provisions of the Contract Documents shall take precedence over that of any standard specifications, manuals or codes." ITEM 105.2 - WORKMANSHIP, WARRANTIES AND GUARANTEES SC -105.2.2 Amend the first sentence of Item 105.2.2 to change the words "one year" to "two years". ITEM 105.4 — CONSTRUCTION STAKES SC -105.4 Delete the first paragraph of Item 105.4 in its entirety and insert the following in lieu thereof - 3 -3 Standard Specifications Supplementary Conditions "Construction stakes/surveying shall be provided by the CONTRACTOR. Monumentation has been provided for establishing vertical and horizontal control. The CONTRACTOR shall be responsible for establishing all lines and grades, and the precise location of all proposed facilities. The ENGINEER may make checks as the Work progresses to verify lines and grades established by the CONTRACTOR to determine the conformance of the completed Work as it progresses with the requirements of the construction documents. Such checking by the ENGINEER shall not relieve the CONTRACTOR of his responsibility to perform all Work in connection with Contract Drawings and Specifications and to the lines and grades given therein." ITEM 107.3 - OWNER'S OFFICERS, EMPLOYEES OR AGENTS SC -107.3.2 Replace Item 107.3.2 with the following new paragraph: "107.3.2 Conflict of Interest City Charter states that no officer of the City shall have a financial interest, direct or indirect, in any contract with the City, nor shall be financially interested, directly or indirectly, in the sale to the City of any land, or rights or interest in any land, materials, supplies or services. This prohibition does not apply when the interest is represented by ownership of stock in a corporation involved, provided such stock ownership amounts to less than one percent (1%) of the corporation stock. Any violation of this prohibition will constitute malfeasance in office. Any officer or employee of the City found guilty thereof should thereby forfeit his office or position. Any violation of this prohibition with the knowledge, expressed or implied, of the persons or corporations contracting with the City shall render the contract voidable by the City Manager or the City Council. The CONTRACTOR represents that no employee or officer of the City has an interest in the CONTRACTOR." ITEM 107.14 - STATE AND LOCAL SALES AND USE TAXES SC -107.14 Delete the language in Item 107.14 in its entirety and substitute the following in lieu thereof: "Recent legislation has removed the sales tax exemption previously provided by Section 151.311 of the Tax Code covering tangible personal property purchased by a contractor for use in the performance of a contract for the improvement of City -owned realty. It is still possible, however, for a contractor to make tax-free purchase of tangible personal property, which will be incorporated into and become part of a City construction project through the use of a "separated contract" with the City. A "separated contract" is one, which 3-4 Standard Specifications Supplementary Conditions separates charges for materials from charges for labor. Under such a contract, the contractor becomes a "seller" of those materials, which are incorporated into the project, such as bricks, lumber, concrete, paint, etc. The contractor issues a resale certificate in lieu of paying the sales tax at the time such items are purchased. The contractor then receives an exemption certificate from the city for those materials. (This procedure may not be used, however, for materials, which do not become a part of the finished product. For example, equipment rentals, form materials, etc. are not considered as becoming "incorporated" into the project). Utilization of this "separated contract" approach eliminates the need for bidders to figure in sales tax for materials, which are to be incorporated into the project. The successful bidder's bid form will be used to develop the "separated contract" and will determine the extent of the tax exemption. Upon execution of the construction contract, the CONTRACTOR shall furnish a breakdown (per item) of: 1) materials incorporated into the project; and 2) labor, equipment, supervision and materials not incorporated into the project." ITEM 107.19 - PROTECTION OF WORK AND OF PERSONS AND PROPERTY SC -107.19.2.1 Add the following new Item 107.19.2.1 immediately after Item 107.19.2- "107.19.2.1 Should CONTRACTOR cause damage to the work or property of any separate contractor at the site, or should any claim arise out of CONTRACTOR's, OWNER's, ENGINEER's, Consulting Engineer's or any other person's actions, CONTRACTOR shall promptly attempt to settle with such other contractor by agreement, or to otherwise resolve the dispute by arbitration or at law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold OWNER, ENGINEER and Consulting Engineer harmless from and against all claims, damages, losses and expenses (including, but not limited to, fees of engineers, architects, attorneys and other professionals and court and arbitration costs) arising directly, indirectly or consequentially out of any action, legal or equitable, brought by any separate contractor against OWNER, ENGINEER or Consulting Engineer to the extent based on a claim arising out of CONTRACTOR'S performance of the Work. Should a separate contractor cause damage to the work or property of CONTRACTOR or should the performance of work by any separate contractor at the site give rise to any other claim, CONTRACTOR shall not institute any action, legal or equitable, against OWNER, ENGINEER or Consulting Engineer or permit any action against any of them to be maintained and continued in its name or for its benefit in any court or before any arbiter which seeks to impose liability on or to recover damages from OWNER, ENGINEER or Consulting Engineer on account of any such damage or claim. If CONTRACTOR is delayed at any time in performing or furnishing Work by any act or neglect of a separate contractor and OWNER and CONTRACTOR are unable to agree as to the 3-5 Standard Specifications Supplementary Conditions extent of any adjustment in Contract Time attributable thereto, CONTRACTOR may make a claim for an extension of time in accordance with Item 108.8. An extension of the Contract Time shall be CONTRACTOR's exclusive remedy with respect to OWNER, ENGINEER and Consulting Engineer for any delay, disruption, interference or hindrance caused by any separate contractor." ITEM 107.23 — EXISTING STRUCTURES, FACILITIES AND APPURTENANCES SC -107.23.2.1 Add the following new Item 107.23.2.1 immediately after Item 107.23.2- "107.23.2.1 Existing Utilities and Sewer Lines: The CONTRACTOR shall be responsible for the protection of all existing utilities or service lines crossed or exposed by the construction operations. Where existing utilities or service lines are cut, broken or damaged, the CONTRACTOR shall replace the utilities or service lines with the same type of original construction, or better, at his own cost and expense. This includes any and all irrigation systems, whether or not they are identified on the plans. If it is necessary to change or move the property of any owner or of a public utility, such property shall not be moved or interfered with until authorized by the ENGINEER. The right is reserved to the owner of any public utility to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by the performance of this contract." ITEM 108.1 — PROGRESS SCHEDULE SC -108.1 Amend the first sentence of Item 108.1 by adding the following sentence: "Refer to Specific Project Requirements for additional schedule requirements." ITEM 108.3 - OTHER CONTRACTORS; OBLIGATION TO COOPERATE SC -108.3 Delete the last sentence of the second paragraph of Item 108.3 and substitute the following in lieu thereof: "In such event, CONTRACTOR shall be entitled to an extension of working time only for unavoidable delays verified by the ENGINEER, as provided in Item 108.8; however, no increase in the contract price shall be due the CONTRACTOR." 3-6 Standard Specifications Supplementary Conditions Insert the following sentence at the end of the second paragraph of Item 108.3: "The ENGINEER shall coordinate such other work with the CONTRACTOR and schedule events to minimize delay caused to the CONTRACTOR. No additional time shall be given to the CONTRACTOR of such related work except as provided in Item 108.8." ITEM 108.8 - DELAYS; EXTENSION OF TIME; LIQUIDATED DAMAGES SC -108.8 Add the following at the end of the last paragraph in Item 108.8: "No extension of the contract time shall be allowed unless the CONTRACTOR can demonstrate the delay caused an adverse impact to the critical path and that loss of time can not be made up by revising the sequence of the work of the project." DIVISION 200: SITE PROTECTION AND PREPARATION ITEM 203 — SITE PREPARATION: 203.3.2 Add the following sentence after the second sentence: "The method of protection shall be 2 inch by 4 inch wood railing unless otherwise shown on the Plans or directed by the ENGINEER." ITEM 203.7 - EMBANKMENT: 203.7.3. Strike the first sentence and replace with the following: "Earth embedment and select material shall be compacted to between 95 percent and 100 percent of Standard Proctor Density as determined by ASTM D-698 at, or up to five (5) percentage points above optimum moisture content, using mechanical compaction methods, unless otherwise specified in the Plans or Specifications." DIVISION 300: ROADWAY CONSTRUCTION ITEM 303. — PORTLAND CEMENT CONCRETE PAVEMENT: 303.2.4 Mineral Admixtures. Delete paragraph 303.2.4 in its entirety. The use of Fly Ash as an admixture in any Class of concrete is specifically prohibited without written approval of the ENGINEER. ITEM 303.5 - CONSTRUCTION METHODS: Under Item 303.5.4 Joints: Replace Item 303.5.4.2 — Expansion Joints, with the following: 3-7 Standard Specifications Supplementary Conditions "Expansion joints shall be installed perpendicularly to the surface and centerline of the pavement. Expansion Joint material shall be redwood boards, 3/4 -inch in width, and extended through curbs. Expansion joints are to be installed at each end of radius at street intersections. Expansion joints shall be equally spaced between intersections with not less than one every 200 linear feet of pavement, unless otherwise specified on the Plans or directed by the ENGINEER. Add the following to the end of the sentence in Item 303.5.4.2.3 Proximity to Existing Structures: "or as directed by the ENGINEER". Delete the first sentence of the first paragraph of Item 303.5.4.3 Contraction Joints, and insert the following: "Contraction or dummy joints shall be sawed to T/4 inches in depth, and 1/4 inch in width, and installed every 20 linear feet of pavement, and extend through curb, unless otherwise directed by the ENGINEER." Under Item 303.5.6 Finishing: Add the following paragraph at the end of Item 303.5.6.1 Machine: "Fog sprays powered by pressure pumps, and capable of covering the entire area of freshly placed concrete with a fine mist, shall be used if water is needed for finishing operations." Add a new paragraph after the first paragraph of Item 303.5.6.2 Hand, which reads as follows: "Fog sprays powered by pressure pumps, and capable of covering the entire area of freshly placed concrete with a fine mist, shall be used if water is needed for finishing operations." DIVISION 500: UNDERGROUND CONSTRUCTION AND APPURTENANCES ITEM 504. — OPEN CUT - BACKFILL: Under Item 504.2.3.3 Type "B" Backfill: Insert the following paragraph after the first sentence of Item 504.2.3.3.3 Additional Requirements: "Additional Requirements for Type "B" backfill when used in streets - All trench backfill shall be compacted to between 95 percent and 100 percent of Standard Proctor Density as determined by ASTM D-698 at, or up to five (5) percentage points above, optimum moisture content, using mechanical compaction 3-8 Standard Specifications Supplementary Conditions methods unless otherwise specified in the Plans. Water jetting may be used only with specific written permission of the ENGINEER." ITEM 504.5 - EMBEDMENT: Under Item 504.5.3.2 Compaction: Amend the second sentence of Item 504.5.3.2.1 Densities - Areas Not Subjected to or Influenced by Vehicular Traffic, by striking the words: "to a density comparable with adjacent undisturbed material' and replacing with "to a density between 95 percent and 100 percent Standard Proctor Density as determined by ASTM D-698 at, or up to five (5) percentage points above, optimum moisture content, unless otherwise specified in the Plans or directed by the ENGINEER." 3-9 Standard Specifications Supplementary Conditions SECTION 4 SPECIFIC PROJECT REQUIREMENTS T H E• C I T Y- 0 F COPPELL A 8 1 SPECIFIC PROJECT REQUIREMENTS The construction specifications, which apply to this project are the Standard Specifications for Public Works Construction - North Central Texas Council of Governments Fourth Edition. The following Specific Project Requirements contain general and specific project requirements applicable to this project in the City of Coppell. These individual specifications control for this project. Additional amendments to the NCTCOG Standard Specifications are contained in Section 3 - Supplementary Conditions to the Standard Specifications for Construction. In the event that an item is not covered in the Project Drawings (Construction Plans) and these Specifications, then the Standard Specifications for the City of Coppell, Texas shall apply. In addition, reference to the following shall be considered as referring to the specifications or Method of Test as set forth by these organizations and shall be considered as part of the Specifications when referenced. A.S.A. American Standards Association A.S.T.M. American Society of Testing Materials A.A.S.H.T.O. American Association of State Highway & Transportation Officials A.C.I. American Concrete Institute A.W.S. American Welding Society A.W.W.A. American Water Works Association S.S.P.C. Steel Structures Painting Council, Federal Specifications Treasury Department U.L. Underwriters Laboratories N.E.M.A. National Electrical Manufacturers Association W.P.C.F. Water Pollution Control Federation TX.DOT Texas Department of Transportation C.D.G.S. City of Dallas General Specifications S.S.P.W.C.N.C.T. Standard Specifications for Public Works Construction North Central Texas T.M.U.T.C.D. Texas Manual on Uniform Traffic Control Devices 4-1 Specific Project Requirements 1.1 OWNER: The "OWNER" or "City" as referred to in these Specifications is the City of Coppell, 255 Parkway Boulevard, P.O. Box 9478, Coppell, Texas 75019. 1.2 ENGINEER: The "Engineer" as referred to in these Specifications is the City Engineer, City of Coppell, Engineer of the Owner, or such other representatives as may be authorized by said Owner to act in any particular position. 1.3 CONSULTING ENGINEER: Wherever the word "Consulting Engineer" or "Design Engineer" is used in the Specifications and Contract Documents, it shall be understood as referring to the Design Engineer or his authorized representative, Kimley-Horn and Associates, Inc. 1.4 STANDARD CONSTRUCTION SPECIFICATIONS FOR THE CITY OF COPPELL: All improvements described in this Proposal and Construction Drawings shall be performed in accordance with the Project Drawings and Specifications. In the event that an item is not covered in the Project Drawings and Specifications, then the City of Coppell Standard Construction Details (Ord.#2006- 1129), and Appendix `C' Design Criteria and Standards in the City of Coppell Subdivision Ordinance (Ord.#94-643) shall apply. 1.5 SITE: The CONTRACTOR shall limit his work to the area shown on the Project Drawings as within the street right-of-way. Entrance onto private property shall be at the expressed approval of the ENGINEER, only. PROJECT DESCRIPTION: This work shall consist of the construction of approximately 4,700 square yards of full -depth pavement for right and left turns lanes, traffic signal improvements, storm sewer inlet relocation, and 1,200 square yards of sidewalk construction at the Denton Tap Road intersections of Southwestern Boulevard, Bethel School Road, Sandy Lake Road, and Parkway Boulevard. Additionally, this work also includes the improvements to vehicle detection systems at various intersections throughout the City (27 intersections). 1.6 EXPLANATION OF CONTRACT TIME: The term "Original Contract Time" as used herein will mean the number of calendar days established in Item 18 of the Instructions to Bidders (Section 1) in the Contract Documents on the date the Contract was executed. The term "calendar day" as used in this Article will mean every day shown on the calendar. Calendar days will be consecutively counted from commencement of Contract Time regardless of weather, weekends, holidays, suspensions of CONTRACTOR's operations, delays or other events as described herein. For purposes of the calculation and the determination of the liquidated damages, the Original Contract Time will not be adjusted for any reason, cause or circumstance whatsoever, regardless of fault, save and except in the instance of a catastrophic event (i.e., war, invasion, riot, declared state of emergency, national strike, or other situations as declared by the OWNER). The parties anticipate that delays may be caused by or arise from any number of events during the course of the Contract, including, but not limited to, 4-2 Specific Project Requirements work performed, disruptions, permitting issues, actions of suppliers, subcontractors or other contractors, actions by third parties, weather, weekends, holidays, or other such events, forces or factors sometimes experienced in roadway construction work. Such delays or events and their potential impacts on performance by the CONTRACTOR are specifically contemplated and acknowledged by the parties in entering into this Contract. Further, any and all costs or impacts whatsoever incurred by the CONTRACTOR in accelerating the CONTRACTOR's work to overcome or absorb such delays or events in an effort to complete the Contract prior to expiration of the Original Contract Time, regardless of whether the CONTRACTOR successfully does so or not, shall be the sole responsibility of the CONTRACTOR in every instance. In the event the project is altered by work deleted, change orders, supplemental agreements, utility conflicts, design changes or defects, extra work, right of way issues, or other situations which are not the fault of or a direct result of CONTRACTOR negligence which may impact the critical path of the project construction schedule, the OWNER may choose to negotiate the extension or reduction of the Original Contract Time with the CONTRACTOR. In the event of a catastrophic event (i.e., war, invasion, riot, declared state of emergency, national strike, or other situations as declared by the OWNER) directly and substantially affecting the CONTRACTOR's operations on the Contract, the CONTRACTOR and the OWNER shall agree as to the number of calendar days to extend the Original Contract Time, so that such extended Original Contract Time will be used in the calculation of any liquidated damages payment. In the event the CONTRACTOR and OWNER are unable to agree to the number of calendar days to extend the Original Contract Time, the OWNER shall unilaterally determine the number of calendar days to extend the Original contract Time reasonably and necessary and due solely to such catastrophic event and the CONTRACTOR shall have no right whatsoever to contest such determination, save and except that the CONTRACTOR establishes that the number of calendar days determined by the OWNER were arbitrary or without any reasonable basis. Should the CONTRACTOR fail to complete the Contract on or before the expiration of the Original Contract Time, as adjusted in accordance with the provisions above, the OWNER shall deduct from the monies due the CONTRACTOR the Daily Value specified in the Contract Documents for each calendar day completion exceeds the Original Contract Time. This deduction shall be the liquidated damages for the CONTRACTOR's failing to timely complete the Contract. This shall be strictly enforced. Any reference to "Substantially Complete" shall be interpreted to be complete with the Contract with no work remaining on the project. 1.7 PROJECT SCHEDULE: Within ten days of the date of the Notice of Award, CONTRACTOR shall submit to the City a detailed Project Schedule. An updated Project Schedule shall be submitted to the City monthly with each payment application including milestone 4-3 Specific Project Requirements updates. Payment shall not be made until an updated schedule is received. A monthly progress meeting shall be held with the City Project Manager. The schedule shall meet the following minimum requirements - 1 . equirements: 1. The project schedule shall be prepared using Microsoft Project, Primavera P6 or other as approved by the OWNER. Electronic files in the scheduling software native format and PDF copies shall be included with all schedule submittals. 2. The Original Project Schedule submitted prior to construction and approved by the OWNER shall become the basis for measuring progress and evaluating whether the project is on schedule (Baseline schedule for the project). Once approved by the OWNER, the Original Project Schedule shall not be changed. 3. There shall be at a minimum one schedule Activity for each bid item in the proposal. Many bid items will need to consist of multiple Activities. 4. The length of this project is such that many Activities or Sets of activities will be repeated for various stages of construction and segments of the roadway. Any repeated Activity must clearly identify the location and/or stage of construction. 5. The schedule must be based on clearly defined Activities, phases of construction and any project milestones. Schedule limits must be easily field verified. 6. All Activities must have Predecessor and Successor activities (except start and finish milestones). Independent or open-ended activities shall not be included. 7. The schedule must clearly identify relationship between Predecessor and Successor activities as "start -to -start", "start -to -finish", or "finish -to -finish". 8. Negative lag times shall not be permitted. 9. Activities with a duration of ten days or greater shall be broken into sub - activities. (For example, if the activity for "Install Water Line A" has a duration of 11 days, is should be divided into sub -activities such as "Install Water Line A, Sta 0+00 to 15+00", etc.) 10. Monthly schedule updates shall include actual start and completion dates for completed and ongoing Activities. Original Project Schedule dates must be shown for tracking purposes. 11. For activities behind schedule, a Recovery Plan must be submitted detailing how project will be brought back within schedule. This may include such measures as adding work crews, leasing additional equipment, or engaging subcontractors. Fragnets or copies of the revised schedule reflecting proposed changes shall be used to document proposed plan revisions and their schedule impacts. Any additional costs resulting from Recovery Plan measures shall be at the contractor's sole expense. 12. Activity durations reflected in the original schedule cannot be reduced without a Recovery Plan description reflecting what additional resources or actions will implemented justifying the schedule change. 4-4 Specific Project Requirements 1.8 SAFETY PRECAUTIONS: The CONTRACTOR shall comply with all applicable laws including the Occupational Safety and Health Act of 1970, ordinances, rules, regulations and order of any public authority have jurisdiction for the safety of persons or property to protect them from damage, injury or loss. He shall erect and maintain, as required by existing conditions and progress of the work, all reasonable safeguards for safety and protection, including posting danger signs and other warnings against hazards, promulgating safety regulations and notifying owners and users of adjacent utilities. 1.9 SOIL INVESTIGATION: A geotechnical investigation report has not been prepared for this project. The CONTRACTOR shall also visit the site and acquaint himself with the site conditions. 1.10 SURVEY AND FINISHED GRADES: Horizontal and vertical control is provided by the OWNER as shown on the plans. The CONTRACTOR shall be responsible for layout and staking of all grades and lines for construction utilizing qualified survey personnel. The CONTRACTOR shall preserve all stakes or markings until authorized by the ENGINEER to remove same. The CONTRACTOR shall bear the cost of the re-establishing any control or construction stakes destroyed by either him or a third party and shall assume the entire expense of rectifying work improperly constructed due to failure to maintain established points and marks. No separate payment shall be made to the CONTRACTOR for construction staking which shall be considered incidental to the project and payments made under specific Pay Items shall be considered as full compensation for these requirements. 1.11 CONFORMITY WITH DRAWINGS: All work shall conform to the lines, grades, cross-sections, and dimensions shown on the Drawings. Any deviation from the Drawings which may be required by the exigencies of construction will be determined by the ENGINEER and authorized by him in writing. 1.12 TESTING LABORATORY SERVICE: The OWNER shall make arrangements with an independent laboratory acceptable for testing as required by the construction plans and standard specifications. The CONTRACTOR shall bear all related costs of retests, or re -inspections. The CONTRACTOR shall notify the ENGINEER in a timely manner of when and where tests or inspections are to be made so that they may be present. One copy shall be provided to the CONTRACTOR of all reports and laboratory test results. Testing by the OWNER does not alleviate the CONTRACTOR's responsibility for his own quality assurance/quality control testing. CONTRACTOR shall replace any deficient construction items. 1.13 SUSPENSION OF WORK: If the work should be stopped or suspended under any order of the court, or other public authority, the OWNER may at any time during suspension upon seven days written notice to the CONTRACTOR, terminate the 4-5 Specific Project Requirements Contract. In such an event, the OWNER shall be liable only for payment for all work completed plus a reasonable cost for any expenses resulting from the termination of the Contract, but such expenses shall not exceed $5,000. 1.14 PRESERVATION OF TREES: Except where noted on the plans, permission of the ENGINEER must be obtained for removal of trees that obstruct the installation of the improvements as outlined for this project in these Contract Documents. The penalty for the removal or destruction of a tree without obtaining written permission from the ENGINEER shall be $500.00 per caliper inch payable to the OWNER. If damage is occurring or is likely to continue, tree guards shall be erected when so directed by the ENGINEER at the CONTRACTOR's expense. 1.15 COOPERATION OF CONTRACTOR: The CONTRACTOR shall have on the project at all times, as his agent, a competent Superintendent capable of reading the plans and specifications and thoroughly experienced in the type of work being performed. The Superintendent shall have full authority to execute orders or directions and to promptly supply such materials, equipment, tools, labor and incidentals as may be required. Such superintendence shall be furnished irrespective of the amount of work contracted. The Superintendent and the CONTRACTOR shall be responsible for supervision of all work performed by the subcontractor at all times during construction. 1.16 WARNING DEVICES: The CONTRACTOR shall have the responsibility to provide and maintain all warning devices and take all precautionary measures required by law to protect persons and property while said persons or property are approaching, leaving or within the work site or any area adjacent to said work site. Compensation will be paid to the CONTRACTOR for the installation or maintenance of any warning devices, barricades, lights, signs or any other precautionary measures required by law for the protection of persons or property under pay item to "Furnish, Install and Maintain Traffic Control Devices". The CONTRACTOR shall assume all duties owned by the City of Coppell to the general public in connection with the general public's immediate approach to and travel through the work site and area adjacent to said work site. Where the work is carried on, in, or adjacent to, any street, alley, sidewalk, public right-of-way or public place, the CONTRACTOR shall at his own cost and expense provide such flagmen and watchmen and furnish, erect and maintain such warning devices, barricades, lights, signs and other precautionary measures for the protection of persons or property as are required by law. The CONTRACTOR shall submit a traffic control plan to be reviewed by the City prior to the beginning of work. In preparing the traffic control plan, the CONTRACTOR shall take into account that the project will be constructed in multiple phases. The CONTRACTOR shall be responsible for placing notices on private residences prior to the beginning of each phase that shows revised traffic patterns. No lane shall be 4-6 Specific Project Requirements barricaded before 9:00 a.m. or after 4:00 p.m without prior approval from Owner. The CONTRACTOR's responsibility for providing and maintaining flagmen, watchmen, warning devices, barricades, signs, and lights, and other precautionary measures shall not cease until the project shall have been fully and finally accepted by the OWNER. If the ENGINEER discovers that the CONTRACTOR has failed to comply with the applicable federal and state law (by failing to furnish the necessary flagmen, warning devices, barricades, lights, signs or other precautionary measures for the protection of persons or property), the ENGINEER may order such additional precautionary measures as required by law to be taken to protect persons and property, and to be reimbursed by the CONTRACTOR for any expense incurred in ordering such additional precautionary measures. In addition, the CONTRACTOR will be held responsible for all damages to the work and other public or private property due to the failure of warning devices, barricades, signs, lights, or other precautionary measures in protecting said property, and whenever evidence is found of such damage, the ENGINEER may order the damaged portion immediately removed and replaced by and at the cost and expense of the CONTRACTOR. If the damages are not corrected in a timely fashion, then the City shall have the right to repair the damage and charge the cost back to the CONTRACTOR. All of this work is considered incidental to pay item entitled, "Furnish, Install and Maintain Traffic Control Devices". 1.17 EXISTING UTILITIES, STRUCTURES AND OTHER PROPERTY: In regards to existing utilities, structures and other property within, crossing or adjacent to the site, the CONTRACTOR understands and accepts the following conditions: a. Prior to any excavation, the CONTRACTOR shall determine the exact locations of all existing water, gas sewer, electric, telephone, telegraph, television, and other underground utilities and structures by potholing and marking. This includes the water and sanitary sewer services. b. After commencing the work, the CONTRACTOR will use every precaution to avoid interferences with existing underground and surface utilities and structures, and protect them from damage. C. Where the locations of existing underground and surface utilities and structures are indicated, these locations are generally approximate, and all items that may be encountered during the work are not necessarily indicated. The CONTRACTOR shall determine the exact locations of all items indicated, and the existence and locations of all items not indicated. d. The CONTRACTOR shall repair or pay for all damage caused by his operations to all existing utilities, public property, and private property, 4-7 Specific Project Requirements whether it is below ground or above ground, and he shall bear sole responsibility to settle the total cost of all damage suits which may arise as a result of this operations. e. To avoid unnecessary interferences or delays, the CONTRACTOR shall coordinate all utility removals, replacements, relocations, and construction directly with the appropriate utility company. 1.18 DRAINAGE: The CONTRACTOR shall maintain adequate drainage along the project and provide for positive drainage from adjoining properties, at all times. 1.19 PROJECT MAINTENANCE: The CONTRACTOR shall maintain, and keep in good repair, the improvements covered by these plans and specifications during the life of the contract. 1.20 CLEANUP: During Construction. The CONTRACTOR shall at all times keep the job site as free from all material, debris and rubbish as is practicable and shall remove same from any portion of the job site when it becomes objectionable or interferes with the progress of the project, and/or when requested to do so by the OWNER. Final. Upon completion of the work, the CONTRACTOR shall remove from the site all plant, materials, tools and equipment belonging to him and leave the site with an appearance acceptable to the ENGINEER and the OWNER. The CONTRACTOR shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean, polished and new -appearing condition. 1.21 INSPECTION: The word "Inspection" or other forms of the word, as used in the contract documents for this project shall be understood as meaning an OWNER's agent will observe the construction on behalf of the OWNER. The agent will observe and check the construction in sufficient detail to satisfy himself that the work is proceeding in general accordance with the contract documents, but he will not be a guarantor of the CONTRACTOR's performance. 1.22 DISPOSAL OF WASTE AND SURPLUS EXCAVATION: All trees, stumps, slashings, brush or other debris removed from the site as a preliminary to the construction of the various improvements shall be removed from the property by the CONTRACTOR. Any required burning and/or disposal permits shall be the sole responsibility of the CONTRACTOR. All excavated materials in excess of that required for backfilling shall be removed from the job site and disposed of in a satisfactory manner by the CONTRACTOR. 1.23 WATER FOR CONSTRUCTION: The CONTRACTOR shall make the necessary arrangement for securing and transporting all water required in the construction of 4-8 Specific Project Requirements this project, including water required for mixing of concrete, sprinkling, testing, flushing, flooding, or jetting. The CONTRACTOR shall provide water as required at his own expense. 1.24 GUARANTEE: All work shall be guaranteed against defects resulting from the use of inferior materials, equipment or workmanship for a period of two (2) years from the date of final completion and acceptance of the project. 1.25 REFERENCE TO TxDOT STANDARDS AND SPECIFICATIONS: Portions of TxDOT standards and specifications, latest editions, shall be incorporated into this contract by specific reference in the contract plans and specifications. In the event of conflict with other documents, TxDOT standards and specifications shall govern for construction materials and methods. In the event of conflict with other documents, City of Coppell contract documents shall govern for contract procedures and measurement and payment. 4-9 Specific Project Requirements SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 1.1 GENERAL: A. CONTRACTOR to submit Shop Drawings, Product Data and Samples as required by the Contract Documents and as specified in other sections of the specifications. 1.2 SHOP DRAWINGS: A. As soon as practicable after contract award, submit to the ENGINEER, for review, the required number of bound copies of shop drawings of all items as specified in the various sections of these specifications, accompanied by letters of transmittal. B. Shop drawings shall include: Manufacturer's catalog sheets and/or descriptive data for materials and equipment; showing dimensions, performance characteristics, and capacities and other pertinent information as required to obtain approval of the items involved. C. No work requiring shop drawings will be executed until review and acceptance of such drawings has been obtained. 1.3 PRODUCT DATA: A. Preparation - 1 . reparation:1. Clearly mark each copy to identify pertinent products or models. 2. Show performance characteristics and capacities. 3. Show dimensions and clearances required. B. Manufacturers standard schematic drawings and diagrams: 1. Modify drawings and diagrams to delete information that is not applicable to the work. 2. Supplement standard information to provide information specifically applicable to the work. 1.4 SAMPLES: Provide samples as indicated in other parts of these specifications. 1.5 CONTRACTOR RESPONSIBILITIES: A. Review Shop Drawings and Product Data prior to submission. B. Determine and verify - 1 . erify:1. Field measurements. 2. Field construction criteria. 3. Catalog numbers and similar data. 4-10 Specific Project Requirements 4. Conformance with specifications. C. Coordinate each submittal with requirements of the work and of the Contract Documents. D. Begin no work that requires submittals until return of submittals with ENGINEER's review. E. Keep one (1) approved copy of shop drawings or product data at job site at all times. 1.6 SUBMISSION REQUIREMENTS: A. Make submittals promptly and in such sequence as to cause no delay in the work or in the work of any other contractor. B. Number of submittals required: 1. For shop drawings and product data: All submittal items shall be provided electronically in PDF format unless otherwise noted. C. Submittals shall contain - 1 . ontain:1. The date of submission and the dates of any previous submissions. 2. The project title. 3. The names of: a. Contractor b. Supplier C. Manufacturer 4. Identification of the product. 5. Field dimensions, clearly identified as such. 6. Relation to adjacent or critical features of the work or materials. 7. Applicable standards, such as ASTM or Federal Specification numbers. 8. Identification of deviations from Contract Documents. 9. Identification of revisions on re -submittals. 10. Contractor's stamp, initialed or signed, certifying to review of submittal, verification of products, field measurements and field construction criteria, and a\coordination of the information within the submittal with requirements of the work and of Contract Documents. 11. Fabrication and erection drawings lists and schedules. 12. Basis of design and design calculations signed and sealed by a registered professional engineer. 13. Seal and signature of a register engineer on all structural submittals. 4-11 Specific Project Requirements D. REVIEW: 1. Shop drawing and product data information review will be general. Such review will not relieve the CONTRACTOR of any responsibility and work required by the Contract. 2. Satisfactory shop drawings will be so designated and all sets, except four (4), returned to the CONTRACTOR. Rejected shop drawings will be so designated and all sets except two (2) will be returned to the CONTRACTOR, with indications of the required corrections and changes. 3. Rejected shop drawings will be corrected and resubmitted to the ENGINEER for Acceptance. 1.7 RESUBMISSION REQUIREMENTS: A. Make any corrections or changes in the submittals required by the ENGINEER and resubmit until accepted. B. Shop Drawings and Product Data - 1 . ata:1. Revise initial drawings or data, and resubmit as specified for the initial submittal. 2. Indicate any changes that have been made other than those requested by the ENGINEER. 1.8 ENGINEER'S RESPONSIBILITIES: A. Review submittals with reasonable promptness. B. Affix stamp and initials or signature, and indicate requirements for re- submittal, or acceptance of submittal. C. Return submittals to CONTRACTOR for distribution, or for resubmission. 4-12 Specific Project Requirements SECTION 5 DESCRIPTION OF PAY ITEMS T H E - C I T Y - O F COFFELL SECTION 5 - DESCRIPTION OF PAY ITEMS This section includes comments concerning various pay items so that the CONTRACTOR can fully understand the scope of work contemplated and required for each item bid. 1. Construction No Pay Items: All work necessary for the orderly completion of the project, but not specifically included as a pay item in the proposal, shall be considered subsidiary to the contract and no separate or additional payment will be made therefore. Those items shall include, but not be limited to, for the following: (a) removal of spoils; (b) water for construction; (c) construction staking and/or layout; (d) surveying to re- establish grade; (e) maintenance of streets during construction; (f) sprinkling for dust control; (g) project trailer, if needed; and/or (h) any other incidentals or appurtenances necessary to complete the work, whether directly called out within the plans or implied. 2. Construction Pay Items: Pay items as listed in the proposal shall be measured and paid for in accordance with the applicable measurement and payment paragraphs in the Standard Specifications for Public Works Construction - North Central Texas Council of Governments Fourth Edition, unless modified by these special provisions. All work for this project shall be governed by the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition, the City of Coppell Standard Construction Details (Ord. #2006-1129), and Appendix "C" Design Criteria and Standards in the City of Coppell Subdivision Ordinance (Ord. #94-643), together with any additional Supplementary Conditions, Specific Project Requirements, General Notes or Description of Pay Items included herein. Pay Item No. 01 — Mobilization: This pay item shall include the mobilization and demobilization efforts required for the construction of the project. The project is anticipated to be constructed in multiple phases. This pay item shall be inclusive of any and all mobilizations and demobilizations associated with the project. Mobilization shall be defined as all necessary equipment, field offices, supplies, materials, and personnel on the job site ready to begin construction. Note: The total amount bid for Mobilization & Demobilization shall not exceed five percent (5%) of the Base Bid amount, exclusive of this pay item (Adjusted Contract Amount). Measurement and payment shall be made on the basis of price bid per lump sum (LS) and should be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work. Ten percent (10%) of the amount bid shall be paid with the first pay estimate following the initial project mobilization. On all subsequent pay estimates, payment shall be prorated on the basis of the value of the adjusted contract amount completed. Prorated payment shall be as follows: When 1% of the adjusted contract amount has been earned, 5-1 Description of Pay Items 50% of lump sum bid for mobilization, less retainage, will be paid. When 5% of the adjusted contract amount has been earned, 75% of the lump sum bid for mobilization, less retainage, will be paid. When 10% of the adjusted contract amount has been earned, 90% of the lump sum bid for mobilization, less retainage, will be paid. Payment for the remaining 10% of the lump sum bid for mobilization, less retainage, will be paid on the next monthly estimate following the 90% payment. Pay Item No. 02 — Project Sign: This pay item shall consist of the installation of a project sign in the following locations: both ends of the construction limits on Denton Tap Road during each intersection's construction (2 total project signs per intersection). Project signs are not required at intersections where only vehicle detection upgrades are being installed. Each sign shall be constructed in accordance with the details found in Section 6 of the Specifications. The City of Coppell will furnish the CONTRACTOR with the official City of Coppell logo upon request. Measurement and payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item No. 03 — Project Communication: This item shall consist of communicating all aspects of the project to adjacent property owners, residents, motorists and the City of Coppell throughout the entire term of the project. The CONTRACTOR shall attend a stakeholder meeting with all adjacent property owners prior to commencing work. This meeting shall be in addition to the preconstruction meeting with the City of Coppell. The stakeholder meeting shall consist of introductions of key CONTRACTOR personnel, presentation of CONTRACTOR's anticipated schedule, presentation of details regarding coordinating services such as driveway access, ingress and egress to properties, property signage relocation, mail delivery, etc... and any other pertinent project information. This pay item shall also include preparing and distributing communication materials to adjacent property owners, residents, motorists and others in support of the project. This shall include, but not be limited to door hangers, meeting display boards, letters, postcards, temporary information signs or use of portable message boards in addition to the portable message boards included in the "Furnish, Install and Maintain Temporary Traffic Control Devices and Detours" pay item. CONTRACTOR will be responsible for communicating lane closures, traffic impacts, traffic switches, significant construction milestones, routine updates or any other project information as determined and directed by the City of Coppell. Additionally, the CONTRACTOR shall provide a bi-monthly update memo including progress in the previous two weeks, detailed anticipated schedule for 5-2 Description of Pay Items the next two weeks, overall schedule of progress, anticipated closings of specific work areas, anticipated disruptions to adjacent properties, updated contact information, project photos and any other pertinent information to the project or adjacent property owners. Bi -monthly progress reports shall be delivered to the CITY ENGINEER for review on Thursdays by 3:OOpm. Once approved, progress reports shall be delivered on Fridays by 3:OOpm to the owner or representative of each adjacent property. Additionally, a copy of the update memo shall be emailed to the CITY ENGINEER, CITY INSPECTOR, DESIGN ENGINEER, and any others as determined by the City of Coppell. Measurement and payment shall be made on the basis of price per lump sum (LS) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work of communicating the project. Payment for this item shall be paid upon substantially completing the work and successfully communicating the project milestones. Additionally, monthly pay requests will not be processed without proof of the bi-monthly updates being prepared and delivered to adjacent property owners. Pay Item No. 04 — Pre -Project Video Survey: This pay item shall consist of the CONTRACTOR conducting video documentation of the existing project conditions prior to beginning construction. The CONTRACTOR shall submit the pre -project video to the City of Coppell prior to submission of the first payment application. Video shall include audio narrative describing condition of existing improvements, with special attention being given to damaged/deteriorating improvements. Failure to document existing damaged improvements may result in CONTRACTOR being required to repair/replace such items at no additional pay. Measurement and payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item No. 05 — Post -Project Video Survey: This pay item shall consist of the CONTRACTOR acquiring video documentation of the project conditions at the completion of the proposed improvements. The CONTRACTOR shall submit the post -project video to the OWNER prior to submission of the final application for payment. Video shall include audio narrative describing condition of new and existing improvements, with special attention being given to the condition of private improvements on adjacent properties. Failure to document existing damaged improvements may result in CONTRACTOR being required to repair/replace such items. Measurement and payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 5-3 Description of Pay Items Pay Item No. 06 — Furnish, Install, Maintain and Remove Erosion Control Devices: This pay item shall consist of furnishing, installing, maintaining and removing erosion controls throughout the duration of the project in accordance with the Texas Commission on Environmental Quality's (TCEQ) permitting procedures and requirements for construction projects that disturb one (1) or more acres. Under the Texas Pollution Discharge Elimination System (TPDES) general construction permit TXR 150000, the operator with control of construction plans and specifications (OWNER) and the operator with day-to-day operational control (CONTRACTOR) are required to obtain a permit for the discharge of storm water runoff. The CONTRACTOR shall be required to prepare and implement a single comprehensive site-specific Storm Water Pollution Prevention Plan (SWP3) for the entire construction site. The CONTRACTOR shall: (1) sign the SWP3, (2) submit an NOI for the City of Coppell & CONTRACTOR if required, and (3) post a site notice as part of the permit. The SWP3 must describe and insure the implementation of best management practices that will be used to reduce, to the maximum extent possible, the pollutants and storm water discharges associated with the construction activity and insure compliance with the terms and conditions of the permit. The SWP3 must clearly indicate which operator is responsible for satisfying each shared requirement of the SWP3. The SWP3 shall be subject to approval by the OWNER and must be retained on-site during the term of the construction. Notice must be posted if the SWP3 is retained off-site. A Texas Registered Professional Engineer must sign and seal the Erosion Control Plan (ECP) submitted as part of the SWP3. The CONTRACTOR shall submit a Notice of Termination for City of Coppell and CONTRACTOR upon completion of the project if required. This work shall also include the installation and maintenance of: (a) Silt fence; (b) Rock check dam; (c) Stabilized construction entrance; (d) Staged inlet protection; (e) Scourstop, or approved equivalent; (f) Any additional erosion control measures required by the SWP3. Measurement and payment shall be made on the basis of the price bid per lump sum (LS) for preparation and implementation of the SWP3. This includes any necessary revisions to the Erosion Control Plan throughout the term of construction and the installation, sequencing, and maintenance of structural control measures throughout the duration of construction and along its entire stretch. Payment shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work. Payment shall be evenly prorated throughout the term of construction on a monthly basis, based on amount bid and time bid. 5-4 Description of Pay Items Pay Item No. 07 — Furnish, Install and Maintain Temporary Traffic Control Devices and Detours: 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 ENGINEER, in accordance with the appropriate details and specifications, including the TMUTCD. The project is anticipated to be constructed in multiple phases and locations. This pay item shall be inclusive of any and all installation and maintenance of temporary traffic control devices and detours associated with the project. 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 ENGINEER 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 ENGINEER, consisting of 6" Type B HMAC on geo-grid (StrataBase S131 or approved equal). 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 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 sealing that affects driver and/or vehicle safety during construction as determined by OWNER. Furthermore, CONTRACTOR shall coordinate with postal carriers/post master to create and execute a mailbox relocation plan to maintain continuous mail delivery throughout construction. This shall include any time, materials, temporary construction/installations, and any other items required. 5-5 Description of Pay Items Measurement and payment for this work shall be made on the basis of price bid per lump sum (LS) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete all phases of the work. Twenty-five percent (25%) of the amount bid shall be paid with the first pay estimate following the installation of the traffic control devices & detours for the first phase of construction. On all subsequent pay estimates, payment shall be prorated based on the total number of months bid. No additional payment will be made if the CONTRACTOR goes over the time bid. Pay Item No. 08 — Benchmark Reestablishment: Three dimensional coordinates, reported as State Plane Coordinates, shall be established using the City's monumentation system and using the City's combined scale factor. The Contractor shall coordinate with the City regarding the location of these benchmarks. Measurement and payment for furnishing and installation of benchmarks shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing and/or operating all equipment, labor, materials and tools necessary to complete the work. Pay Item No. 09 —Replace Existing Tree: This work includes replacement of any trees as determined by the City in accordance with the appropriate details and specifications, including NCTCOG Item 202.1. Measurement and payment for removal and replacement work performed herein shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. 10 — Right of Way Preparation: This work includes the clearing & grubbing and removal & trimming of vegetation in all areas within the project limits requiring such work. This includes work within the right-of-way and any adjacent property that is necessary to complete the work as shown on the construction plans or as determined by the ENGINEER in accordance with the appropriate details and specifications, including NCTCOG Item 203.1, 203.2 & 203.3. All vegetation within the paving limits shall be removed. This item shall also include the protection of any trees, shrubs, fences, structures, signs or other items that are to be preserved and/or relocated as shown on the plans. All trees designated to be preserved shall be protected by fencing to the limits of the canopy and no parking, driving or moving of equipment in this area will be permitted. If pruning of protected trees is required, they shall be trimmed as directed by the ENGINEER and any cuts of two inches or more in diameter shall be treated as directed by the ENGINEER. Disposal of said material will be at the CONTRACTOR's sole expense. 5-6 Description of Pay Items Any existing landscape improvements, including landscape beds and landscape timbers, shall be removed if deemed necessary for the construction of the improvements shown within the plans. Any removal of existing landscape improvements shall be coordinated with the ENGINEER and OWNER. Removal of landscape improvements shall be considered subsidiary to this pay item. This work may also include, but not be limited to: (a) The removal of existing pavement markings and traffic buttons; (b) The removal of any existing gravel driveway/roadway; (c) The removal of landscape edging; (d) The removal of mailboxes; (e) Any grading activities (excavation or fill) deemed necessary to prepare the proposed grades of the subgrade prior to lime and pavement, unless separate bid items are provided for excavation or embankment; (f) The removal and salvage of any existing regulatory, school or informational signs; (g) The removal of all trees, stumps, bushes, vegetation, roots and shrubs within the limits of work; (h) Trimming of trees to provide a 7 -foot clearance over sidewalks and an 18 -foot clearance over roadways; (i) Adjusting water vaults to finished grade as indicated on the plans. These items of work will not be paid for directly but shall be considered subsidiary to this pay item. Any item indicated in the plans to be removed (directly called out or implied) for which there is no specific pay item shall be considered subsidiary to this pay item. Measurement and payment shall be made on the basis of price per station (STA) 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. 11 — Unclassified Excavation: This work consists of all the required excavation within the limits of the right-of-way and adjacent areas to establish the roadway cross-section, grade and profile as shown on the plans. All excavation is considered unclassified and shall be performed to the lines & grades shown on the construction plans or as directed by the ENGINEER, in accordance with the appropriate specifications, details and notes, including NCTCOG Item 203.4 and the City of Coppell Standard Construction Details. This item also includes temporary stockpiling, placement and compaction of excavated material required for this project, in accordance with the appropriate specifications, including NCTCOG Item 203.6 and 203.7. Fill shall be placed and 5-7 Description of Pay Items compacted (minimum 95% of maximum dry density) in accordance with the City of Coppell and/or NTCOG specifications. Payment shall include the removal and proper utilization or disposal of all excavated materials (including haul off of unused material), constructing, shaping and finishing of all earthwork involved. Note: The City does not have a designated location for disposal of excess excavation material. Costs for removal, haul -off and lawful disposal shall be considered subsidiary. This is a "Plans Quantity" item and will not be measured unless there are revisions to the scope of work. Payment for work performed and materials furnished related to the unclassified street excavation, as provided herein, shall be made on the basis of the price bid per cubic yard (CY) for unclassified excavation 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. 12 — Remove & Dispose of Existing Concrete Pavement (To Include Curbs/Pavers): This work includes the removal and disposal of existing concrete pavement (including concrete street paving, asphalt overlay, driveways, stamped concrete, pavers, median pavers, and sidewalks) at the locations and limits shown on the construction plans or as determined by the ENGINEER, in accordance with the appropriate details and specifications. Concrete to be removed shall be sawed full - depth through the existing reinforcement along even straight lines leaving a clean vertical side, as shown on the plans or as established by the ENGINEER, in accordance with NCTCOG Item 402.3. Payment shall also be for the collection and disposal of sawcut water and dust at any location to prevent these materials from entering into the storm drain system. Any existing improvements beyond these limits, which are damaged or destroyed by the construction shall be re -sawed, removed and replaced at the CONTRACTOR's expense. Once concrete improvements are removed, exposed surfaces that will interface with new concrete pavement shall be roughened to allow adequate bonding of new concrete. CONTRACTOR shall epoxy grout #418" dowel bars into end of existing concrete (18" o.c.). For driveways, exposed surfaces that will interface with new concrete pavement shall be roughened to allow adequate bonding of new concrete. CONTRACTOR shall epoxy grout #3x18" dowel bars into end of existing sidewalk or driveway concrete (18" o.c.). This operation shall be inspected and approved by the ENGINEER prior to placement of new concrete. Based on record drawings, the thickness of the existing concrete is 8" but may vary. All spoils shall be removed and legally disposed from the project site at the CONTRACTOR's expense. The removal of concrete curb that is integral to any concrete pavement, which is to be removed as part of this work, shall not be paid for directly but shall be considered subsidiary to this pay item. Also, any concrete removal required for the installation or adjustment of existing utilities is included in this pay item. The removal of stamped concrete as shown on the construction plans shall not be paid 5-8 Description of Pay Items for directly but shall be considered subsidiary to this pay item. Also, any barrier free ramps designated on the plans to be removed are included in this pay item. Measurement and payment for work performed and materials furnished related to the removal of concrete pavement, as provided herein, shall be made on the basis of the price bid per square yard (SY) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. This item shall be measured by CONTRACTOR and by OWNER's representative prior to removal. Pay Item No. 13 — Remove & Dispose Existing Concrete Sidewalk & Ramps This item shall include sawcutting existing pavement for removal where indicated on the plans. Payment shall also be for the collection and disposal of sawcut water and dust at any location to prevent these materials from entering into the storm drain system. Sawing shall be for full depth of concrete. Sawing of pavement joints is subsidiary to the related pay items. For sidewalks, exposed surfaces that will interface with new concrete pavement shall be roughened to allow adequate bonding of new concrete. CONTRACTOR shall epoxy grout #3x12" dowel bars into end of existing sidewalk concrete (18" o.c.). This operation shall be inspected and approved by the ENGINEER prior to placement of new concrete. The unit price per linear foot shall include all labor, tools, equipment and materials necessary to complete the work. These Items are for excavating, removing, and legally recycling all concrete sidewalk as delineated on the plan set. Measurement and payment for the removal of concrete pavement shall be by the square yard (SY) regardless of the thickness of the concrete and sidewalk by the square foot. The contractor's price for removal and legal recycling shall include all labor, equipment, hauling, disposal cost, and incidentals necessary to complete the work. Pay Item No. 14 — Remove Existing Small Curb Inlet (4'-8'): Pay Item No. 15 — Remove Existing Large Curb Inlet Major (10'-20'): Pay Item No. 16 — Remove Existing 21" RCP Storm Drain: Pay Item No. 17 — Remove Existing 24" RCP Storm Drain: This work consists of removing various existing storm drain pipe, box culvert and storm drain structures as indicated in the construction plans or as directed by the ENGINEER. The CONTRACTOR shall exercise every precaution when excavating pipe or structures indicated to be removed in the construction plans to prevent damage to existing and proposed utilities or other improvements. Any improvements damaged as a result of the CONTRACTOR's operations shall be promptly repaired to an acceptable condition (as determined by the ENGINEER) by the CONTRACTOR and at the sole expense of the CONTRACTOR. Any RCP plugs or additional improvements required to adjacent storm lines/structures shall be considered subsidiary to these items. Excavated areas shall be backfilled, compacted and tested in accordance with City of Coppell Standards. 5-9 Description of Pay Items All concrete, debris, or non-native material shall be removed from excavated areas. Removed storm drain pipe or structures shall be hauled off and lawfully disposed of. CONTRACTOR shall be responsible for any disposal fees or perm its. Measurement and payment for removal of structures shall be made on the basis of the price bid per each (EA) structure and shall be total compensation for furnishing all materials, tools, equipment, labor, proper disposal of materials and any other incidentals necessary to complete the work. Measurement and payment shall be made on the basis of the price bid per linear foot (LF) of pipe or box and shall be total compensation for furnishing all materials, tools, equipment, labor, proper disposal of materials and any other incidentals necessary to complete the work. Pay Item No. 18 — Remove Existing Tree: This work includes removal of any trees labeled for removal in the construction plans or as determined by the ENGINEER in accordance with the appropriate details and specifications, including NCTCOG Item 202.1. Any tree labeled for removal in the plans shall be confirmed with the ENGINEER prior to removal. Tree removal shall include all pruning, felling, stump removal, mulching of leaves and limbs necessary to safely remove any tree approved for removal. Once work has commenced on the removal of a tree approved for removal, it shall not cease until the remnants of the tree are completely removed and lawfully removed from the project site. All debris and mulch from the removal of trees shall be disposed of in a legal manner. Measurement and payment for removal work performed herein shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. 19 — Remove & Relocate Existing Wayfinding Sign Onto New Foundation: This work consists of the removal, salvaging, and re -installation of existing wayfinding signage; removal and disposal of existing sign foundation, supports, and assemblies; furnishing and installation of new foundation, supports and assemblies at the locations shown in the construction plan set and as specified by the ENGINEER. Contractor shall provide new foundations and poles to conform with appropriate details and specifications in the plans and Texas MUTCD guidelines. All sign posts and mounting hardware shall be black powder coated. Measurement and payment for furnishing and installation of the wayfinding signage shall be made on the basis of price bid per each (EA) and shall be total 5-10 Description of Pay Items compensation for furnishing and/or operating all equipment, labor, materials and tools necessary to complete the work. Pay Item No. 20 — 8" Reinforced Concrete Street Pavement (No. 4 Bars 18" O.C.E.W.): Pay Item No. 21 — 6" Reinforced Concrete Driveway Pavement (No. 4 Bars 18" O.C.E.W.): This work includes the construction of the specified thickness of reinforced concrete pavement (including integral curb, where indicated) at the locations shown on the construction plans or as determined by the ENGINEER, in accordance with the appropriate details and specifications. All concrete used for this project shall be Class "C" concrete with a minimum cement content of 6 sacks per cubic yard and minimal compressive strength of 3,600 psi at 28 days. No fly ash will be permitted. All curb within the construction plans shall be a 6" monolithic curb. No separate payment shall be made for the integral curb, it is subsidiary to this pay item. Any street headers and butt joints shall also be constructed subsidiary to this pay item. The concrete shall be doweled into the existing pavement and reinforced in accordance with the City of Coppell Standard Construction Details. These items include lime treatment of driveway subgrades to the limits of driveway construction. The CONTRACTOR shall use a slip form paving machine and vibrate all concrete during the pour by a method approved by the ENGINEER. The CONTRACTOR is responsible for making sample concrete cylinders at a cycle determined by the ENGINEER for testing purposes. No sand level up course will be allowed under any paving. The paving shall be a baker broom finish and shall be cured with a highway white curing compound applied per the manufacturer's recommendations. CONTRACTOR shall pay close attention to NCTCOG Item 303.5.4.3 "Contraction Joints" regarding sawing of joints. In general, joints shall be sawed into the completed pavement surface as soon after initial concrete sets as possible so that some raveling of the green concrete is observed in order for the sawing process to prevent uncontrolled shrinkage cracking. Failure to perform the work in compliance with these requirements and those in Item 303.5.4.3 will subject the slab to rejection and the CONTRACTOR will be required to replace the slab at the sole expense of the CONTRACTOR. All joints shall be placed at 15 feet intervals (maximum of 20 feet intervals) or as indicated in the construction plans. All joints shall be sealed with silicone joint sealant prior to opening the road to traffic. CONTRACTOR shall remove debris from joints using compressed air prior to sealing joints. Concrete street headers shall be constructed at the locations shown on the plans or as directed by the ENGINEER. Concrete street headers will not be measured or paid for separately but shall be subsidiary to this pay item. 5-11 Description of Pay Items Measurement and payment for work performed and materials furnished related to the construction of reinforced concrete pavement of the specified thickness, as provided herein, shall be made on the basis of the price bid per square yard (SY) in accordance with NCTCOG Item 303.8, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Note: The City of Coppell does not have a designated batch plant site for this project. Pay Item No. 22 — 8" Lime Stabilized Subgrade: Pay Item No. 23 — Lime for Stabilized Subgrade (40/SY): This work includes the treatment of subgrade by the pulverization, addition of lime, mixing and compacting the mixed material to the required density (minimum 95% maximum dry density) in accordance with the City of Coppell Detail 2010 and NCTCOG specifications. The CONTRACTOR shall treat the subgrade to a depth of 8" or as directed by the ENGINEER and re -mixed 6" thick by scarifying, pulverizing and compacting the material to the required density indicated on the construction plans. A geotechnical study was NOT done for this project. Subgrade shall be stabilized with 6% minimum by weight of hydrated lime (generally 40 lbs./SY) and compacted to a density not less than 95% standard proctor density. Subgrade shall be constructed to the lines and grades as required by the construction plans, in accordance with the appropriate details and specifications. Subgrade treatment shall be provided under all proposed concrete pavement and curbs unless noted or otherwise approved by the ENGINEER, and shall extend to a point at least one -foot behind the back of curb. After subgrade treatment and shaping is complete, CONTRACTOR shall maintain the proper moisture content in the subgrade to prevent drying and cracking, until covered by paving material. Subgrade treatment and emulsified asphalt treatment, as required by these specifications, will not be paid for directly but shall be considered subsidiary to this pay item. Measurement and payment for work performed and materials furnished related to the construction of lime stabilization of the specified thickness, as provided herein, shall be made on the basis of the price bid per square yard (SY) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Measurement and payment for lime material furnished related to the construction of lime stabilization of the specified thickness, as provided herein, shall be made on the basis of the price per ton (TON) and shall be total compensation for furnishing 5-12 Description of Pay Items the material and for all freight involved, unloading, storing, and handling, labor, materials, tools, equipment and other incidentals necessary to complete work. Pay Item No. 24 — 8" Reinforced Stamped Colored Concrete Pavement (Crosswalk): Pay Item No. 25 — 6" Reinforced Stamped Colored Concrete Pavement (Median): This work includes the construction of reinforced stamped concrete pavement at locations shown in the plans or as determined by the ENGINEER, in accordance with the appropriate details and specifications listed in the City of Coppell Standard Construction Details (Details 2130 and 2190). Stamped concrete used within the roadway and driveways for crosswalks for this project shall be Class "C" concrete with a minimum cement content of 6 sacks per cubic yard and minimal compressive strength of 3,600 psi at 28 days in accordance to City of Coppell Standard Detail 2195. No fly ash will be permitted in either case. Subgrade shall be considered subsidiary to this item and shall match street section. Mow strip included in median paving shall be considered subsidiary to this item. The CONTRACTOR shall vibrate all concrete during the pour by a method approved by the ENGINEER. The CONTRACTOR is responsible for making sample concrete cylinders at a cycle determined by the ENGINEER for testing purposes. No sand level up course will be allowed under any paving. Color shall be Red Clay — Bomanite Integral Color with Bomanite Natural Gray Release (or an approved equal). Any gray stamped concrete shall be Gunmetal Gray — Bomanite Integral Color with Cobblestone Gray Release (or an approved equal). All patterns shall be Running Bond Used Brick. Approved equal shall only be considered after review of the specifications and a test section that demonstrates the ability to match color and pattern. CONTRACTOR shall pay close attention to NCTCOG Item 303.5.4.3 "Contraction Joints" regarding sawing of joints. In general, joints shall be sawed into the completed pavement surface as soon after initial concrete sets as possible so that some raveling of the green concrete is observed in order for the sawing process to prevent uncontrolled shrinkage cracking. Failure to perform the work in compliance with these requirements and those in Item 303.5.4.3 will subject the slab to rejection and the CONTRACTOR will be required to replace the slab at the sole expense of the CONTRACTOR. All joints shall be placed at 15 feet intervals (maximum of 20 feet intervals) or as indicated in the construction plans. All joints shall be sealed with silicone joint sealant prior to opening the road to traffic. CONTRACTOR shall remove debris from joints using compressed air prior to sealing joints. Joint sealant shall match color of concrete where appropriate or as directed by ENGINEER. 5-13 Description of Pay Items Measurement and payment for work performed and materials furnished related to the construction of reinforced stamped concrete pavement of the specified thickness, as provided herein, shall be made on the basis of the price bid per square yard (SY) in accordance with NCTCOG Item 303.8, 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. 26 — 4" Reinforced Concrete Sidewalk (All Widths): This work includes construction of concrete sidewalks at the locations shown in the construction plans or as determined by the ENGINEER, in accordance with the appropriate details and specifications, including City of Coppell Standard Detail 2170 and 2195. All concrete used for the sidewalks shall be Class "A" concrete with a minimum compressive strength of 3,000 psi at 28 days in accordance to City of Coppell Standard Detail 2195. No fly ash will be permitted. All sidewalk construction shall be in compliance with the Texas Accessibility Act Article 9102 of the Texas Civil Statute as administered by the Texas Department of Licensing and Regulations. Any sidewalk or trail found to be in noncompliance shall be removed and brought to compliance at the CONTRACTOR's sole expense. CONTRACTOR shall pay close attention to NCTCOG Item 303.5.4.3 "Contraction Joints" regarding sawing of joints. In general, joints shall be sawed into the completed pavement surface as soon after initial concrete sets as possible so that some raveling of the green concrete is observed in order for the sawing process to prevent uncontrolled shrinkage cracking. Failure to perform the work in compliance with these requirements and those in Item 303.5.4.3 will subject the sidewalk or trail to rejection. The CONTRACTOR will be required to replace the sidewalk or trail at the sole expense of the CONTRACTOR. All joints shall be placed in accordance with City of Coppell Standard Detail 2170. All joints shall be sealed with silicone joint sealant. CONTRACTOR shall remove debris from joints using compressed air prior to sealing joints. This item shall include integral curb where required on the construction plans. Integral curb shall be incidental to this item. Measurement and payment for reinforced concrete trail and concrete sidewalk work performed and materials furnished completed and in place as provided herein shall be made on the basis of the price bid per square yard (SY) in accordance with NCTCOG Item 305.2, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 5-14 Description of Pay Items Pay Item No. 27 — Concrete Retaining Wall Integral with Sidewalk (Cast -in - Place): This work includes the construction of cast -in-place concrete retaining walls at the locations shown in the plans or as established by the ENGINEER, in accordance with TxDOT's Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges Item 423 and City of Coppell Standard Detail 2180. The cast -in-place walls shall include the wall veener and cap as shown in the construction plans and all additional appurtenances and incidentals necessary. Measurement and payment for cast -in-place concrete retaining wall work performed shall be made on the basis of the price bid per square foot (SF) of the wall. The price shall include the sidewalk or trail in front of the wall, which is a part of the base of the wall 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. 28 — Concrete Median Nose: This work shall be for the construction of median noses in accordance with the City of Coppell standard detail 2130. Measurement and payment for work performed and materials furnished related to the construction of reinforced stamped concrete pavement of the specified thickness, as provided herein, shall be made on the basis of the price bid per square yard (SY) in accordance with NCTCOG Item 303.8, 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. 29 — Barrier Free Pedestrian Ramp: This work includes the construction of pedestrian ramps at locations shown in the construction plans or as determined by the ENGINEER, in accordance with specification, plans, and TxDOT's Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges Item 531. All concrete used for barrier free ramp construction shall be Class "A" concrete with a minimum compressive strength of 3,000 psi at 28 days. No fly ash will be permitted. All pedestrian ramps are based on the grading details in the construction plans and Texas Department of Transportation's Design Division Standards for Pedestrian Facilities: Curb Ramps (Detail PED -18A). All ramp construction shall be in compliance with the Texas Accessibility Act Article 9102 of the Texas Civil Statute as administered by the Texas Department of Licensing and Regulations. This includes the correct slope, correct width, correct texture, and correct color differentiation. The ENGINEER shall verify each ramp prior to final acceptance. Any ramp found to be in noncompliance shall be removed and brought to compliance at the CONTRACTOR's sole expense. 5-15 Description of Pay Items Measurement and payment for construction of barrier free ramps and materials furnished completed and in place as provided herein shall be made on the basis of the price bid per square yard (SY), 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. 30 — 4" Thermoplastic Solid Marking (Y) Pay Item No. 31 — 4" Thermoplastic Broken Marking (W) Pay Item No. 32 — 8" Thermoplastic Solid Marking (W) Pay Item No. 33 —12" Thermoplastic Solid Marking (W) Pay Item No. 34— 24" Thermoplastic Solid Marking (W) Pay Item No. 35 — Thermoplastic Arrow (W) Pay Item No. 36 — Thermoplastic Word (W) This work includes the furnishing and installation of permanent thermoplastic markings, including but not limited to all turn lane markings and stop bar striping as indicated on the construction plans or as directed by the ENGINEER, in accordance with the TxDOT Standard Specifications for Construction and Maintenance of Highways Streets and Bridges Item 666 and Texas MUTCD guidelines. Surface preparation, as required by these specifications, will not be paid for directly but shall be considered subsidiary to this pay item. This work also includes the removal (and replacement, if necessary) of any existing thermoplastic striping that is not in alignment or sequence. Measurement and payment for thermoplastic striping work performed and materials furnished completed and in place as provided herein shall be made on the basis of the price bid per linear foot (LF) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Measurement and payment for thermoplastic words and arrows work performed and materials furnished completed and in place as provided herein shall be made on the basis of the price bid per each (EA) 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. 37 — Type I -C 4" Raised Pavement Markers Pay Item No. 38 — Type II -C-R 4" Raised Pavement Markers Pay Item No. 39 — Type II -A -A 4" Raised Pavement Markers This work includes the furnishing and installation of raised pavement markers as indicated on the construction plans or as directed by the ENGINEER, in accordance with the TxDOT Standard Specifications for Construction and Maintenance of Highways Streets and Bridges Item 672 and Texas MUTCD guidelines. Surface preparation, as required by these specifications, will not be paid for directly but shall be considered subsidiary to this pay item. This work also 5-16 Description of Pay Items includes the removal (and replacement, if necessary) of any existing thermoplastic striping that is not in alignment or sequence. Measurement and payment for raised pavement markers work performed and materials furnished completed and in place as provided herein shall be made on the basis of the price bid per each (EA) 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. 40 — Street Signs: This work consists of the furnishing and installation of standard roadway signage at the locations shown in the construction plan set and as specified by the ENGINEER. All signs shall be manufactured and mounted in accordance with City of Coppell Standard Detail 2330 and Texas MUTCD guidelines. All sign posts and mounting hardware shall be black powder coated. Measurement and payment for furnishing and installation of the miscellaneous Street Signs shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing and/or operating all equipment, labor, materials and tools necessary to complete the work. Pay Item No. 41 —18" Reinforced Concrete Pipe Class III Storm Drain: Pay Item No. 42 — 24" Reinforced Concrete Pipe Class III Storm Drain: This work includes the construction of all RCP storm drain at the locations shown on the construction plans or as determined by the ENGINEER, in accordance with the appropriate details and specifications, including NCTCOG Item 501.6 and 508.3. All RCP storm drain shall be Class III (NCTCOG Item 501.6) as indicated on the plans. All bends shall be pre -fabricated. Ram-nek joint material shall be used for all joints, unless otherwise approved by the ENGINEER. This work shall include trench excavation, preparation and shaping of bedding, transporting of pipe, jointing, connections to existing and/or proposed improvements and structures, embedment, backfill, and temporary pavement repair, if necessary. Embedment shall be in accordance with the City of Coppell Standard Construction Detail 3020. Testing in accordance with specifications is considered subsidiary to this pay item. Where leads, pipe or box terminate into an existing system, this work shall include construction of a concrete collar at the junction to form a watertight connection in accordance with City of Coppell Standard Detail 6085. The construction of concrete collars, as required by these specifications, and the connection to the existing storm sewer line will not be paid for directly but shall be considered subsidiary to this pay item. This work shall also include the construction of temporary pavement repair necessary for traffic control and detours or as determined by the ENGINEER, consisting of 6" Type B HMAC on 8" Flex Base over a geo-grid (StrataBase SB11 or approved equal). Temporary pavement repair shall be constructed and 5-17 Description of Pay Items maintained in storm drain installation areas that will be open to traffic prior to the construction of the final pavement. Temporary pavement repair, as required by these specifications, will not be paid for directly but shall be considered subsidiary to this pay item. Measurement and payment for work performed and materials furnished related to the construction of RCP storm drain (various sizes and/or classes), as provided herein, shall be made on the basis of the price bid per linear foot (LF) in accordance with NCTCOG Item 508.6, 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. 43 — 5' Recessed Curb Inlet: Pay Item No. 44 —10' Recessed Curb Inlet: Pay Item No. 45 —15' Recessed Curb Inlet: Pay Item No. 46 — 20' Recessed Curb Inlet: This work includes the construction of non -recessed (standard) & recessed curb inlets (various lengths) at the locations indicated on the construction plans or as determined by the ENGINEER, in accordance with the appropriate details and specifications, including City of Coppell Standard Construction Details 6020 and 6030 and NCTCOG Item 702. Concrete used for the construction of inlets shall be Class "A", with a minimum cement content of 5 sacks of cement/cubic yard of concrete, and a 3,000 psi minimum compressive strength when tested at 28 days. Measurement and payment for work performed and materials furnished related to the construction of curb inlets (various types & lengths), as provided herein, shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. 47 — Slotted Drain System (12 in) Pay Item No. 48 — Slotted Drain Outfall (12 in) This work includes the installation of slotted drain and slotted drain outfall at the locations shown in the plans or as established by the ENGINEER, in accordance with TxDOT's Roadway Slotted Drain (SD) Detail and Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges Item 474. Measurement and payment for work performed and materials furnished related to the construction of slotted drain and slotted drain outfall of the specified thickness, as provided herein, shall be made on the basis of the price bid per linear foot (LF) 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. 49 — Standard Fire Hydrant Assembly (New): This pay item shall consist of the installation of new fire hydrant assemblies including connections and testing of the fire hydrants at locations indicated on the 5-18 Description of Pay Items plans and in accordance with NCTCOG Item 502.3 and City of Coppell Standard Construction Details and Specifications. The 6" PVC water line lead from water main to gate valve and the 6" gate valve required for fire hydrant installation are included in this pay item. Fire hydrant assemblies shall be inclusive of all work necessary to install anc connect the new fire hydrant to the water line. This includes all fittings, megalugs, water pipe from fire hydrant gate valve and water pipe for stack, blocking, etc. necessary to complete the construction. Measurement and payment for work performed and materials furnished related to installing the fire hydrant and valve assembly, as provided herein, shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work, including curb identification markings and any barrel extensions required. Pay Item No. 50 — Remove Existing Fire Hydrant: This work includes the labor, equipment, and material required to remove existing fire hydrants as indicated on the construction plans. This includes the removal of fire hydrant, fittings, blocking, and piping back to fire hydrant gate valve. Existing fire hydrants shall remain in service until the activation of the proposed fire hydrants. This work shall include plugging hydrant leads, gate valves, and any and all openings into the existing water line that are created as a result of the abandonment and/or relocation of a fire hydrant/valve assembly by use of approved M.J. ductile iron caps or plugs and blocking according to the plans, specifications and/or details governing such work. Any items or appurtenances required for the removal of the fire hydrant and closing off of the existing water line shall be considered subsidiary to this pay item. Measurement and payment for work performed and materials furnished related to the removal of existing fire hydrants 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. 51 — Adjust Existing Water Valve: This work includes adjusting existing water line valve risers to proposed grade as indicated on the construction plans or as directed by the ENGINEER, in accordance with the appropriate specifications and standards. This work shall include all excavation, salvage of water line valve when possible, replacement of water line valve and cover when necessary, grade rings, and all other materials required to complete the work. Damage to existing water line valve or ring and cover during adjustments by the CONTRACTOR shall be replaced in a timely 5-19 Description of Pay Items manner in accordance with the proper standards and specifications and at the CONTRACTOR's sole expense. Measurement and payment for this work and 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. 52 — Relocate Existing Water Service & Meter: This work includes the relocation of various sizes and types of water services and meters in multiple locations along the project as indicated on the construction plans or as determined by the ENGINEER. This work shall be in accordance with NCTCOG Item 502.10 and the appropriate City of Coppell Standard Construction Details. The service saddle, corporation stop, service line (various sizes), setter and water meter box shall be replaced at each water service location. This work includes replacing the existing setter and meter box with new service lines, new setter and new meter box, and re -connecting to the existing service line; however, all meters shall be re -used or provided by the City of Coppell. No separate pay will be allowed for repairing damage to water meters due to construction on this project, unless approved otherwise by the ENGINEER. The cost to repair such damage shall be the sole responsibility of the CONTRACTOR. All connections to existing private service lines shall be done using a brass compression coupling. Any portion of the existing private water service line that needs to be replaced or modified shall be done under the supervision of a licensed plumber and shall meet all local, state, and federally applicable codes. The CONTRACTOR shall be responsible for verifying that all water services and meters within the project limits are transferred to the proposed water line as indicated on the construction plans. No service or meter shall be without water supply for more than four (4) hours. Measurement and payment shall be made on the basis of price per each (EA) Water Service and Meter installed, for all lengths of service line, and shall be the total compensation for furnishing all materials regardless of service length, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item No. 53 — Adjust Existing Sanitary Sewer Manhole Rim to Grade: This work includes adjusting existing sanitary sewer manhole rims to proposed grade as indicated on the construction plans or as directed by the ENGINEER, in accordance with the appropriate specifications and standards. This work shall include all excavation, salvage of manhole ring and cover when possible, replacement of manhole ring and cover when necessary, grade rings, and all other materials required to complete the work. Damage to existing sanitary sewer manholes or ring and cover during adjustments by the CONTRACTOR shall be 5-20 Description of Pay Items replaced in a timely manner in accordance with the proper standards and specifications and at the CONTRACTOR's sole expense. Measurement and payment for this work and 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. 54 — Trench Safety for Drainage Improvements: This work includes preparing a job specific trench safety plan and installing the proper shoring and/or bracing to adequately provide a safe trench for all storm drain construction, in compliance with current regulations and requirements of the United States Department of Labor Occupational Safety and Health Administration (OSHA) and in accordance with the appropriate details and specifications, including NCTCOG Item 107.19.3. The CONTRACTOR shall have a Trench Safety Plan prepared, signed and sealed by a professional engineer and provided to the ENGINEER prior to the start of construction. The preparation of the trench safety plan, as required by these specifications, will not be paid for directly but shall be considered subsidiary to this pay item. Measurement and payment for work performed and materials furnished related to the preparation of a trench safety plan and the installation of a trench safety systems, as provided herein, shall be made on the basis of the price bid per linear foot (LF) 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. 55 — Remove & Dispose of Existing Street Light Foundation: This work includes the removal and disposal of any street light foundation indicated on the construction plans to be removed, including removing the concrete base and any hardware associated with the street light. Also, included in this pay item will be the coordination between the CONTRACTOR and franchise utility company to safely disconnect and cap any electrical lines connected to the street light. Measurement and payment for street light foundation removal and disposal work performed herein shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. 56 — Drill Shaft (Roadway Illumination Pole) (24 in): This work shall include the furnishing and installation of roadway light foundations as indicated in the plans. All work shall be in accordance with the appropriate details and specifications, including Item 416 in TxDOT's Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges, and ONCOR Standard Details, and Inspection. 5-21 Description of Pay Items Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 57 — Relocate Ex Roadway Illumination Assembly onto New Foundation This work shall include installation of Roadway Illumination Assemblies (LED) as indicated in the plans. City shall provide assemblies which include all necessary poles, arms, light fixtures, luminaires, and connections as shown in plans and shall be installed in accordance with City of Coppell standards and the manufacturer's specifications. This work shall include furnishing, installing, energizing, and testing luminaire as indicated in the plans or specifications. Said luminaire shall be in accordance with City of Coppell standards and the manufacturer's specifications. Measurement and Payment shall be made on the basis of the bid price per each (EA) complete pole installation of the type specified and shall be the total compensation for furnishing all labor, materials, equipment, and incidentals necessary to complete the work Pay Item No. 58 — 2" PVC Schedule 40 Illumination Conduit (Trench): This work shall include the furnishing and installation of 2" Schedule 40 PVC conduit (Bore, Bridge, Trench) in accordance with City of Coppell standards and specification "Underground Traffic Signal Requirements; Conduit, Ground Boxes, Concrete Cabinet Foundations, and Installation Procedures", and NCTCOG standards. Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and shall be the total compensation for furnishing and installing conduit; by jacking, boring, tunneling, excavating, or mounting on structure; furnishing and placing backfill; furnishing and installing mounting brackets, furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 59 —Type `A' Ground Box: This work shall include the furnishing and installation of new ground boxes in accordance with City of Coppell standards and specification "Underground Traffic Signal Requirements; Conduit, Ground Boxes, Concrete Cabinet Foundations, and Installation Procedures", and appropriate TxDOT standard details. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 60 — 1 Conductor #8 Gauge Bare Wire (Illumination): 5-22 Description of Pay Items This work shall include the furnishing and installation of 1 C #8 gauge bare wire in multiple locations of the project in accordance with City of Coppell standards and specification "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire", and NCTCOG standards. Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 61 — 1 Conductor #2 Gauge Insulated Wire (Illumination): This work shall include the furnishing and installation of 1C #6/#2 Gauge XHHW Insulated wire in multiple locations of the project in accordance with City of Coppell standards and specification "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire", and NCTCOG standards. Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 62 — Drill Shaft (Traffic Signal Pole) (36"): Pay Item No. 63 — Drill Shaft (Traffic Signal Pole) (48"): This work shall include the furnishing and installation of traffic signal pole foundations as indicated in the plans. All work shall be in accordance with the appropriate details and specifications, including Item 416 in TxDOT's 2014 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges, and ONCOR Standard Details, and Inspection. Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 64 — Portable Concrete Barrier (Low Profile) (Type 1): This work shall include the furnishing and installation of a portable concrete barrier (Low Profile, Type 1) in accordance with City of Coppell standards, TxDOT Bid Item 512, and appropriate TxDOT standard details. Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. 5-23 Description of Pay Items Pay Item No. 65 — 2" PVC Schedule 40 Signal Conduit (Trench): Pay Item No. 66 — 3" PVC Schedule 40 Signal Conduit (Trench): Pay Item No. 67 — 4" PVC Schedule 40 Signal Conduit (Trench): Pay Item No. 68 — 4" PVC Schedule 40 Signal Conduit (Bore): Pay Item No. 69 — 2" PVC Schedule 80 Signal Conduit (Trench): This work shall include the furnishing and installation of 2" Schedule 40 PVC conduit (Trench), 3" Schedule 40 PVC conduit (Trench), 4" Schedule 40 PVC conduit (Trench), 4" Schedule 40 PVC conduit (Bore), and 2" Schedule 80 PVC conduit (Trench) for traffic signal cable in accordance with City of Coppell standards and specification "Underground Traffic Signal Requirements; Conduit, Ground Boxes, Concrete Cabinet Foundations, and Installation Procedures", and TxDOT Specification 618. Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and shall be the total compensation for furnishing and installing conduit; by jacking, boring, tunneling, excavating, or mounting on structure; furnishing and placing backfill; furnishing and installing mounting brackets; furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 70 —1 Conductor #6 Gauge Bare Wire (Traffic Signal): Pay Item No. 71 —1 Conductor #6 Gauge XHHW Wire (Traffic Signal): This work shall include the furnishing and installation of 1 C #6 gauge bare wire and 1 C #6 gauge insulated wire in multiple locations of the project in accordance with City of Coppell standards and specification "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire", and TxDOT Specification 620. Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 72 — Type `C' Ground Box w/Apron: This work shall include the furnishing and installation of new ground boxes in accordance with City of Coppell standards and specification "Underground Traffic Signal Requirements; Conduit, Ground Boxes, Concrete Cabinet Foundations, and Installation Procedures", and TxDOT Specification 624. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 73 — Removing Ground Box: This work shall include the removal of ground boxes at multiple locations in accordance with City of Coppell standards and specification "Underground Traffic Signal Requirements; Conduit, Ground Boxes, Concrete Cabinet Foundations, and Installation Procedures", and TxDOT Specification 624. 5-24 Description of Pay Items Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 74 — Power Service and Pedestal Equipment: This work shall include the furnishing and installation of power service and pedestal equipment in accordance with City of Coppell standards and specification "Power Service and Service Equipment and General System Wiring Procedures", and TxDOT Specification 628. This work shall include all coordination with necessary franchise utilities to complete the work. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 75 — Installing Highway Traffic Signals: Pay Item No. 76 — Removing Traffic Signals: Pay Item No. 77 — Installing Highway Traffic Signals (Upgrade): This work shall include the furnishing and installation of all equipment necessary to make the traffic signal fully operational as well as removing existing equipment that is to be replaced or relocated as part of this signal modification in accordance with TxDOT Bid Item 680 and appropriate TxDOT standard details. This work shall also include relocating opticom preemption devices. In accordance with TxDOT Bid Item 680, a traffic signal is defined as a signalized intersection controlled by a single traffic controller. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 78 —Vehicle Signal Section (12") (LED) (Green): Pay Item No. 79 —Vehicle Signal Section (12") (LED) (Green Arrow): Pay Item No. 80 —Vehicle Signal Section (12") (LED) (Yellow): Pay Item No. 81 —Vehicle Signal Section (12") (LED) (Yellow Arrow): Pay Item No. 82 —Vehicle Signal Section (12") (LED) (Red): Pay Item No. 83 —Vehicle Signal Section (12") (LED) (Red Arrow): Pay Item No. 84 — Pedestrian Signal Section (LED) (Countdown): This work shall include the furnishing and installation of Vehicle Signal Sections (12") (LED) (Green, Green Arrow, Yellow, Yellow Arrow, Red, and Red Arrow) and Pedestrian Signal Heads (LED) (Countdown) in multiple locations of the project in accordance with City of Coppell standards and specification 5-25 Description of Pay Items "Polycarbonate Resin Traffic Signal Heads 12 Inch, Expandable, Adjustable Type", and TxDOT Specification 682. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 85 — Back Plates (12") (3 Section): Pay Item No. 86 — Back Plates (12") (4 Section): Pay Item No. 87 — Back Plates (12") (5 Section): This work shall include the furnishing and installation of Back Plates (12") (3 Section, 4 Section, and 5 Section) in multiple locations of the project in accordance with City of Coppell standards and specification "Polycarbonate Resin Traffic Signal Heads 12 Inch, Expandable, Adjustable Type", and TxDOT Specification 682. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 88 — 3 Conductor #14 Gauge Type A Traffic Signal Cable: Pay Item No. 89 — 5 Conductor #14 Gauge Type A Traffic Signal Cable: Pay Item No. 90 — 7 Conductor #14 Gauge Type A Traffic Signal Cable: Pay Item No. 91 —10 Conductor #14 Gauge Type A Traffic Signal Cable: Pay Item No. 92 — 20 Conductor #14 Gauge Type A Traffic Signal Cable: Pay Item No. 93 — 2 Conductor #12 Gauge Type C Traffic Signal Cable: This work shall include the furnishing and installation of 3C #14 gauge signal cable, 5C #14 gauge signal cable, 7C #14 gauge signal cable, 10C #14 gauge signal cable, 20C #14 gauge signal cable, and 2C #12 gauge signal cable in multiple locations of the project in accordance with City of Coppell standards and specification "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire", and TxDOT Specification 684. Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 94 — Traffic Signal Pole Assembly (36' Arm): Pay Item No. 95 — Traffic Signal Pole Assembly (44' Arm): Pay Item No. 96 — Traffic Signal Pole Assembly (55' Arm): Pay Item No. 97 — Traffic Signal Pole Assembly (60' Arm): Pay Item No. 98 — Traffic Signal Pole Assembly (65' Arm): This work shall include the furnishing and installation of traffic signal pole assemblies with a 36' arm, traffic signal pole assemblies with a 44' arm, traffic signal pole assemblies with a 55' arm, and traffic signal pole assemblies with a 60' arm, and traffic signal pole assemblies with a 65' arm in multiple locations of 5-26 Description of Pay Items the project in accordance with TxDOT Bid Item 686 and appropriate TxDOT standard details. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Payment shall also include powder coating as necessary. Pay Item No. 99 — Pedestal Pole Assembly: This work shall include the furnishing and installation of pedestal pole assemblies in multiple locations of the project in accordance with TxDOT Bid Item 687 and appropriate TxDOT standard details. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Payment shall also include powder coating as necessary. Pay Item No. 100 — Pedestrian Detector Push Button (APS): Pay Item No. 101 — Pedestrian Detector Push Button: Pay Item No. 102 — Pedestrian Detector Controller Unit: This work shall include the furnishing and installation of pedestrian detector push buttons (Accessible Pedestrian Signals and non -Accessible Pedestrian Signals), and a pedestrian detector controller unit in multiple locations of the project in accordance with TxDOT Bid Item 688 and appropriate TxDOT standard details. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 103 — Tree Trimming: This work shall include the trimming of trees in accordance with City of Coppell standards, TxDOT Bid Item 752, and appropriate TxDOT standard details, as needed for the entire project. Measurement and Payment shall be made on the basis of the bid price per acre (AC) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 104 — VIVDS Camera Assembly: Pay Item No. 105 — VIVDS Camera Assembly (Relocate): This work shall include the furnishing, installation and complete setup of VIVDS camera assemblies and relocation of VIVDS camera assemblies in multiple locations of the project in accordance with City of Coppell standards and specification and TxDOT standards. VIVDS detection system must meet City of Coppell requirements. 5-27 Description of Pay Items Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, system configuration and set-up, equipment and incidentals necessary to complete the work. Pay Item No. 106 — VIVDS Coaxial Communication Cable: This work shall include the furnishing and installation of VIVDS coaxial communication cable in multiple locations of the project in accordance with City of Coppell standards and specification "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire", and TxDOT Specification 6002. Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 107 — Preparation of Conduit: This work shall include the preparation of existing conduits in accordance with City of Coppell standards and specification "Underground Traffic Signal Requirements; Conduit, Ground Boxes, Concrete Cabinet Foundations, and Installation Procedures", and TxDOT Specification 6027. Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 108 — CATSE Ethernet Cable: This work shall include the furnishing and installation of CATSE ethernet cable for license plate readers in multiple locations of the project in accordance with City of Coppell standards and specification "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire", and TxDOT Specification 6089. Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 109 — Illuminated Street Name Signs: Pay Item No. 110 — Illuminated Street Name Signs (Relocate): This work shall include the furnishing and installation of illuminated street name signs and relocation of illuminated street name signs in accordance with this specification, and as indicated in the drawing. Signs shall be edge lit LED illuminated with an 18" tall viewing area. Signs shall be "Classic Thinline" model from Southern Manufacturing, or approved equal. Signs shall be mounted to the mast arm using an Astro-Brac® SP0140 or approved equal. A photocell shall be provided to control when the sign is illuminated. The photocell shall be set up 5-28 Description of Pay Items Denton Tap Intersection Improvements Project No. ST -19-01 Bid No. Q-1121-02 11/13/20 Addendum No. 1 Page 20 of 24 such that all lights are on or off at the same time. Lights shall not come on or turn off at different times. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, and equipment necessary to complete the work. Pay Item No. 111 — Opticom Detector Cable: This work shall include the furnishing and installation of opticom detector cable in multiple locations of the project in accordance with City of Coppell standards and specification "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire", and TxDOT standards. Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 112 — Restore Parkways & Disturbed Areas: This item includes all work, materials and incidentals necessary to restore parkways, yards or other areas that are disturbed to an equal or better condition than prior to construction, in accordance with the appropriate details and specifications, including NCTCOG Items 202.2, 202.3, 202.4, 202.5, 202.6 & 202.7. Disturbed areas along the length of the project shall be fine graded and cut to receive sod. Topsoil shall be placed in low areas to bring them to grade. Unless directed otherwise by the ENGINEER, block sod matching the species (minimum of Bermuda sod) that existed prior to construction and/or the species adjacent to the disturbed area shall be placed in all disturbed areas where improved lawn or established turf existed prior to construction. The CONTRACTOR will be required to water, fertilize, mow and otherwise maintain restored areas to establish healthy growth, even distribution of vegetation and full coverage over the entire restored area. The CONTRACTOR shall also maintain and protect these areas from damage and repair any damage that occurs, until completion and final acceptance of the project by the OWNER. All restoration to existing landscape improvements, landscape beds, gravel rock beds, and/or any other existing improvement damaged, removed, or relocated during the course of construction are included in this pay item. Measurement and payment for parkway and disturbed area restoration work performed and materials furnished complete and in place as provided herein shall be made on the basis of the price bid per station (STA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work, including watering, fertilizing, mowing and maintenance of the restored areas. Payment shall be made based on the quantity shown in the bid proposal, regardless if the amount installed in order to 5-29 Description of Pay Items Denton Tap Intersection Improvements Project No. ST -19-01 Bid No. Q-1121-02 11/13/20 Addendum No. 1 Page 21 of 24 sod all disturbed areas exceeds the bid quantity. No more than 75% of this item will be paid until 100% turf coverage has been established in all sodded areas, to the satisfaction of the ENGINEER. Pay Item No. 113 — VIVDS Camera Assembly (Remove): This work shall include the removal of VIVDS camera assemblies in multiple locations of the project in accordance with City of Coppell standards and specification "Video Imaging Vehicle Detection System", and TxDOT Specification 6306. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, system configuration and set-up, equipment and incidentals necessary to complete the work. Pay Item No. 114 — Install Iteris Vantage Vector Sensor: Pay Item No. 115 — Install Iteris Vantage Next Sensor: This work shall include the installation and complete setup of VIVDS camera assemblies in multiple locations of the project in accordance with City of Coppell standards and specification "Video Imaging Vehicle Detection System", and TxDOT Specification 6306. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for all labor, system configuration and set-up, equipment and incidentals necessary to complete the work. Pay Item No. 116 — Preparation of Conduit: This work shall include the preparation of existing conduits in accordance with City of Coppell standards and specification "Underground Traffic Signal Requirements; Conduit, Ground Boxes, Concrete Cabinet Foundations, and Installation Procedures", and TxDOT Specification 6027. Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 117 — Preparation of Ground Box: This work shall include the preparation of existing ground boxes in accordance with City of Coppell standards and specification "Underground Traffic Signal Requirements; Conduit, Ground Boxes, Concrete Cabinet Foundations, and Installation Procedures", and TxDOT Specification 6027. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. 5-30 Description of Pay Items Denton Tap Intersection Improvements Project No. ST -19-01 Bid No. Q-1121-02 11/13/20 Addendum No. 1 Page 22 of 24 Pay Item No. 118 — VIVDS/Radar Cable: This work shall include the furnishing and installation of VIVDS/radar cable for detection in multiple locations of the project in accordance with City of Coppell standards and specification "Video Imaging Vehicle Detection System", and TxDOT Specification 6306. Detection cable must meet City of Coppell requirements. Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. X1 — Project Allowance for Water Improvements: Projects of this type may require modifications to the contract and/or additional work which cannot be foreseen prior to construction. The cost for these modifications and/or additions will be reimbursed from this allowance if approved prior to performing the work. There is no guarantee that this allowance will be used at all. If used it may be used part or in whole at the OWNER's discretion. A project allowance of $25,000.00 shall be given for any additional work associated with water improvements. Additional work shall be determined by the Owner. This work excludes any work listed and quantified on the bid proposal or work associated to complete bid items. As approved by OWNER, CONTRACTOR will be given additional working days for additional quantities/work. Pay Item No. X2 — Project Allowance for Storm Improvements: Projects of this type may require modifications to the contract and/or additional work which cannot be foreseen prior to construction. The cost for these modifications and/or additions will be reimbursed from this allowance if approved prior to performing the work. There is no guarantee that this allowance will be used at all. If used it may be used part or in whole at the OWNER's discretion. A project allowance of $25,000.00 shall be given for any additional work associated with storm improvements. Additional work shall be determined by the Owner. This work excludes any work listed and quantified on the bid proposal or work associated to complete bid items. As approved by OWNER, CONTRACTOR will be given additional working days for additional quantities/work. Pay Item No. X3 — Project Allowance for Paving Improvements: Projects of this type may require modifications to the contract and/or additional work which cannot be foreseen prior to construction. The cost for these modifications and/or additions will be reimbursed from this allowance if approved prior to performing the work. There is no guarantee that this allowance will be used at all. If used it may be used part or in whole at the OWNER's discretion. 5-31 Description of Pay Items Denton Tap Intersection Improvements Project No. ST -19-01 Bid No. Q-1121-02 11/13/20 Addendum No. 1 Page 23 of 24 A project allowance of $25,000.00 shall be given for any additional work associated with paving improvements. Additional work shall be determined by the Owner. This work excludes any work listed and quantified on the bid proposal or work associated to complete bid items. As approved by OWNER, CONTRACTOR will be given additional working days for additional quantities/work. Pay Item No. X4 — Project Allowance for Landscaping Improvements: Projects of this type may require modifications to the contract and/or additional work which cannot be foreseen prior to construction. The cost for these modifications and/or additions will be reimbursed from this allowance if approved prior to performing the work. There is no guarantee that this allowance will be used at all. If used it may be used part or in whole at the OWNER's discretion. A project allowance of $40,000.00 shall be given for any additional work associated with landscaping/irrigation improvements. Additional work shall be determined by the Owner. This work excludes any work listed and quantified on the bid proposal or work associated to complete bid items. As approved by OWNER, CONTRACTOR will be given additional working days for additional quantities/work. Pay Item No. X5 — Project Allowance for Irrigation System Repairs Projects of this type may require modifications to the contract and/or additional work which cannot be foreseen prior to construction. The cost for these modifications and/or additions will be reimbursed from this allowance if approved prior to performing the work. There is no guarantee that this allowance will be used at all. If used it may be used part or in whole at the OWNER's discretion. This work includes repairing, replacing reconstructed and/or modifying any existing irrigation system or system component within the limits of the work area that is damaged or whose function/operation is adversely impacted by the construction of the proposed improvements, in a manner satisfactory to the adjacent property owners to whom they belong, and the ENGINEER. This work includes repairing or replacing any damaged pipes, sprinkler heads or other system components (i.e., valves, controllers, valve boxes, etc.), as well as adding additional lines and/or heads necessary to properly irrigate landscape or turf areas that are adjusted, modified, or reconfigured as a result of this project. All irrigation work must be performed by a licensed irrigator (CONTRACTOR must submit documentation/qualifications to OWNER prior to work being performed). All existing irrigation systems will be assumed to be in good condition and fully operational unless the CONTRACTOR has inspected, noted and documented some specific damage to a system that exists, prior to construction beginning. CONTRACTOR shall contact adjacent property owners and/or system owners/operators prior to construction to determine the limits of all existing irrigation systems, the location of sprinkler heads and other system components, and to 5-32 Description of Pay Items Denton Tap Intersection Improvements Project No. ST -19-01 Bid No. Q-1121-02 11/13/20 Addendum No. 1 Page 24 of 24 identify and document any existing damage. CONTRACTOR will be required to submit an affidavit to the ENGINEER documenting meeting with property owners/irrigation system owners/operators, documentation of condition/operational status of each system and description of any deficiencies in systems (i.e. entire system not working, zone not working, broken heads, leaks, etc.). CONTRACTOR will be required to fix any pre-existing problems with irrigation systems within the limits of the work area not documented prior to construction. CONTRACTOR shall be responsible for ensuring irrigation systems within the limits of the work area remain operational throughout construction. All repairs should be completed as soon as possible after the damage is discovered. Any damage to existing grass, trees or landscaping resulting from a lack of water during construction because of damage to irrigation systems or irrigation systems that become inoperable will be the sole responsibility of the CONTRACTOR to replace. The exact number and location of sprinkler heads, valves, controllers, etc. on this project is unknown. The CONTRACTOR is, therefore, advised to visit the project site for themselves and make their own determination of where existing irrigation systems may be located and to what extent those systems and system components may be damaged or impacted during construction. A project allowance of $10,000.00 shall be given for any additional work associated with irrigation system repairs. Additional work shall be determined by the Owner. This work excludes any work listed and quantified on the bid proposal or work associated to complete bid items. As approved by OWNER, CONTRACTOR will be given additional working days for additional quantities/work. Pay Item No. A4 — 8" Flexible Base (Type A) (Grade 1 or 2) This work includes the installation of flexible base over a geo-grid (StrataBase SB11 or approved equal) at the locations shown in the plans or as established by the ENGINEER, in accordance with TxDOT's Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges Item 247. Measurement and payment for work performed and materials furnished related to the construction of flexible base over a geogrid (StrataBase SB11 or approved equal) of the specified thickness, as provided herein, shall be made on the basis of the price bid per square yard (SY) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 5-33 Description of Pay Items SECTION 6 TECHNICAL SPECIFICATIONS T H E - C I T Y - O F This page intentionally left blank. CITY OF COPPELL PROJECT SIGN I NOTES. 1) LETTERING SHOULD BE BOLD, TYPE 2) SI Ni PANEL WILL BE 3/4" EXTERIOR PLYWOOD PAINTED AS SHOWN ON DETAIL 3) FRAME WLL BE 2"X4"' STOCK— REINFORCED; BEHIND SIGN PANEL AT APPROX. 2' CENTERS 4) ALI PAINT TO BE "OUTDOOR TYPE" 5)1 COPPELL LOGO TO BE PROVIDED BY THE CITY EXAMPLE: mon 0 ATRA CT0 R (000) 000-0000 Nonct OR No "sli) ]OMPLETION DATE MZ 20XK Item 247 Flexible Base DESCRIPTION Construct a foundation course composed of flexible base. 2. MATERIALS 247 Texas Deparfarenf o/ 7ransportation Furnish uncontaminated materials of uniform quality that meet the requirements of the plans and specifications. Notify the Engineer of the proposed material sources and of changes to material sources. The Engineer may sample and test project materials at any time before compaction throughout the duration of the project to assure specification compliance. Use Tex -100-E material definitions. 2.1. Aggregate. Furnish aggregate of the type and grade shown on the plans and meeting the requirements of Table 1. Each source must meet Table 1 requirements for liquid limit, plasticity index, and wet ball mill for the grade specified. Do not use additives, such as but not limited to lime, cement, or fly ash to modify aggregates to meet the requirements of Table 1 unless shown on the plans. Table 1 Material Requirements Prope" Test Method Grade 1-2 Grade 3 Grade 42 Grade 5 Sampling Tex -400-A Master gradation sieve size cumulative % retained Tex -110-E 2-1/2" 0 0 As shown on the plans 0 1-3/4" 0-10 0-10 0-5 7/8" 10-35 - 10-35 3/8" 30-65 - 35-65 #4 45-75 45-75 45-75 #40 65-90 50-85 70-90 Liquid Limit, % Max Tex -104-E 40 40 As shown on 35 the plans Plasticity Index, Max' 10 12 As shown on 10 Tex -106-E the plans As shown on As shown on the As shown on As shown on Plasticity index, Min' the plans plans the plans the plans Wet ball mill, % Max 40 - As shown on 40 Tex -116-E the plans Wet ball mill, % Max increase 20 As shown on 20 assin the #40 sieve the plans Min compressive strength, psi Tex -117-E As shown on the plans lateral pressure 0 psi 35 - - lateral pressure 3 psi - - 90 lateral pressure 15 psi 175 - 175 1. Determine plastic index in accordance with Tex -107-E (linear shrinkage) when liquid limit is unattainable as defined in Tex -104-E. 2. Grade 4 may be further designated as Grade 4A, Grade 4B, etc. 2.1.1. Material Tolerances. The Engineer may accept material if no more than 1 of the 5 most recent gradation tests has an individual sieve outside the specified limits of the gradation. When target grading is required by the plans, no single failing test may exceed the master grading by more than 5 percentage points on sieves No. 4 and larger or 3 percentage points on sieves smaller than No. 4. 126 247 The Engineer may accept material if no more than 1 of the 5 most recent plasticity index tests is outside the specified limit. No single failing test may exceed the allowable limit by more than 2 points. 2.1.2. Material Types. Do not use fillers or binders unless approved. Furnish the type specified on the plans in accordance with the following: 2.1.2.1. Type A. Crushed stone produced and graded from oversize quarried aggregate that originates from a single, naturally occurring source. Do not use gravel or multiple sources. 2.1.2.2. Type B. Crushed or uncrushed gravel. Blending of 2 or more sources is allowed. 2.1.2.3. Type C. Crushed gravel with a minimum of 60% of the particles retained on a No. 4 sieve with 2 or more crushed faces as determined by Tex -460-A, Part I. Blending of 2 or more sources is allowed. 2.1.2.4. Type D. Type A material or crushed concrete. Crushed concrete containing gravel will be considered Type D material. Crushed concrete must meet the requirements in Section 247.2.1.3.2., "Recycled Material (Including Crushed Concrete) Requirements," and be managed in a way to provide for uniform quality. The Engineer may require separate dedicated stockpiles in order to verify compliance. 2.1.2.5. Type E. Caliche, iron ore or as otherwise shown on the plans. 2.1.3. Recycled Material. Reclaimed asphalt pavement (RAP) and other recycled materials may be used when shown on the plans. Request approval to blend 2 or more sources of recycled materials. 2.1.3.1. Limits on Percentage. Do not exceed 20% RAP by weight, when RAP is allowed, unless otherwise shown on the plans. The percentage limitations for other recycled materials will be as shown on the plans. 2.1.3.2. Recycled Material (Including Crushed Concrete) Requirements. 2.1.3.2.1. Contractor -Furnished Recycled Materials. Provide recycled materials, other than RAP, that have a maximum sulfate content of 3,000 ppm when tested in accordance with Tex -145-E. When the Contractor furnishes the recycled materials, including crushed concrete, the final product will be subject to the requirements of Table 1 for the grade specified. Certify compliance with DMS -11000, "Evaluating and Using Nonhazardous Recyclable Materials Guidelines," for Contractor furnished recycled materials. In addition, recycled materials must be free from reinforcing steel and other objectionable material and have at most 1.5% deleterious material when tested in accordance with Tex -413-A. For RAP, do not exceed a maximum percent loss from decantation of 5.0% when tested in accordance with Tex -406-A. Test RAP without removing the asphalt. 2.1.3.2.2. Department -Furnished Required Recycled Materials. When the Department furnishes and requires the use of recycled materials, unless otherwise shown on the plans: ■ Department -required recycled material will not be subject to the requirements in Table 1, ■ Contractor -furnished materials are subject to the requirements in Table 1 and this Item, ■ the final product, blended, will be subject to the requirements in Table 1, and ■ for final product, unblended (100% Department -furnished required recycled material), the liquid limit, plasticity index, wet ball mill, and compressive strength is waived. Crush Department -furnished RAP so that 100% passes the 2 in. sieve. The Contractor is responsible for uniformly blending to meet the percentage required. 2.1.3.2.3. Department -Furnished and Allowed Recycled Materials. When the Department furnishes and allows the use of recycled materials or allows the Contractor to furnish recycled materials, the final blended product is subject to the requirements of Table 1 and the plans. 127 247 2.1.3.3. Recycled Material Sources. Department -owned recycled material is available to the Contractor only when shown on the plans. Return unused Department -owned recycled materials to the Department stockpile location designated by the Engineer unless otherwise shown on the plans. The use of Contractor -owned recycled materials is allowed when shown on the plans. Contractor -owned surplus recycled materials remain the property of the Contractor. Remove Contractor -owned recycled materials from the project and dispose of them in accordance with federal, state, and local regulations before project acceptance. Do not intermingle Contractor -owned recycled material with Department -owned recycled material unless approved. 2.2. Water. Furnish water free of industrial wastes and other objectionable matter. 2.3. Material Sources. Expose the vertical faces of all strata of material proposed for use when non-commercial sources are used. Secure and process the material by successive vertical cuts extending through all exposed strata, when directed. 3. EQUIPMENT Provide machinery, tools, and equipment necessary for proper execution of the work. 3.1. Provide rollers in accordance with Item 210, "Rolling." Provide proof rollers in accordance with Item 216, "Proof Rolling," when required. 3.2. When ride quality measurement is required, provide a high speed or lightweight inertial profiler certified at the Texas A&M Transportation Institute. Provide equipment certification documentation. Display a current decal on the equipment indicating the certification expiration date. 4. CONSTRUCTION Construct each layer uniformly, free of loose or segregated areas, and with the required density and moisture content. Provide a smooth surface that conforms to the typical sections, lines, and grades shown on the plans or as directed. Stockpile base material temporarily at an approved location before delivery to the roadway. Build stockpiles in layers no greater than 2 ft. thick. Stockpiles must have a total height between 10 and 16 ft. unless otherwise approved. After construction and acceptance of the stockpile, loading from the stockpile for delivery is allowed. Load by making successive vertical cuts through the entire depth of the stockpile. Do not add or remove material from temporary stockpiles that require sampling and testing before delivery unless otherwise approved. Charges for additional sampling and testing required as a result of adding or removing material will be deducted from the Contractor's estimates. Haul approved flexible base in clean trucks. Deliver the required quantity to each 100 -ft. station or designated stockpile site as shown on the plans. Prepare stockpile sites as directed. When delivery is to the 100 -ft. station, manipulate in accordance with the applicable Items. 4.1. Preparation of Subgrade or Existing Base. Remove or scarify existing asphalt concrete pavement in accordance with Item 105, "Removing Treated and Untreated Base and Asphalt Pavement," when shown on the plans or as directed. Shape the subgrade or existing base to conform to the typical sections shown on the plans or as directed. When new base is required to be mixed with existing base, deliver, place, and spread the new flexible base in the required amount per station. Manipulate and thoroughly mix the new base with existing material to provide a uniform mixture to the specified depth before shaping. 128 247 Proof roll the roadbed in accordance with Item 216, "Proof Rolling," before pulverizing or scarifying when shown on the plans or directed. Correct soft spots as directed. 4.2. Placing. Spread and shape flexible base into a uniform layer with an approved spreader the same day as delivered unless otherwise approved. Construct layers to the thickness shown on the plans. Maintain the shape of the course. Control dust by sprinkling, as directed. Correct or replace segregated areas as directed, at no additional expense to the Department. Place successive base courses and finish courses using the same construction methods required for the first course. 4.3. Compaction. Compact using density control unless otherwise shown on the plans. Multiple lifts are permitted when shown on the plans or approved. Bring each layer to the moisture content directed. When necessary, sprinkle the material in accordance with Item 204, "Sprinkling." Begin rolling longitudinally at the sides and proceed towards the center, overlapping on successive trips by at least 1/2 the width of the roller unit. Begin rolling at the low side and progress toward the high side on superelevated curves. Offset alternate trips of the roller. Operate rollers at a speed between 2 and 6 mph as directed. Rework, recompact, and refinish material that fails to meet or that loses required moisture, density, stability, or finish requirements before the next course is placed or the project is accepted. Continue work until specification requirements are met. Perform the work at no additional expense to the Department. Before final acceptance, the Engineer will select the locations of tests and measure the flexible base depth in accordance with Tex -140-E. Correct areas deficient by more than 1/2 in. in thickness by scarifying, adding material as required, reshaping, recompacting, and refinishing at the Contractor's expense. 4.3.1. Ordinary Compaction. Roll with approved compaction equipment as directed. Correct irregularities, depressions, and weak spots immediately by scarifying the areas affected, adding or removing approved material as required, reshaping, and recompacting. 4.3.2. Density Control. Compact to at least 100% of the maximum dry density determined by Tex -113-E, unless otherwise shown on the plans. Maintain moisture during compaction within ±2 percentage points of the optimum moisture content as determined by Tex -113-E. Measure the moisture content of the material in accordance with Tex -1 15-E or Tex -103-E during compaction daily and report the results the same day to the Engineer, unless otherwise shown on the plans or directed. Do not achieve density by drying the material after compaction. The Engineer will determine roadway density and moisture content of completed sections in accordance with Tex -115-E. The Engineer may accept the section if no more than 1 of the 5 most recent density tests is below the specified density and the failing test is no more than 3 pcf below the specified density. 4.4. Finishing. After completing compaction, clip, skin, or tight -blade the surface with a maintainer or subgrade trimmer to a depth of approximately 1/4 in. Remove loosened material and dispose of it at an approved location. Seal the clipped surface immediately by rolling with a pneumatic tire roller until a smooth surface is attained. Add small increments of water as needed during rolling. Shape and maintain the course and surface in conformity with the typical sections, lines, and grades as shown on the plans or as directed. Correct grade deviations greater than 1/4 in. in 16 feet measured longitudinally or greater than 1/4 in. over the entire width of the cross-section in areas where surfacing is to be placed. Correct by loosening and adding, or removing material. Reshape and re -compact in accordance with Section 247.4.3., "Compaction." 4.5. Curing. Cure the finished section until the moisture content is at least 2 percentage points below optimum or as directed before applying the next successive course or prime coat. 129 247 4.6. Ride Quality. This section applies to the final travel lanes that receive a 1 or 2 course surface treatment for the final surface, unless otherwise shown on the plans. Measure ride quality of the base course after placement of the prime coat and before placement of the surface treatment, unless otherwise approved. Use a certified profiler operator from the Department's MPL. When requested, furnish the Engineer documentation for the person certified to operate the profiler. 5. 5.1. 5.2. 5.3. 5.4. Provide all profile measurements to the Engineer in electronic data files within 3 days after placement of the prime coat using the format specified in Tex -1001-S. The Engineer will use Department software to evaluate longitudinal profiles to determine areas requiring corrective action. Correct 0.1-mi.sections having an average international roughness index (IRI) value greater than 100.0 in. per mile to an IRI value of 100.0 in. per mile or less for each wheel path, unless otherwise shown on the plans. Re -profile and correct sections that fail to maintain ride quality until placement of the next course, as directed. Correct re -profiled sections until specification requirements are met, as approved. Perform this work at no additional expense to the Department. MEASUREMENT Flexible base will be measured as follows: ■ Flexible Base (Complete In Place). The ton, square yard, or any cubic yard method. ■ Flexible Base (Roadway Delivery). The ton or any cubic yard method. ■ Flexible Base (Stockpile Delivery). The ton, cubic yard in vehicle, or cubic yard in stockpile. Measurement by the cubic yard in final position and square yard is a plans quantity measurement. The quantity to be paid for is the quantity shown in the proposal unless modified by Article 9.2., "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. Measurement is further defined for payment as follows. Cubic Yard in Vehicle. By the cubic yard in vehicles of uniform capacity at the point of delivery. Cubic Yard in Stockpile. By the cubic yard in the final stockpile position by the method of average end areas. Cubic Yard in Final Position. By the cubic yard in the completed and accepted final position. The volume of base course is computed in place by the method of average end areas between the original subgrade or existing base surfaces and the lines, grades, and slopes of the accepted base course as shown on the plans. Square Yard. By the square yard of surface area in the completed and accepted final position. The surface area of the base course is based on the width of flexible base as shown on the plans. 5.5. Ton. By the ton of dry weight in vehicles as delivered. The dry weight is determined by deducting the weight of the moisture in the material at the time of weighing from the gross weight of the material. The Engineer will determine the moisture content in the material in accordance with Tex- 103-E from samples taken at the time of weighing. When material is measured in trucks, the weight of the material will be determined on certified scales, or the Contractor must provide a set of standard platform truck scales at a location approved by the Engineer. Scales must conform to the requirements of Item 520, "Weighing and Measuring Equipment." 6. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for the types of work shown below. No additional payment 130 247 will be made for thickness or width exceeding that shown on the typical section or provided on the plans for cubic yard in the final position or square yard measurement. Sprinkling and rolling, except proof rolling, will not be paid for directly but will be subsidiary to this Item unless otherwise shown on the plans. When proof rolling is shown on the plans or directed, it will be paid for in accordance with Item 216, "Proof Rolling." Where subgrade is constructed under this Contract, correction of soft spots in the subgrade will be at the Contractor's expense. Where subgrade is not constructed under this Contract, correction of soft spots in the subgrade will be paid in accordance with pertinent Items or Article 4.4., "Changes in the Work." 6.1. Flexible Base (Complete In Place). Payment will be made for the type and grade specified. For cubic yard measurement, "In Vehicle," "In Stockpile," or "In Final Position" will be specified. For square yard measurement, a depth will be specified. This price is full compensation for furnishing materials, temporary stockpiling, assistance provided in stockpile sampling and operations to level stockpiles for measurement, loading, hauling, delivery of materials, spreading, bading, mixing, shaping, placing, compacting, reworking, finishing, correcting locations where thickness is deficient, curing, furnishing scales and labor for weighing and measuring, and equipment, labor, tools, and incidentals. 6.2. Flexible Base (Roadway Delivery). Payment will be made for the type and grade specified. For cubic yard measurement, "In Vehicle," "In Stockpile," or "In Final Position" will be specified. The unit price bid will not include processing at the roadway. This price is full compensation for furnishing materials, temporary stockpiling, assistance provided in stockpile sampling and operations to level stockpiles for measurement, loading, hauling, delivery of materials, furnishing scales and labor for weighing and measuring, and equipment, labor, tools, and incidentals. 6.3. Flexible Base (Stockpile Delivery). Payment will be made for the type and grade specified. For cubic yard measurement, "In Vehicle" or "In Stockpile" will be specified. The unit price bid will not include processing at the roadway. This price is full compensation for furnishing and disposing of materials, preparing the stockpile area, temporary or permanent stockpiling, assistance provided in stockpile sampling and operations to level stockpiles for measurement, loading, hauling, delivery of materials to the stockpile, furnishing scales and labor for weighing and measuring, and equipment, labor, tools, and incidentals. 131 Item 416 Drilled Shaft Foundations 1. DESCRIPTION Construct foundations consisting of reinforced or non -reinforced concrete drilled shafts. 2. MATERIALS Use materials that meet the requirements of the following Items ■ Item 421, "Hydraulic Cement Concrete," ■ Item 440, "Reinforcement for Concrete," and ■ Item 448, "Structural Field Welding." 416 Texas Deparfarenf o/ 7ransportation Use concrete for drilled shafts that meets the requirements of Table 1 unless otherwise shown on the plans. Table 1 Concrete for Drilled Shafts Drilled Shaft Type Concrete Non -reinforced Class A Reinforced Class C Slurry and underwater concrete placement Class SS Use coarse aggregate Grade 4, 5, or 6 for drilled shaft concrete in reinforced drilled shafts. Grade 2 or 3 may be used if the shaft is dry and reinforcing steel has a 5 in. minimum clear spacing. Use a water -reducing, retarding admixture in accordance with DMS -4640, "Chemical Admixtures for Concrete," in all concrete when using casing that will be pulled or when placing shafts underwater or under slurry. Use concrete with slump that meets the requirements of Table 2 as determined by Tex -415-A. Table 2 SIumD Reauirements Placement Minimum Acceptable Recommended Design Maximum Acceptable Type Placement Slump, and Placement Slump, Placement Slump, in. in. in. Dry 5-1/2 6-1/2 7-1/2 Underwater and 7 8 9 under slurry Perform a slump loss test in accordance with Tex -430-A before beginning work when casing is to be pulled or concrete is to be placed underwater or under slurry. Provide concrete that will maintain a slump of at least 4 in. throughout the entire anticipated time of concrete placement. Time of concrete placement is described in Section 416.3.6., "Concrete," and Section 416.3.7., "Additional Requirements for Slurry Displacement or Underwater Concrete Placement Methods." Note the temperature of the concrete mix at the beginning of the slump loss test. Place the concrete if its temperature at the time of placement into the drilled shaft is no more than 10°F higher than the slump loss test temperature. Use ice or other concrete cooling ingredients to lower concrete temperature, or run additional slump loss tests at the higher temperatures. Slump loss testing will be waived if anticipated time of concrete placement is less than 90 minutes. Use mineral drilling slurry that meets the requirements of Table 3, as determined by Tex -130-E. Determine pH of slurry by Tex -128-E or pH paper strips. 440 416 Table 3 Mineral Slurry Requirements Before Introduction Sampled from the Bottom of the into the Excavation Excavation before Concreting Specific Sand p H Specific Viscosity Sand Gravity Content Gravity (sec.) Content :51.10 :_ 1% 8-11 :51.15 :_ 45 :_ 4% Use mineral slurry consisting of processed bentonite or attapulgite clays mixed with clean fresh water. Do not use partially hydrolyzed polyacrylamide (PHPA) polymeric slurry or any blended mineral -polymer slurry. If approved, water may be used as the drilling fluid. In this case, all of the provisions of Table 3 must be met except that the maximum specific gravity is not to exceed 1.12. Sample slurry from the bottom of the hole, before placing concrete, and test it in accordance with Tex -130-E. Use a pump or air lift to remove slurry that does not meet the requirements of Table 3 while adding fresh clean slurry to the top of the hole to maintain the slurry level. Continue this operation until the slurry sampled from the bottom of the hole meets the requirements. 3. CONSTRUCTION Submit Drilled Shaft installation plan for review no later than one month before drilled shaft construction. Include the following in the plan: ■ Name and experience record of the drilled shaft superintendent who will be in charge of drilled shaft operations for this project. ■ List of proposed equipment to be used, including cranes, drills, augers, bailing buckets, final cleaning equipment, desanding equipment, slurry pumps, core sampling equipment, tremies or concrete pumps, casing, etc. ■ Details of overall construction operation sequence and the sequence of shaft construction in bents or groups. ■ Details of shaft excavation methods. ■ When the use of slurry is anticipated, details of the slurry mix design and its suitability for the subsurface conditions at the construction site, mixing and storage methods, maintenance methods and disposal procedures. ■ Details of methods to clean the shaft excavation. ■ Details of reinforcement placement, including support and centralization methods. ■ Details of concrete placement, including proposed operational procedures for free fall, tremie or pumping methods. ■ Details of casing installation and removal methods. The installation plan will be reviewed for conformance with the plans, specifications and special provisions. The Contractor will be notified within 14 days of receipt of the installation plan of any additional information required and/or changes necessary to meet the contract requirements. All procedural approvals given will be subject to trial in the field and will not relieve the Contractor of the responsibility to satisfactorily complete the work as detailed in the plans and specifications. Place the shaft to within the following tolerances: ■ Vertical plumbness-1 in. per 10 feet of depth. ■ Center of shaft located under column -1 in. of horizontal plan position. ■ Center of shaft located under footing -3 in. of horizontal plan position. Complete the embankment at bridge ends before installing drilled shafts that pass through the fill. Refer to Item 423, "Retaining Walls," for provisions for drilled shafts passing through the structural volume of retaining walls. 441 416 3.1. Excavation. The plans indicate the expected depths and elevations for encountering satisfactory bearing material. Excavate as required for the shafts through all materials encountered to the dimensions and elevations shown on the plans or required by the site conditions. Removal of man-made obstructions not shown on the plans will be paid for in accordance with Article 9.7., "Payment for Extra Work and Force Account Method." Adjust the bottom of the shaft or alter the foundation if satisfactory founding material is not encountered at plan elevation, as approved to satisfactorily comply with design requirements. Blasting is not allowed for excavations. Stop drilling if caving conditions are encountered, and adopt a construction method that stabilizes the shaft walls. Do not excavate a shaft within 2 shaft diameters (clear) of an open shaft excavation, or one in which concrete has been placed in the preceding 24 hr. Dispose of material excavated from shafts and not incorporated into the finished project in accordance with the plans and with federal, state, and local laws. Provide suitable access, lighting, and equipment for proper inspection of the completed excavation and checking the dimensions and alignment of shafts excavation. 3.2. Core Holes. Take cores to determine the character of the supporting materials if directed. Use a method that will result in recovery of an intact sample adequate for judging the character of the founding material. Such cores should be at least 5 ft. deeper than the proposed founding grade or a depth equal to the diameter of the shaft, whichever is greater. Take these cores when the excavation is complete. 3.3. Casing. Use casing when necessary to prevent caving of the material, to exclude ground water, when slurry is used for hole stabilization, or when required as part of the Contractor's Safety Plan. Provide casing with an outside diameter not less than the specified diameter of the shaft. The portion of shaft below the casing may be as much as 2 in. smaller than the specified shaft diameter. No extra compensation will be made for concrete required to fill an oversized casing or oversized excavation. Use casing strong enough to withstand handling stresses and pressures of concrete and of the surrounding earth or water, and that is watertight, smooth, clean, and free of accumulations of hardened concrete. Use construction methods that result in a minimal amount of disturbed soil being trapped outside the casing. This does not apply to temporary undersized casings used to protect workers inside shafts or to drilled shafts designed for point bearing only. Leave casing in place only if authorized or shown on the plans. Extract casing only after placing the concrete to an appropriate level. Maintain sufficient concrete in the casing at all times to counteract soil and water pressure. Rotate or move the casing up or down a few inches if necessary before and during concrete placement to facilitate extraction of the casing. 3.4. Requirements for Slurry Displacement Method. When soil conditions warrant, use the slurry displacement method to construct drilled shafts unless otherwise shown on the plans. Use this method to support the sides of the excavation with processed mineral slurry that is then displaced by concrete to form a continuous concrete shaft. Install surface casing to a minimum of 10 ft. below existing ground before introducing slurry. Do not use casing other than surface casing. Do not use surface casing longer than 20 ft. without approval. Do not extract the surface casing until after placing the concrete. Pre -mix slurry in a reservoir with enough capacity to fill the excavation and for recovery of the slurry during concrete placement. Do not mix slurry in the shaft excavation or other hole. Allow adequate time for hydration of the slurry before introduction into the excavation. Maintain a head of slurry in the shaft excavation at or near ground level or higher, as necessary, to counteract ground water pressure during and after drilling. 442 416 Use an air lift or proper size cleanout bucket, just before placing reinforcing steel, to remove any material that may have fallen from the sides of the excavation or accumulated on the bottom after the completion of drilling. Use a cleanout bucket if material is too large to be picked up with an air lift. Re -process the hole with the auger as directed if concrete placement is not started within 4 hr. of the completion of the shaft excavation. Then clean the bottom with an air lift or cleanout bucket, and check the slurry at the bottom of the hole for compliance with the slurry requirements of Article 416.2., "Materials." Agitate the congealed slurry to liquefaction if the slurry forms a gel before concrete placement, and whenever directed. Recover and dispose of all slurry as approved, and in accordance with all federal, state, and local laws. Do not discharge slurry into or in close proximity to streams or other bodies of water. 3.5. Reinforcing Steel. Completely assemble the cage of reinforcing steel, and place it as a unit immediately before concrete placement. The cage consists of longitudinal bars and lateral reinforcement (spiral reinforcement, lateral ties, or horizontal bands). Connect individual segments with couplers or by lapping steel as approved if overhead obstacles prevent placement of the cage as a single unit. Extend the reinforcing steel cage as follows if the shaft is lengthened beyond plan length unless directed otherwise. ■ Extend the cage to the bottom for shafts supporting structures other than bridges. ■ Extend the cage to 25 ft. or to the bottom, whichever is shorter, for bridge shafts with plan lengths less than 25 ft. ■ Do not extend the cage for bridge shafts with plan lengths at least 25 ft. that are lengthened less than 33% of plan length. ■ Extend the cage as directed for bridge shafts with plan lengths at least 25 ft. that are lengthened more than 33% of plan length. If the cage does not reach the bottom of the shaft, it may be suspended, or a portion of the longitudinal steel may be extended to support the cage on the bottom of the shaft. Bars used to extend or support the cage may be lap spliced or welded by a qualified welder. Place the extension at the bottom of the shaft. Tie spiral reinforcement to the longitudinal bars at a spacing no more than 24 in., or as required for a stable cage. Ensure lateral reinforcement is not welded to longitudinal bars unless otherwise shown on the plans. Center the reinforcing steel cage in the excavation using approved `roller" type centering devices unless otherwise approved. Use concrete or plastic chairs to keep the reinforcing cage off of the bottom of the hole. Use centering devices starting at 1.5 ft. off from the bottom of the cage and spaced vertically at intervals not exceeding 10 ft. Use a minimum of 3 centering devices per level at a spacing not to exceed 30 in. Flat or crescent-shaped centralizers ("sleds") are not allowed. Support or hold down the cage to control vertical displacement during concrete placement or extraction of the casing. Use support that is concentric with the cage to prevent racking and distortion of the steel. Check the elevation of the top of the steel cage before and after concrete placement or after casing extraction when casing is used. Downward movement of the steel up to 6 in. per 20 feet of shaft length and upward movement of the steel up to 6 in. total are acceptable. Maintain the minimum length of steel required for lap with column steel. Use dowel bars if the proper lap length is provided both into the shaft and into the column. Locate and tie all dowel bars into the cage before placing concrete or insert dowel bars into fresh, workable concrete. Locate and tie anchor bolts when required before placement of concrete. Use templates or other devices to assure accurate placement of anchor bolts. 443 416 3.6. Concrete. Perform all work in accordance with Item 420, "Concrete Substructures." Provide concrete with maximum placement temperatures as specified in Table 4. Provide thermal analysis to show and temperature recording devices to verify maximum core temperature requirements are met as specified in Section 420.4.7.14., "Mass Placements," as directed. Table 4 Maximum Concrete Placing Temperature Form portions of drilled shaft that project above natural ground. Remove loose material and accumulated seep water from the bottom of the excavation before placing concrete. Place concrete using underwater placement methods if water cannot be removed. Place concrete as soon as possible after all excavation is complete and reinforcing steel is placed. Provide workable concrete that does not require vibrating or rodding. Vibrate formed portions of drilled shafts. Place concrete continuously for the entire length of the shaft. Limit free fall of concrete to 25 ft. for dry shafts of 24 in. or smaller diameter. Use a suitable tube or tremie to prevent segregation of materials. Use a tube or tremie in sections to provide proper discharge and permit raising as the placement progresses. For dry shafts over 24 in. diameter, concrete can be allowed to free fall an unlimited distance if it does not strike the reinforcing cage or sides of the hole during placement. Provide a hopper with a minimum 3-ft.long drop -tube at the top of the shaft to direct concrete vertically down the center of the shaft when free fall is used. Do not use a shovel or other means to simply deflect the concrete discharge from the truck. Maintain a sufficient head of concrete for cased shafts at all times above the bottom of the casing to overcome hydrostatic pressure. Extract casing at a slow, uniform rate with the pull in line with the axis of the shaft. Monitor the concrete level in the casing during extraction. Stop the extraction and add concrete to the casing as required to ensure a completely full hole upon casing removal. The elapsed time from the mixing of the first concrete placed into the cased portion of the shaft until the completion of extraction of the casing must not exceed the time for which the concrete maintains a slump of over 4 in. in accordance with Article 416.2., "Materials." Modify the concrete mix, the construction procedures, or both for subsequent shafts if the elapsed time is exceeded. Cure the top surface and treat any construction joint area in accordance with Item 420, "Concrete Substructures." 3.7. Additional Requirements for Slurry Displacement or Underwater Concrete Placement Methods. Place concrete on the same day the shaft is excavated and as soon as possible after all excavation is complete and reinforcing steel is placed. Use an air lift or cleanout bucket of the proper size to clean the bottom of the excavation before placing the reinforcing steel cage and concrete. Place concrete through a closed tremie or pump it to the bottom of the excavation. The minimum tremie diameter will be at least 6 times the maximum size of aggregate used in the concrete mix but not less than 10 in. Initially seal the tremie or pump line to positively separate the concrete from the slurry or water. Place concrete continuously from the beginning of placement until the shaft is completed. Keep the tremie full of concrete and well submerged in the previously placed concrete at all times if using a tremie. Raise the tremie as necessary to maintain the free flow of concrete and the stability of any casing used. Keep the discharge tube submerged in the previously placed concrete at all times if using a pump. Place additional concrete to ensure the removal of any contaminated concrete at the top of the shaft. Allow the top portion of concrete to flush completely from the hole at the completion of the pour until there is no evidence of slurry or water contamination. Do not attempt to remove this concrete with shovels, pumps, or other means. Level the top of shaft with hand tools as necessary. Use a sump or other approved method to channel displaced fluid and concrete away from the shaft excavation. Recover slurry and dispose of it as approved. Do not discharge displaced fluids into or near 444 Shaft Mix Design Mix Design Size Options 1-5 Options 6-8 Diameter < 5 ft. 95°F 95°F 5 ft.<_ Diameter <_ 7 ft. 95°F 85°F 7 ft. < Diameter 85°F 75°F Form portions of drilled shaft that project above natural ground. Remove loose material and accumulated seep water from the bottom of the excavation before placing concrete. Place concrete using underwater placement methods if water cannot be removed. Place concrete as soon as possible after all excavation is complete and reinforcing steel is placed. Provide workable concrete that does not require vibrating or rodding. Vibrate formed portions of drilled shafts. Place concrete continuously for the entire length of the shaft. Limit free fall of concrete to 25 ft. for dry shafts of 24 in. or smaller diameter. Use a suitable tube or tremie to prevent segregation of materials. Use a tube or tremie in sections to provide proper discharge and permit raising as the placement progresses. For dry shafts over 24 in. diameter, concrete can be allowed to free fall an unlimited distance if it does not strike the reinforcing cage or sides of the hole during placement. Provide a hopper with a minimum 3-ft.long drop -tube at the top of the shaft to direct concrete vertically down the center of the shaft when free fall is used. Do not use a shovel or other means to simply deflect the concrete discharge from the truck. Maintain a sufficient head of concrete for cased shafts at all times above the bottom of the casing to overcome hydrostatic pressure. Extract casing at a slow, uniform rate with the pull in line with the axis of the shaft. Monitor the concrete level in the casing during extraction. Stop the extraction and add concrete to the casing as required to ensure a completely full hole upon casing removal. The elapsed time from the mixing of the first concrete placed into the cased portion of the shaft until the completion of extraction of the casing must not exceed the time for which the concrete maintains a slump of over 4 in. in accordance with Article 416.2., "Materials." Modify the concrete mix, the construction procedures, or both for subsequent shafts if the elapsed time is exceeded. Cure the top surface and treat any construction joint area in accordance with Item 420, "Concrete Substructures." 3.7. Additional Requirements for Slurry Displacement or Underwater Concrete Placement Methods. Place concrete on the same day the shaft is excavated and as soon as possible after all excavation is complete and reinforcing steel is placed. Use an air lift or cleanout bucket of the proper size to clean the bottom of the excavation before placing the reinforcing steel cage and concrete. Place concrete through a closed tremie or pump it to the bottom of the excavation. The minimum tremie diameter will be at least 6 times the maximum size of aggregate used in the concrete mix but not less than 10 in. Initially seal the tremie or pump line to positively separate the concrete from the slurry or water. Place concrete continuously from the beginning of placement until the shaft is completed. Keep the tremie full of concrete and well submerged in the previously placed concrete at all times if using a tremie. Raise the tremie as necessary to maintain the free flow of concrete and the stability of any casing used. Keep the discharge tube submerged in the previously placed concrete at all times if using a pump. Place additional concrete to ensure the removal of any contaminated concrete at the top of the shaft. Allow the top portion of concrete to flush completely from the hole at the completion of the pour until there is no evidence of slurry or water contamination. Do not attempt to remove this concrete with shovels, pumps, or other means. Level the top of shaft with hand tools as necessary. Use a sump or other approved method to channel displaced fluid and concrete away from the shaft excavation. Recover slurry and dispose of it as approved. Do not discharge displaced fluids into or near 444 416 streams or other bodies of water. Provide a collar or other means of capturing slurry and the top portion of concrete flushed from the shaft for pours over water. Remove the tube, reseal it at the bottom, penetrate with the tube into the concrete already placed by at least 5 ft., and recharge it before continuing if concrete placement is interrupted due to withdrawal of the submerged end of the tremie or pump discharge tube before completion. If this condition exists, notify the Engineer and note the elevation and circumstances related to the loss of seal on the drilled shaft log. The elapsed time from the mixing of the first concrete placed until the completion of concrete placement, including extraction of the casing, must not exceed the time for which the concrete maintains a slump of over 4 in. in accordance with Article 416.2., "Materials." Modify the concrete mix, the construction procedures, or both for subsequent shafts if the elapsed time is exceeded. 3.8. Test Load. Load test shafts, if required, in accordance with Item 405, "Foundation Load Test." 3.9. Trial Shaft. When required on the plans, construct trial shafts to the depth and diameter specified on the plans. Trial shafts include: drilling the hole, placement of the rebar cage (unless otherwise stated), and placement of the concrete. When trial shafts are required, delay start of production shafts until successful completion of trial shafts. 4. MEASUREMENT 4.1. Drilled Shaft. Drilled shaft foundations will be measured by the foot to the bottom of the shaft. 4.1.1. Interior Bents and Piers. Shafts will be measured from a point approximately 6 in. below the finished earthwork elevation at the center of each shaft, unless specific elevations or dimensions are indicated on the plans or unless otherwise directed to meet unusual conditions. The bent height shown on the plans is for estimating purposes only and does not control the top -of -shaft measurement. 4.1.2. Abutment Bents and Retaining Walls. Shafts will be measured from the bottom of footing or cap elevation. 4.1.3. Other Non -Bridge Structures. Shafts, including trial shafts, will be measured from the top of the shaft. 4.2. Core Hole. Core holes will be measured by each core hole drilled. 5. PAYMENT The unit prices bid for the various classifications of drilled shafts will be full compensation for excavation; furnishing, placing, and removing casing; furnishing, processing, and recovering slurry; furnishing, and placing reinforcing steel; pumping; furnishing and placing concrete, including additional concrete required to fill an oversize casing or oversize excavation; conducting slump loss tests; backfilling; disposing of cuttings and slurry; and materials, tools, equipment, labor, and incidentals. When the bottom of a drilled shaft is placed at an elevation below plan grade, no direct payment will be made for extra reinforcement placed to support the cage. The extra reinforcement will be considered subsidiary to the price bid per foot of shaft. No extra payment will be made for casings left in place. No payment will be made for "Drilled Shaft" until the concrete has been placed. 5.1. Drilled Shaft. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement' will be paid for at the unit price bid for "Drilled Shaft," "Drilled Shaft (Non -reinforced)," "Drilled Shaft (Sign Mounts)," "Drilled Shaft (High Mast Pole)," "Drilled Shaft (Roadway Illumination Pole)," or "Drilled Shaft (Traffic Signal Pole)" of the specified diameter, subject to the limitations for overruns authorized by the Engineer given in Section 416.5.1.1., "Overrun." 445 416 5.1.1. Overrun. Payment for individual completed shaft lengths up to and including 5 ft. in excess of the maximum plan length shaft, as defined in Section 416.5.1.2., "Maximum Plan Length Shaft," will be made at the unit price bid per foot of the specified diameter. Payment for the portion of individual completed shaft length in excess of 5 ft. and up to and including 15 ft. more than the maximum plan length shaft, as defined in this Item, will be made at a unit price equal to 115% of the unit price bid per foot of the specified diameter. Payment for the portion of individual completed shaft length in excess of 15 ft. more than the maximum plan length shaft, as defined in Section 416.5.1.2., "Maximum Plan Length Shaft," will be made at a unit price equal to 125% of the unit price bid per foot of the specified diameter. 5.1.2. Maximum Plan Length Shaft. Payment described above is subject to the following provisions for extra depth drilling: ■ For bridge structures, the maximum plan length shaft is the maximum length shaft, regardless of diameter, for any drilled shaft on that specific bridge. ■ For retaining walls, the maximum plan length shaft is the maximum length shaft, regardless of diameter, for any drilled shaft on that specific retaining wall. ■ For overhead sign structures, the maximum plan length shaft is the maximum length shaft, regardless of diameter, for any overhead sign structures included in the Contract. ■ For high mast illumination poles, the maximum plan length shaft is the maximum length shaft, regardless of diameter, for any high mast illumination pole included in the Contract. ■ For roadway illumination poles, the maximum plan length shaft is the maximum length shaft, regardless of diameter, for any roadway illumination pole included in the Contract. ■ For traffic signal poles, the maximum plan length shaft is the maximum length shaft, regardless of diameter, for any traffic signal pole included in the Contract. 5.2. Core Hole. Core holes will be paid at $200 each. 446 Item 423 Retaining Walls 1. DESCRIPTION Furnish, construct, and install retaining walls. 2. MATERIALS 2.1. General. Furnish materials in accordance with the following: ■ Item 420, "Concrete Substructures," ■ Item 421, "Hydraulic Cement Concrete," ■ Item 440, "Reinforcement for Concrete," ■ Item 445, "Galvanizing," ■ Item 458, "Waterproofing Membranes for Structures," and ■ Item 556, "Pipe Underdrains." 423 Texas Deparfarenf o/ 7ransportation Use concrete for retaining walls that conforms to the requirements of Table 1 unless otherwise shown on the plans. Table 1 Concrete for Retaining Walls Application Concrete Cast -in-place, non -reinforced Class A Cast -in-place, reinforced Class C Precast Class H, f� = 4,000 psi Furnish concrete for machine -made concrete block units in accordance with ASTM C90, Class 1, Type II, except the minimum 28 -day compressive strength must be 4,000 psi with maximum moisture absorption of 7%. Provide Type 1 filter fabric in accordance with DMS -6200, "Filter Fabric." Provide filter fabric rated as UV - resistant when used as part of the exposed facing for a temporary wall. Joint fillers, pads, waterstops, and other incidental materials must be as shown on the plans or approved by the Engineer. Epoxy coat all steel used in concrete panels and coping including connectors, dowels, stirrups, and reinforcing steel when the plans call for epoxy coating of steel earth reinforcements. 2.2. Definitions. This Item uses the following terms: ■ Permanent Wall. A retaining wall with a design service life of 75 years. All walls are presumed to be permanent walls unless otherwise specified on the plans. ■ Temporary Wall. A retaining wall so designated by description, with a design service life of 3 years. ■ Mechanically Stabilized Earth (MSE) Wall. A wall consisting of a volume of select backfill with tensile earth reinforcement elements distributed throughout. Permanent MSE walls use a precast concrete panel as a facing element. Temporary MSE walls use welded wire fabric with filter fabric backing as a facing element. ■ Concrete Block Wall. A retaining wall that uses machine -made, precast concrete block units as facing elements. The walls may use a volume of select fill with tensile earth reinforcements distributed throughout, or may use only the facing unit and unit fill weight for support. 495 423 2.3. Fabrication. 2.3.1. Cast -in -Place. Meet Item 420, "Concrete Substructures." 2.3.2. Formed Precast. Meet Item 424, "Precast Concrete Structural Members (Fabrication)." 2.3.3. Machine -Made Precast. Furnish machine -made concrete block units in accordance with ASTM C90, sampled and tested in accordance with ASTM C140. Furnish units with molded dimensions within 1/8 in. of specified dimensions, except height must be within 1/16 in. 2.4. Backfill. 2.4.1. Non -Select. Furnish non -select backfill for walls other than temporary and permanent MSE and concrete block walls as indicated on the plans. Non -select fill will meet Item 132, "Embankment," of the type specified on the plans. Provide material with a maximum plasticity index of 30 if no type is specified as determined by Tex -106-E. 2.4.2. Select. Select backfill is required in specific areas of permanent and temporary MSE and concrete block -type retaining walls. Provide select backfill that is free from organic or otherwise deleterious materials and that conforms to the gradation limits shown in Table 2 as determined by Tex -401-A. Provide backfill that does not contain shale, caliche, or other soft, poor -durability coarse aggregate particles. Reclaimed Asphalt Pavement (RAP) is not allowed. Crushed Concrete or manufactured sand is allowed for temporary walls with a service life of 3 years or less. Test each source of backfill for durability/soundness using Tex -411-A, 5 -cycle magnesium sulfate soundness. Backfill material with a maximum 5 -cycle soundness loss exceeding 25% will be rejected. Alternately, Tex -461-A, Micro -Deva) abrasion may be used if the corresponding results show loss is not greater than 20%, otherwise Tex -411-A governs aggregate verification. Type AS, BS, and DS particles larger than 1/4 in. must be angular or completely crushed. Provide mechanically crushed gravel or stone backfill. Gravel from each aggregate source will have a minimum of 95% two or more mechanically induced crushed faces, as Tex -460-A, Part I determines. Rounded rock or rounded gravel is not allowed. Natural sand meeting the requirements of this Section is permitted for use. Table 2 Select Backfill Gradation Limits Type Sieve Size Percent Retained AS 3" 0 1/2" 50-100 #4 See Note #40 85-100 #200 95-100 BS 3" 0 #4 See Note #40 40-100 #200 85-100 CS 3" 0 #4 See Note #200 75-100 DS 3" 0 3/8" 85-100 #200 95-100 Note—Use No. 4 sieve for determination of rock backfill as described in this main paragraph, "Backfill." When the backfill gradation results in 85% or more material retained on the No. 4 sieve, the backfill will be considered rock backfill. All Type DS backfill is considered rock backfill. 496 423 In addition to the requirements for Type CS select fill, the fraction finer than the No. 200 sieve must have a Plasticity Index (PI) in accordance with Tex -1 06-E not greater than 6. Furnish Type BS backfill for permanent walls; Type CS backfill for temporary walls; and Type DS backfill for areas of walls subject to inundation unless otherwise shown on the plans, or below the 100 -year flood elevation as noted on the plans. Furnish backfill meeting the requirements of this Section but with a maximum particle size of 3/4 in. when nonmetallic or epoxy coated earth reinforcements are used. 2.4.3. Drainage Aggregate. Use drainage aggregate to fill the void within concrete block units and in the zone 1 ft. behind the units. Provide drainage aggregate that is free from organic or otherwise deleterious materials and that conforms to the gradation limits in Table 3 as Tex -1 10-E determines. Table 3 Drainage Aggregate Gradation Limits Sieve Size Percent Retained 1" 0 3/4" 25-50 1/2" 50-100 #4 75-100 2.4.4. Cement -Stabilized Backfill. Use cement -stabilized backfill when required or as approved. Stabilize Type CS backfill with 5% hydraulic cement by dry weight of the backfill material. Use a stationary plant to thoroughly mix the backfill material, cement, and water. Place and compact the backfill within 2 hours of mixing. Provide special drainage provisions when cement -stabilized backfill is used, as shown on the plans. 2.4.5. Electrochemical. Provide backfill meeting the following additional requirements for permanent retaining wall systems using galvanized metallic earth reinforcements: ■ The pH is between 5.5 and 10.0 as Tex -128-E determines. ■ Resistivity is more than 3,000 ohm -cm as Tex -129-E determines. ■ Material with resistivity between 1,500 and 3,000 ohm -cm may be used if the chloride content is less than 100 ppm and the sulfate content is less than 200 ppm as Tex -620-J determines. Perform electrochemical testing on the raw, unstabilized backfill material when cement -stabilized backfill is used. 2.5. Earth Reinforcements. Furnish earth reinforcements that meet the design requirements. Galvanize or epoxy coat all steel elements for permanent walls in contact with soil. Epoxy coat in accordance with Item 440, "Reinforcement for Concrete," except provide a minimum 18 -mil coating thickness. Epoxy coat the reinforcing only when shown on the plans or as approved. Use connection hardware that is likewise nonmetallic or epoxy coated when using nonmetallic or epoxy coated earth reinforcements. 3. CONSTRUCTION 3.1. General. Construct retaining walls in accordance with details shown on the plans, on the approved working drawings, and to the pertinent requirements of the following Items: ■ Item 110, "Excavation" ■ Item 132, "Embankment' ■ Item 400, "Excavation and Backfill for Structures" ■ Item 420, "Concrete Substructures" ■ Item 458, "Waterproofing Membranes for Structures" ■ Item 556, "Pipe Underdrains" Construct required piling or drilled shafts in accordance with the pertinent specification. 497 423 3.2. Options. When optional design details are shown on the plans, the Contractor is required to use the same facing design within an area of continuous retaining walls. Provide drawings for review indicating the proposed design arrangement when proposing the use of 2 or more systems. 3.3. Working Drawings. When proprietary wall systems are used for permanent or temporary walls, submit casting drawings, construction drawings, and design calculations bearing the seal of a licensed professional engineer for review and approval following the Department's Guide to Electronic Shop Drawing Submittal process. Upon completion of construction, submit a set of reproducible as -built drawings. 3.3.1. Casting Drawings. Include all information necessary for casting wall elements, including railing and coping when prefabricated. Show shape and dimensions of panels; size, quantity, and details of the reinforcing steel; quantity, type, size, and details of connection and lifting hardware; and additional necessary details. 3.3.2. Construction Drawings. Include a numbered panel layout showing horizontal and vertical alignment of the walls as well as the existing and proposed groundlines. Include all information needed to erect the walls, including the proposed leveling pad elevations; the type and details of the soil reinforcing system (if applicable); the details and manufacturer of all pads, fillers, and filter fabric; the limits and dimensions of structural backfill; details necessary to incorporate coping, railing, inlets, drainage, and electrical conduit; and additional necessary details. Leveling pad elevations may vary from the elevations shown on the plans. Provide at least 1 ft. of cover from the top of the leveling pad to finish grade unless a different minimum cover or a specified minimum leveling pad elevation is shown. 3.3.3. Design Calculations. Include calculations covering the range of heights and loading conditions on the project. Calculations for both internal and external stability as described on the plans will be required. Include a summary of all design parameters used; material types, strength values, and assumed allowables; loads and loading combinations; and factor -of -safety parameters. 3.4. Permanent MSE Walls. Grade the foundation for the structure level to a width equal or exceeding the length of the reinforcing system. Perform proof rolling on retaining wall foundation area to identify any loose, soft, or unsuitable materials in accordance with Item 216, "Proof Rolling." Material not meeting a maximum rut depth of 1 in. per pass of pneumatic tire roller should continue to be rolled or removed and replaced with suitable material. Pneumatic tire rolling will be waived for portions of wall with a reinforcement length of 8'; for these conditions proof rolling will be required with a smooth -wheeled vibratory roller or other approved roller. Place drilled shafts and piling located within the MSE volume before construction of the wall. Place any required pipe underdrain before construction of the wall. Complete MSE wall construction before construction of abutment caps and abutment wing walls. Completion of walls and abutment should be in conjunction with project phasing or to allow for completion of walls that meets the proper placement and compaction at abutments. Place the concrete leveling pad as shown on the construction drawings. Provide a wood float finish, and wait a minimum of 24 hr. before beginning panel erection. No curing or strength testing of the leveling pad concrete is required. Shim the first row of panels as necessary to achieve correct alignment. Use plastic shims or other material that will not deteriorate. Remove and replace the leveling pad or provide a grout level -up as directed if the required shim height exceeds 1 in. Place filter fabric behind the wall along the joint between the leveling pad and the panels. Grout areas where filter fabric spans more than 6 in. at leveling pad steps. 498 423 Place and compact fill material over the leveling pad to an elevation even with or above the surrounding ground after backfilling the first row of panels. Do not allow water to accumulate and stand at the base of the wall. Place filter fabric behind all wall joints and at the intersection of retaining walls with other structures, including riprap. Cover joints at least 6 in. on each side and use adhesive to hold the filter fabric in place. Exercise care while lifting, setting, and aligning panels to prevent damage to the panels. Discontinue any operation that results in chipping, spalling, or cracking of panels. Remove and replace damaged panels, or repair as approved by the Engineer. Provide external bracing for the initial row of panels. Use wooden wedges, clamps, or other means necessary to maintain position and stability of panels during placement and compaction of backfill. Remove wooden wedges as soon as the panel or coping above the wedged element is erected and backfilled. Remove all wedges after completing the wall. Review plumbness and position of each row of panels before placing the subsequent row. Remove and rebuild any portion of the wall that is out of tolerance. Modify panel batter and bracing, and backfill material, placement, and compaction methods as required to maintain wall tolerances. Construct walls to a local vertical and horizontal alignment tolerance of 3/4 in. when measured along a 10 -ft. straightedge relative to vertical and horizontal wall control line. Construct walls to an overall vertical tolerance (plumbness from top to bottom) of 1/2 in. per 10 ft. of wall height. Construct walls so the maximum offset at any panel joint is between 3/8 in. and 3/4 in. and no joint is open to the extent the filter fabric is visible from the front of the wall. Place backfill to closely follow the erection of each row of panels. Place the select and embankment backfill to the same elevation where possible, and operate the compaction equipment over the interface. Do not create a continuous, distinct, vertical joint between the select and embankment backfill. Complete the embankment after construction of the retaining wall. Maintain the stability of the interface area between the existing ground and the select fill when building a wall against existing ground. Remove and recompact any material that loosens, caves, or fails. Compact backfill to provide at least 95% of density determined in accordance with Tex -114-E. Field density determination will be made in accordance with Tex -115-E. Sprinkle backfill as required to ensure adequate uniformly distributed moisture in each lift before and during compaction. Place fill in lifts of 8 in. or less (loose measurement). Place fill in a manner that avoids segregation of the fill. Decrease the lift thickness if necessary to obtain the required compaction. Use hand - operated or walk -behind compaction equipment in the 3 ft. wide strip adjacent to the wall panels. Do not displace panels or distort or damage the reinforcement system during compaction. Modify backfill material, placement, and compaction methods as necessary to meet density requirements while maintaining wall tolerances. Place rock backfill or material the Engineer determines too coarse for density testing in accordance with Section 132.3.4.1., "Ordinary Compaction." Place and compact the backfill to the reinforcement level, at each earth reinforcement level, before placing the reinforcement. Place earth reinforcements perpendicular to the face of the wall. Remove slack in connections before placing backfill. Pre -tension each layer of reinforcement to remove slack before placing backfill for systems using nonmetallic earth reinforcements. Use devices capable of mechanically applying and holding the required force. Do not operate tracked equipment directly on any reinforcement. Cover the rock backfill with filter fabric before placing the 2 ft. of backfill immediately below the pavement structure or top of wall when rock backfill is used. Overlap the fabric at least 18 in. at splices, and extend it past the edge of the rock backfill at least 18 in. Use backfill that contains sufficient fines to fill the voids in a 499 423 compacted state above the filter fabric. Place a horizontal layer of filter fabric as noted above when transitioning from rock backfill to finer grained backfill anywhere within the wall volume. Prevent surface water or rainwater from damaging the retaining walls during construction. Shape the backfill to prevent water from ponding or flowing on the backfill or against the wall face. Remove and replace any portion of the retaining wall damaged or moved out of tolerance by erosion, sloughing, or saturation of the retaining wall or embankment backfill. 3.5. Temporary MSE Walls. Provide a facing system rigid enough to maintain a smooth and straight wall face both during and after construction. Grade and compact the foundation for the structure as described in Section 423.3.4., "Permanent MSE Walls." Place earth reinforcement and facing system in accordance with the approved working drawings. Backfill the 2 -ft. zone immediately behind the facing with clean, coarse rock meeting the requirements of Coarse Aggregate Grade 1, 2, or 3 of Item 421, "Hydraulic Cement Concrete," or of Type DS backfill as described in Section 423.2.4.2., "Select." Cement -stabilized backfill as described in Section 423.2.4.4., "Cement - Stabilized Backfill," may be used in place of the coarse rock. Place and compact backfill in accordance with Section 423.3.4., "Permanent MSE Walls." Construct walls to a vertical and horizontal alignment tolerance of 3 in. when measured along a 10 -ft. straightedge. Construct walls to an overall vertical tolerance (plumbness from top to bottom) of 2 in. per 10 ft. of wall height. Place adjacent facing elements so the maximum out -of -plane offset at any facing element joint is less than 1 in. Place facing elements and filter fabric with no gaps in the facing or fabric. Prevent surface water or rainwater from damaging the retaining walls during and after construction. Place temporary berms or curbs, shape the backfill, or use other approved methods to prevent water from flowing against or over the wall face. Remove and replace any portion of the wall damaged or moved out of tolerance by erosion, sloughing, or saturation of the retaining wall or embankment backfill. 3.6. Concrete Block Retaining Walls. The concrete block units may be sampled and tested by the Engineer before shipment or upon delivery to the construction site. Display for approval, samples of block units indicating the color, texture, and finish. Store, transport, and handle all block units carefully to prevent cracking or damage. Grade and compact the foundation for the structure, and place the leveling pad as described in Section 423.3.4., "Permanent MSE Walls." Place the concrete block facing units in accordance with the approved working drawings. Fill the voids within the units and fill the 1 -ft. zone immediately behind the facing with drainage aggregate as described in Section 423.2.4.3., "Drainage Aggregate." Systems tested without unit fill may omit the fill as indicated on the approved drawings. Systems with approved filter fabric details may omit the drainage aggregate in the 1 -ft. zone immediately behind the facing. Place reinforcements and backfill for walls using earth reinforcements in accordance with the requirements of Section 423.3.4., "Permanent MSE Walls." Pay particular attention to the connection details of the earth reinforcements to the concrete block units. Construct walls to a vertical and horizontal alignment tolerance of 1-1/2 in. when measured along a 10 -ft. straightedge. Construct walls to an overall vertical tolerance (deviation from the vertical or battered control line, top to bottom) of 1 in. per 10 feet of wall height. Place adjacent facing elements so the maximum out -of - plane offset at any facing element joint is less than 1 in. Place facing elements with maximum 1/4 -in. gaps between block units. 500 423 Prevent surface water or rainwater from damaging the retaining walls during construction. Shape the backfill to prevent water from ponding or flowing on the backfill or against the wall face. Remove and replace all portions of the retaining wall damaged or moved out of tolerance by erosion, sloughing, or saturation of the retaining wall or embankment backfill. 4. MEASUREMENT This Item will be measured by the square foot of the front surface area of the wall. Unless otherwise shown on the plans, the area will be measured from 1 ft. below finished grade of the ground line on the face of the exterior wall to the top of the wall including any coping required (not including railing). This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal unless modified by Article 9.2., "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Retaining Walls" of the type or special surface finish specified. This price is full compensation for excavation in back of retaining walls and for footings; furnishing and placing footings, leveling pads, copings, and traffic railing foundations; furnishing, placing, and compacting backfill (except in embankment areas), including cement for stabilization; proof rolling; furnishing and placing concrete, reinforcing steel, waterproofing material, filter material and drain pipe, joint material, water stop, and filter fabric when required; fabricating, curing, and finishing all panels; furnishing and placing earth reinforcement, anchorage systems, and fasteners; wall erection; and equipment, labor, tools, and incidentals. Retaining wall backfill areas that are also in embankment areas will be considered part of the quantities measured and paid for under Item 132, "Embankment." When drilled shafts are required, they will be measured and paid for as specified in Item 416, "Drilled Shaft Foundations." When piling is required, it will be measured and paid for as specified on the plans for piling of the appropriate type. 501 Item 474 Linear Drains DESCRIPTION 474 Texas Deparfarenf o/ 7ransportation Furnish and install linear drains of the sizes and descriptions shown on the plans as cast -in-place trench drain, precast trench drain, or slotted drain. 2. MATERIALS Provide materials conforming to the pertinent requirements of the following Items: 2.1. Cast -in -Place Trench Drain. Provide a trench with a slope as shown on the plans. Furnish forms capable of maintaining proper alignment during the concrete placement. Ensure connections to structures do not restrict the hydraulic flow of the trench drain. Use Class C Concrete conforming to Item 421, "Hydraulic Cement Concrete." Provide grates and frames conforming to the requirements of DMS -4370.6 (B), "Grates and Frames." Removable grates with minimum width of 12 in. and length of 36 in. are permissible. Grates with lessor dimensions will not be removable. Provide shop drawings sealed by a licensed professional engineer stating the trench drain system meets loading requirements. Submit documents showing design loadings if using a proprietary system. Furnish documentation in accordance with Section 471.2.3., "Documentation." 2.2. Precast Trench Drains. Furnish precast trench drains for the Department from pre -approved manufacturers in accordance with DMS -4370, "Precast Trench Drain." The Department's MPL is a list of approved manufacturers and their products. Unapproved precast trench drains will not be accepted. Furnish materials conforming to the following where required. ■ Item 420, "Concrete Substructures" ■ Item 421, "Hydraulic Cement Concrete" (Use Class C concrete unless otherwise shown on the plans.), and ■ Item 440, "Reinforcement for Concrete." 2.3. Slotted Drains. Fabricate and furnish materials in accordance with Item 460, "Corrugated Metal Pipe." Furnish galvanized steel or aluminized steel (AASHTO M 36, Type 2) pipe with a minimum thickness of 16 gauge. Slotted drains consist of a drain guide assembly attached to a longitudinal opening in a corrugated metal pipe. Unless otherwise specified on the plans, fabricate slotted drains with bearing bars and crossbar spacers meeting the requirements of ASTM A 36, welded to the longitudinal opening in the corrugated metal pipe. Galvanize the drain guide assembly after fabrication in accordance with Item 445, "Galvanizing." Clean and repair welded areas and heat -affected zones in accordance with Section 445.3.5, "Repairs." 2.4. Slotted Drain Outfalls. Slotted drain outfalls consist of the corrugated metal pipe that connects the slotted drain to the main drainage line. 2.5. Backfill. Provide cement -stabilized backfill in accordance with Item 400, "Excavation and Backfill for Structures," or high -slump, low -strength concrete with a minimum of 180 Ib. of cement per cubic yard. 672 474 3. CONSTRUCTION OF CAST IN PLACE TRENCH DRAINS Perform excavation in accordance with Item 400, "Excavation and Backfill for Structures." Construct trench with a slope as shown on the plans. Submit shop drawings that provide enough detail to ensure seamless installation of the trench drain adjacent to the proposed or existing pavement structure. If using a proprietary system, provide shop drawings that contain the manufacturer's installation guidelines and any sequential order of construction. Construct the trench drain with a maximum allowable tolerance of ±1/16 in. for dimensional accuracy and rail co -planarity. Provide a smooth finish on the surface of the trench that will convey runoff. Make connections to new or existing structures as shown on the plans or as directed. Remove trench drain forms and dispose of properly. Install grates with retaining pins on each of the 4 corners. Remove all construction debris from the trench drain. 4. CONSTRUCTION OF PRECAST TRENCH DRAINS Place precast trench drains in concrete pavement or encased in a concrete grade beam and subgrade designed to support H-20 wheel loading. Perform excavation in accordance with Item 400, "Excavation and Backfill for Structures." Construct trench with a slope as shown on the plans. Use interconnecting end profiles on adjoining channels to maintain channel alignment within ±1/16 in. Use non -sloping sections where shown on the plans or as directed. Assemble and install precast trench drains in accordance with approved shop drawings and manufacturer's recommendations at the locations directed on the plans. Provide shop drawings containing the manufacturer's installation guidelines. Encase precast trench drains, not cast in concrete pavement, in concrete grade beams, as shown on the plans and suitable to support the trench drain and retain the trench grate from pull out. Ensure the grade and alignment of the installed grates matches the grade and alignment of the surrounding pavement. Do not provide removable trench drain grates at any location where wheeled vehicles may drive over them including roadway lanes, shoulders, and driveways. Remove all construction debris from the trench drain. 5. CONSTRUCTION OF SLOTTED DRAINS Install slotted drains and slotted drain outfalls in accordance with details on the plans and the requirements of Item 460, "Corrugated Metal Pipe." Excavate and backfill in accordance with Item 400, "Excavation and Backfill for Structures." Backfill trenches as shown on the plans or as directed. Furnish slotted drains in 20 -ft. lengths, minimizing the number of joints required. 6. MEASUREMENT This Item will be measured by the foot, between the ends of the linear drain along the pavement surface as installed, complete and in place. Where inlets are included in lines of linear drain, that length of drain tying into the structure wall will be included for measurements, but no other portion of the structure length or width will be included. 7. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Cast -in -Place Trench Drain," "Precast Trench Drain 673 474 (in Concrete Pavement)," "Precast Trench Drain (without Concrete Pavement)," or "Slotted Drain" of the size specified. This price will be full compensation for structure excavation, installing the trench drain, concrete, reinforcing steel, reinforcement anchors, other connecting devices, furnishing all materials (including forms, rails, anchorages, support bars, and grates), tools, labor, equipment, and incidentals. 674 512 Item 512 Portable Traffic Barrier T�xas Department of 7iansportation 1. DESCRIPTION Furnish, install, move, and remove portable traffic barrier. 2. MATERIALS 2.1. Furnished by the Contractor. 2.1.1. Concrete. Furnish barrier of the class of concrete shown and using materials that meet the pertinent requirements of the following Items: ■ Item 420, "Concrete Substructures" ■ Item 421, "Hydraulic Cement Concrete" ■ Item 424, "Precast Concrete Structural Members (Fabrication)" ■ Item 440, "Reinforcement for Concrete" ■ Item 442, "Metal for Structures" 2.1.2. Steel. Barrier sections will be furnished when shown on the plans. Barrier sections must meet the crash testing requirements of NCHRP 350 or MASH TL -3 or TL -4 specifications as per test matrix for Longitudinal Barriers. 2.1.3. Concrete and Steel. When barrier is to be furnished and retained by the Contractor, products from nonapproved sources or previously used products may be provided if the Contractor submits written certification that the barrier sections and materials substantially conform to the requirements of this Item. The Engineer may approve the use of the product if: ■ the barrier sections substantially meet typical cross-section dimension requirements, ■ there is no evidence of structural damage such as major spalls or cracks, ■ the general condition of both the barrier sections and their connectors is acceptable, ■ the barrier is new, and ■ the barrier is being reused. 2.2. Furnished by the Department. Department -furnished barrier sections will be at a stockpile location or an existing traffic barrier installation shown on the plans. 3. CONSTRUCTION Notify the Engineer of the location of the casting site and the date on which the work will begin. Multi -project fabrication plants as defined in Item 424, "Precast Concrete Structural Members (Fabrication)," that produce concrete traffic barrier, except temporary barrier furnished and retained by the Contractor, must be qualified in accordance with DMS -7350, "Qualification Procedure for Multi -Project Fabrication Plants of Precast Concrete Traffic Barrier." See the Department's MPL for approved fabricators. Construct barrier in accordance with Item 420, "Concrete Substructures," to the dimensions and cross-sections shown on the plans. Provide forms and cure concrete in accordance with Item 424, "Precast Concrete Structural Members (Fabrication)." Provide a rough texture to the bottom surface of Single Slope or F -Shape barriers and to the top of Low Profile barriers similar to a wood float finish. 722 512 Remove formwork after the concrete has reached sufficient strength to prevent physical damage to the member. Move barrier sections to a storage area and place them on blocking to prevent damage when they have attained sufficient strength to permit handling without causing visible damage. Produce precast barrier to the tolerances given in Table 1 unless otherwise shown on the plans. Table 1 Precast Barrier Tolerances Dimension Tolerance Length ±1 in. Insert Placement ±1/2 in. Horizontal Alignment ±1/8 in. per 10 feet of length Deviation of Ends: Horizontal Skew ±1/4 in. Vertical Batter ±1/8 in. per foot of depth Install the barrier sections in accordance with the details shown on the plans or as directed. After use, stockpile barrier sections and connection hardware that are to be retained by the Department at the location shown on the plans or as otherwise directed. Obtain assembly and installation information for the portable steel traffic barrier from the manufacturer, and provide the Engineer with an installation and repair manual specific to the portable steel traffic barrier. Repair or replace all traffic barrier or connecting hardware damaged by the Contractor's operations at the Contractor's expense. Repair or replace any pavement damaged in the process of installing, moving, or removing barrier sections at the Contractor's expense. 4. MEASUREMENT This Item will be measured by the foot based on the nominal lengths of the barrier sections. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price as follows: ■ For concrete barrier only, bid for "Portable Traffic Barrier" of the work category (Furnish and Install, Designated Source, Move, Stockpile, or Remove), shape (e.g., Single Slope, F -Shape, or Low Profile) and Type (1, 2, 3, etc.) of barrier sections specified. This price includes equipment, labor, tools, and incidentals. ■ For concrete and steel barrier, bid for "Portable Traffic Barrier" of the work category (Furnish and Install, Designated Source, Move, Stockpile, or Remove), shape (e.g., Single Slope, F -Shape, or Low Profile) and Type (1, 2, 3, etc.) of barrier sections specified or "Steel". This price includes equipment, labor, tools, and incidentals. 5.1. Furnish and Install. This price is full compensation for furnishing and installing barrier sections and connection hardware. 5.2. Designated Source. This price is full compensation for delivering and installing Department -furnished barrier sections and connection hardware from a designated source. 5.3. Move. This price is full compensation for moving barrier section installations on the project from one location to another (including disassembly and reassembly costs), moving barrier sections from an installation on the project to a temporary storage area (including disassembly costs), and moving barrier sections from a temporary storage area to an installation site on the project (including assembly costs). 723 512 5.4. Stockpile. This price is full compensation for removing barrier sections and connection hardware from the project and delivering to the Department stockpile area shown on the plans or as directed. 5.5. Remove. This price is full compensation for removing barrier and connection hardware from the project and retained by the Contractor. 724 Item 531 Sidewalks 531 Texas Deparfarenf o/ 7ransportation DESCRIPTION Construct hydraulic cement concrete sidewalks. 2. MATERIALS Furnish materials conforming to the following: ■ Item 360, "Concrete Pavement' ■ Item 420, "Concrete Substructures" ■ Item 421, "Hydraulic Cement Concrete" ■ Item 440, "Reinforcement for Concrete" Use Class A concrete unless otherwise shown on the plans. Use Grade 8 course aggregate for extruded Class A concrete. Use other grades if approved. 3. CONSTRUCTION Shape and compact subgrade, foundation, or pavement surface to the line, grade, and cross-section shown on the plans. Lightly sprinkle subgrade or foundation material immediately before concrete placement. Hand - tamp and sprinkle foundation when placement is directly on subgrade or foundation materials. Remove and dispose of existing concrete in accordance with Item 104, "Removing Concrete." Provide a clean surface for concrete placement directly on the surface material or pavement. Mix and place concrete in accordance with the pertinent Items. Hand -finishing is allowed for any method of construction. Finish exposed surfaces to a uniform transverse broom finish surface. Curb ramps must include a detectable warning surface and conform to details shown on the plans. Install joints as shown on the plans. Ensure that abrupt changes in sidewalk elevation do not exceed 1/4 in., sidewalk cross slope does not exceed 2%, curb ramp grade does not exceed 8.3%, and flares adjacent to the ramp do not exceed 10% slope. Ensure that the sidewalk depth and reinforcement are not less than the driveway cross-sectional details shown on the plans where a sidewalk crosses a concrete driveway. Provide finished work with a well -compacted mass, a surface free from voids and honeycomb, and the required true -to -line shape and grade. Cure for at least 72 hr. in accordance with Item 420, "Concrete Substructures." 3.1. Conventionally Formed Concrete. Provide pre -molded or board expansion joints of the thickness shown on the plans for sidewalk section lengths greater than 8 ft. but less than 40 ft., unless otherwise directed. Terminate workday production at an expansion joint. 3.2. Extruded or Slipformed Concrete. Provide any additional surface finishing immediately after extrusion or slipforming as required on the plans. Construct joints at locations as shown on the plans or as directed. 4. MEASUREMENT Sidewalks will be measured by the square yard of surface area. Curb ramps will be measured by the square yard of surface area or by each. A curb ramp consists of the ramp, landing, adjacent flares or side curb, and detectable warning surface as shown on the plans. 737 531 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Concrete Sidewalks" of the depth specified and "Curb Ramps" of the type specified. This price is full compensation for surface preparation of sidewalk foundation; materials; removal and disposal of existing concrete; excavation, hauling and disposal of excavated material; drilling and doweling into existing concrete curb, sidewalk, and pavement; repair of adjacent street or pavement structure damaged by these operations; and equipment, labor, materials, tools, and incidentals. Sidewalks that cross and connect to concrete driveways or turnouts will be measured and paid for in accordance with Item 530, "Intersections, Driveways, and Turnouts." 738 618 Item 618 Conduit T�xas Department of Transportation 1. DESCRIPTION Furnish and install conduit. 2. MATERIALS Provide new materials that comply with the details shown on the plans, the requirements of this Item, and the pertinent requirements of the following Items: ■ Item 400, "Excavation and Backfill for Structures" ■ Item 476, "Jacking, Boring, or Tunneling Pipe or Box" When specified on the plans, provide: ■ rigid metal conduit (RMC); ■ intermediate metal conduit (IMC); ■ electrical metallic tubing (EMT); ■ polyvinyl chloride (PVC) conduit; ■ high density polyethylene (HDPE) conduit; ■ liquidtight flexible metal conduit (LFMC); or ■ liquidtight flexible nonmetallic conduit (LFNC). Furnish conduit from new materials in accordance with DMS -11030, "Conduit." Provide prequalified conduit from the Department's MPL. When required by the Engineer, notify the Department in writing of selected materials from the MPL intended for use on each project. Provide other types of conduit not on the MPL that comply with the details shown on the plans and the NEC. Fabricate fittings such as junction boxes and expansion joints from a material similar to the connecting conduit, unless otherwise shown on the plans. Use watertight fittings. Do not use set screw and pressure -cast fittings. Steel compression fittings are permissible. When using HDPE conduit, provide fittings that are UL -listed as electrical conduit connectors or thermally fused using an electrically heated wound wire resistance welding method. Use red 3 -in. 4 -mil polyethylene underground warning tape that continuously states "Caution Buried Electrical Line Below." 3. CONSTRUCTION Perform work in accordance with the details shown on the plans and the requirements of this Item. Use established industry and utility safety practices when installing conduit located near underground utilities. Consult with the appropriate utility company before beginning work. Install conduit a minimum of 18 in. deep below finished grade unless otherwise shown on the plans. Meet the requirements of the NEC when installing conduit. Secure and support conduit placed for concrete encasement in such a manner that the alignment will not be disturbed during placement of the concrete. Cap ends of conduit and close box openings before concrete is placed. 783 618 Ream conduit to remove burrs and sharp edges. Use a standard conduit cutting die with a 3/4 -in. taper per foot when conduit is threaded in the field. Fasten conduit placed on structures with conduit straps or hangers as shown on the plans or as directed. Fasten conduit within 3 ft. of each box or fitting and at other locations shown on the plans or as directed. Use metal conduit clamps that are galvanized malleable or stainless steel unless otherwise shown on the plans. Use 2 -hole type clamps for 2 -in. diameter or larger conduit. Fit PVC and HDPE conduit terminations with bushings or bell ends. Fit metal conduit terminations with a grounding type bushing, except conduit used for duct cable casing that does not terminate in a ground box and is not exposed at any point. Conduit terminating in threaded bossed fittings does not need a bushing. Before installation of conductors or final acceptance, pull a properly sized mandrel or piston through the conduit to ensure that it is free from obstruction. Cap or plug empty conduit placed for future use. Perform trench excavation and backfilling as shown on the plans or as directed, and in accordance with Item 400, "Excavation and Backfill for Structures." Excavation and backfilling will be subsidiary to the installation of the conduit. Jack and bore as shown on the plans or as directed, and in accordance with Item 476, "Jacking, Boring, or Tunneling Pipe or Box." Place warning tape approximately 10 in. above trenched conduit. Where existing surfacing is removed for placing conduit, repair by backfilling with material equal in composition and density to the surrounding areas and by replacing any removed surfacing, such as asphalt pavement or concrete riprap, with like material to equivalent condition. Mark conduit locations as directed. 4. MEASUREMENT This Item will be measured by the foot of conduit. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 9.2., "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Conduit' of the type and size specified and the installation method specified as applicable. This price is full compensation for furnishing and installing conduit; hanging, strapping, jacking, boring, tunneling, trenching, and furnishing and placing backfill; encasing in steel or concrete; replacing pavement structure, sod, riprap, curbs, or other surface; marking location of conduit (when required); furnishing and installing fittings, junction boxes, and expansion joints; and materials, equipment, labor, tools, and incidentals. Flexible conduit will not be paid for directly but will be subsidiary to pertinent Items. Unless otherwise shown on the plans, no payment will be allowed under this Item for conduit used on electrical services or in foundations. 784 Item 620 Electrical Conductors 1. DESCRIPTION 2. 620 Texas Deparfarenf o/ 7ransportation Furnish and install electrical conductors, except conductors specifically covered by other Items. MATERIALS Provide new materials that comply with the details shown on the plans and the requirements of this Item. Use stranded insulated conductors that are rated for 600 volts; approved for wet locations; and marked in accordance with UL, NEC, and CSA requirements. Furnish electrical conductors in accordance with DMS -11040, "Electrical Conductors." Provide prequalified electrical conductors from the Department's MPL. When required by the Engineer, notify the Department in writing of selected materials from the MPL intended for use on each project. Ensure all grounding conductors size 8 AWG and larger are stranded, except for the grounding electrode conductor at the electrical service, which will be a solid conductor. Use white insulation for grounded (neutral) conductors, except grounded conductors size 4 AWG and larger may be black with white tape marking at every accessible location. Do not use white insulation or marking for any other conductor except control wiring specifically shown on the plans. Ensure insulated grounding conductors are green except insulated grounding conductors size 4 AWG and larger may be black with green tape marking at every accessible location. Do not use green insulation or marking for any other conductor except control wiring specifically shown on the plans. 3. CONSTRUCTION Perform work in accordance with the details shown on the plans and the requirements of this Item. Splice conductors only in junction boxes, ground boxes, and transformer bases, and in poles and structures at the handholes. Splice as shown on the plans. Do not exceed the manufacturer's recommended pulling tension. Use lubricant as recommended by the manufacturer. Install conductors in accordance with the NEC. Make insulation resistance tests on the conductors before making final connections, and ensure each continuous run of insulated conductor has a minimum DC resistance of 5 megohms when tested at 1,000 volts DC. The Engineer may require verification testing of all or part of the conductor system. The Engineer will witness these verification tests. Replace conductors exhibiting an insulation resistance of less than 5 megohms at no additional cost to the Department. 4. MEASUREMENT This Item will be measured by the foot of each single conductor. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 9.2., "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. 785 620 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Electrical Conductors" of the types and sizes specified. This price is full compensation for furnishing, installing, and testing electrical conductors; furnishing and installing breakaway connectors; and for materials, equipment, labor, tools, and incidentals, except: ■ conductors used in connecting the components of electrical services will be paid for under Item 628, "Electrical Services"; ■ conductors inside roadway illumination assemblies will be paid for under Item 610, "Roadway Illumination Assemblies"; ■ conductors inside of traffic signal pole assemblies will be paid for under this Item; and ■ conductors used for internal wiring of equipment will not be paid for directly but will be subsidiary to pertinent Items. /:. Item 624 Ground Boxes 1. DESCRIPTION ■ Installation. Construct, furnish, and install ground boxes complete with lids. ■ Removal. Remove existing ground boxes. 2. MATERIALS 624 Texas Deparfarenf o/ 7ransportation Provide new materials that comply with the details shown on the plans, the requirements of this Item, and the pertinent requirements of the following items: ■ Item 420, "Concrete Substructures" ■ Item 421, "Hydraulic Cement Concrete" ■ Item 432, "Riprap" ■ Item 440, "Reinforcement for Concrete" ■ Item 618, "Conduit" ■ Item 620, "Electrical Conductors" Provide fabricated precast polymer concrete ground boxes in accordance with DMS -11070, "Ground Boxes." Provide prequalified ground boxes from the Department's MPL. When required by the Engineer, notify the Department in writing of selected materials from the MPL intended for use on each project. Provide other precast or cast -in-place ground boxes that comply with the details shown on the plans. 3. CONSTRUCTION Perform work in accordance with the details shown on the plans and the requirements of this Item. Use established industry and utility safety practices when installing or removing ground boxes located near underground utilities. Consult with the appropriate utility company before beginning work. 3.1. Installation. Fabricate and install ground boxes in accordance with the details, dimensions, and requirements shown on the plans. Install ground box to approved line and grade. Construct precast and cast -in-place concrete ground boxes in accordance with Item 420, "Concrete Substructures," and Item 440, "Reinforcement for Concrete." Construct concrete aprons as shown on the plans and in accordance with Item 432, "Riprap," and Item 440, "Reinforcement for Concrete." 3.2. Removal. Remove existing ground boxes and concrete aprons to at least 6 in. below the conduit level. Uncover conduit to a sufficient distance so that 90 degree bends can be removed and conduit reconnected. Clean the conduit in accordance with Item 618, "Conduit." Replace conduit within 5 ft. of the ground box. Remove old conductors and install new conductors as shown on the plans. Backfill area with material equal in composition and density to the surrounding area. Replace surfacing material with similar material to an equivalent condition. 4. MEASUREMENT This Item will be measured by each ground box installed complete in place or each ground box removed. I.1 624 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Ground Box" of the types and sizes specified and for "Remove Ground Box." 5.1. Installation. This price is full compensation for excavating and backfilling; constructing, furnishing, and installing ground boxes and concrete aprons; and material, equipment, labor, tools, and incidentals. All wiring connections required inside the ground box will be considered subsidiary to this bid item. Conduit will be paid for under Item 618, "Conduit." Electrical conductors will be paid for under Item 620, "Electrical Conductors." 5.2. Removal. This price is full compensation for removing and disassembling ground boxes and concrete aprons; excavating, backfilling, and surface placement; removing old conductors; disposal of unsalvageable materials; and materials, equipment, labor, tools, and incidentals. Cleaning of conduit is subsidiary to this Item. Conduit replaced within 5 ft. of the ground box will be subsidiary to this Item. Additional conduit will be paid for under Item 618, "Conduit." Installation of conductors will be paid for under Item 620, "Electrical Conductors." Item 628 Electrical Services DESCRIPTION ■ Installation. Furnish and install electrical services. ■ Relocation. Relocate existing electrical services. ■ Removal. Remove existing electrical services. 2. MATERIALS 628 Texas Deparfarenf o/ 7ransportation Provide materials that comply with the details shown on the plans, the requirements of this Item, and the pertinent requirements of the following Items: ■ Item 441, "Steel Structures" ■ Item 445, "Galvanizing" ■ Item 449, "Anchor Bolts" ■ Item 618, "Conduit" ■ Item 620, "Electrical Conductors" ■ Item 627, "Treated Timber Poles" ■ Item 656, "Foundations for Traffic Control Devices" For the installation of electrical services, use new materials that meet the requirements of the NEC, UL, CSA, and NEMA, and are in accordance with DMS -11080, "Electrical Services." Provide prequalified electrical services prequalified from the Department's MPL. When required by the Engineer, notify the Department in writing of selected materials from the MPL intended for use on each project. 3. CONSTRUCTION Perform work in accordance with the details shown on the plans and the requirements of this Item. Use established industry and utility safety practices when installing, relocating, or removing electrical services located near overhead or underground utilities. Consult with the appropriate utility company before beginning work. 3.1. Installation. Furnish and install electrical service equipment. Ensure components of the electrical service meet the requirements of the Electrical Detail Standards. Follow NEC and local utility company requirements when installing the electrical equipment. Coordinate the utility companies' work for providing service. 3.2. Relocation. Coordinate relocation with the appropriate utility company before beginning work. Remove existing electrical service according to "Removal" under this Item. Reinstall existing electrical service according to "Installation" of this Item. Replace or add circuit breakers as noted on the plans. 3.3. Removal. Coordinate removal with the appropriate utility company before beginning work. Before the removal of the electrical service, disconnect and isolate any existing electrical service equipment in accordance with the utility company's requirements. Remove existing electrical service support a minimum of 2 ft. below finish grade unless otherwise shown on the plans. Repair the remaining hole by backfilling with material equal in composition and density to the surrounding area. Replace any surfacing such as asphalt pavement or concrete riprap with like material to equivalent condition. 795 628 Disconnect conductors and remove them from the conduit. Cut off all protruding conduit 6 in. below finished grade. Abandoned conduit need not be removed unless shown on the plans. Reconnect conductors and conduit to be reused when shown on the plans. Make all splices in ground boxes unless otherwise shown on the plans. Accept ownership of unsalvageable materials, and dispose of them in accordance with federal, state, and local regulations. 4. MEASUREMENT This Item will be measured by each electrical service installed, relocated, or removed. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Electrical Services" of the types specified, "Relocate Electrical Services," or "Remove Electrical Services." 5.1. Installation. This price is full compensation for paying all fees, permits, and other costs; making arrangements with the utility company for all work and materials provided by the utility company; furnishing, installing, and connecting all components including poles, service supports, foundations, anchor bolts, riprap, enclosures, switches, breakers, service conduit (from the service equipment including the elbow below ground), fittings, service conductors (from the service equipment including the elbow below ground), brackets, bolts, hangers, hardware; and materials, equipment, labor, tools, and incidentals. Costs for utility -owned power line extensions, connection charges, meter charges, consumption charges, and other charges will be paid for by the Department. The Department will reimburse the Contractor the amount billed by the utility plus an additional 5% of the invoice cost will be paid for labor, equipment, administrative costs, superintendence, and profit. 5.2. Relocation. This price is full compensation for disconnecting and isolating the existing electrical service; relocating the service supports; new service support foundation; backfilling holes; paying all fees, permits, and other costs; making arrangements with the utility company for all work and materials provided by the utility company; removing, disconnecting, installing, and connecting all components including poles, service supports, foundations, anchor bolts, riprap, enclosures, switches, breakers, service conduit (from the service equipment including the elbow below ground), fittings, service conductors (from the service equipment including the elbow below ground), brackets, bolts, hangers, hardware; and materials, equipment, labor, tools, and incidentals. Costs for utility -owned power line extensions, connection charges, meter charges, consumption charges, and other charges will be paid for by the Department. The Department will reimburse the Contractor the amount billed by the utility plus an additional 5% of the invoice cost will be paid for labor, equipment, administrative costs, superintendence, and profit. 5.3. Removal. This price is full compensation for coordinating with the utility company to disconnect and isolate the electrical service; removing the service supports; backfilling holes; and materials, equipment, labor, tools, and incidentals. 680 Item 680 Highway Traffic Signals Department of Transportation 1. DESCRIPTION ■ Installation. Install highway traffic signals. ■ Removal. Remove, store, and salvage traffic signals. 2. MATERIALS Ensure electrical materials and construction methods conform to the current NEC and additional local utility requirements. Furnish new materials. Ensure all materials and construction methods conform to the details shown on the plans, the requirements of this Item, and the pertinent requirements of the following Items: ■ Item 610, "Roadway Illumination Assemblies" ■ Item 625, "Zinc -Coated Steel Wire Strand" ■ Item 627, "Treated Timber Poles" ■ Item 636, "Signs" ■ Item 656, "Foundations for Traffic Control Devices" Provide controller assemblies that meet the requirements of DMS -11170, "Fully Actuated, Solid -State Traffic Signal Controller Assembly," and the details shown on the plans. Provide prequalified controller assemblies from the Department's MPL. Provide flasher assemblies that meet the requirements of DMS -11160, "Flasher Controller Assembly," and the details shown on the plans. Provide prequalified flasher assemblies from the Department's MPL. Sampling and testing of traffic signal controller assemblies will be done in accordance with Tex -1170-T. 3. CONSTRUCTION 3.1. Installation. Install traffic signal controller foundations in accordance with Item 656, "Foundations for Traffic Control Devices." 3.1.1. Electrical Requirements. 3.1.1.1. Electrical Services. Make arrangements for electrical services and install and supply materials not provided by the utility company as shown on the plans. Install 120 -volt, single-phase, 60 -Hz AC electrical service unless otherwise shown on the plans. 3.1.1.2. Conduit. Install conduit and fittings of the sizes and types shown on the plans. Conduit of larger diameter size than that shown on the plans may be used with no additional compensation, providing the same diameter size is used for the entire length of the conduit run. Extend conduit in concrete foundations 2 to 3 in. above the concrete. Seal the ends of each conduit with silicone caulking, or other approved sealant, after all cables and conductors are installed. 836 680 3.1.1.3. Wiring. Furnish stranded No. 12 AWG XHHW conductors. Install above -ground cables and conductors in rigid metal conduit, except for span wire suspended cables and conductors, drip loops, and electrical wiring inside signal poles unless otherwise shown on the plans. Make power entrances to ground -mounted controllers through underground conduit. Wire each signal installation to operate as shown on the plans. Attach ends of wires to properly sized self -insulated solderless terminals. Attach terminals to the wires with a ratchet -type compression crimping tool properly sized to the wire. Place pre -numbered identification tags of plastic or tape around each wire adjacent to wire ends in the controller and signal pole terminal blocks. Splices will not be permitted except as shown on the plans, unless each individual splice is approved in writing. Make all allowed splices watertight. 3.1.1.4. Grounding and Bonding. Ground and bond conductors in accordance with the NEC. Ensure the resistance from the grounded point of any equipment to the nearest ground rod is less than 1 ohm. Install a continuous bare or green insulated copper wire (equipment ground) throughout the electrical system that is the same size as the neutral conductor, but a minimum No. 8 AWG. Connect the equipment ground to all metal conduit, signal poles, controller housing, electrical service ground, ground rods, and all other metal enclosures and raceways. Provide copper wire bonding jumpers that are a minimum No. 8 AWG. 3.1.2. Controller Assemblies. Construct controller foundations in accordance with Item 656, "Foundations for Traffic Control Devices." Immediately before mounting the controller assembly on the foundation, apply a bead of silicone caulk to seal the cabinet base. Seal any space between conduit entering the controller and the foundation with silicone caulk. Deliver the keys for the controller cabinets to the Engineer when the Contract is complete. Place the instruction manual and wiring diagrams for all equipment in the controller cabinet, inside the controller cabinet. 3.1.3. Timber Poles. Furnish ANSI Class 2 timber poles other than for electrical services in accordance with details shown on the plans. 3.1.4. Preservation of Sod, Shrubbery, and Trees. Replace sod, shrubbery, and trees damaged during the Contract. 3.1.5. Removal and Replacement of Curbs and Walks. Obtain approval before cutting into or removing walks or curbs not shown on the plans to be removed or replaced. Restore any curbs or walks removed equivalent to original condition after work is completed, to the satisfaction of the Engineer. 3.1.6. Intersection Illumination. Install luminaires on signal poles as shown on the plans. 3.1.7. Signal Timing Plan. The traffic signal timing plan will be provided by the Department or local entity. 3.1.8. Test Period. Operate completed traffic signal installations continuously for at least 30 days in a satisfactory manner. If any Contractor -furnished equipment fails during the 30 -day test period, repair or replace that equipment. This repair or replacement, except lamp replacement, will start a new 30 -day test period. Replace materials that are damaged or have failed before acceptance. Replace failed or damaged existing signal system components when caused by the Contractor. The Department will relieve the Contractor of maintenance responsibilities upon passing a 30 -day performance test of the signal system and acceptance of the Contract. 837 680 3.2. Removal. Remove existing electrical services, pedestal poles, strain poles, mast arm pole assemblies, luminaires, signal heads, vehicle detector equipment, controllers, cables, and other accessories. Remove materials so damage does not occur. Remove and store items designated for reuse or salvage at locations shown on the plans or as directed. Remove abandoned concrete foundations, including steel, to a point 2 ft. below final grade. Backfill holes with material equal in composition and density to the surrounding area. Replace surfacing material with similar material to an equivalent condition. Accept ownership and dispose of unsalvageable materials in accordance with federal, state, and local regulations. 4. MEASUREMENT This Item will be measured as each traffic signal installed or removed. A traffic signal is a signalized intersection controlled by a single traffic signal controller. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Installation of Highway Traffic Signals" of the type (isolated, system, or flashing beacon) specified, or "Removing Traffic Signals." 5.1. Installation. This price is full compensation for furnishing, installing, and testing the completed installation, controller and associated equipment, controller foundations, luminaires, signs mounted on signal equipment, damping plates, timber poles, mounting hardware and steel wire strand; preservation and replacement of damaged sod, shrubbery and trees; removal and replacement of curbs and walks; and materials, equipment, labor, tools, and incidentals. The Department will pay for electrical energy consumed by the traffic signal. New drilled shaft foundations for traffic signal poles will be paid for under Item 416, "Drilled Shaft Foundations." New conduit will be paid for under Item 618, "Conduit." New electrical conductors will be paid for under Item 620, "Electrical Conductors." New ground boxes will be paid for under Item 624, "Ground Boxes." New electrical services will be paid for under Item 628, "Electrical Services." New vehicle and pedestrian signal heads will be paid for under Item 682, "Vehicle and Pedestrian Signal Heads." New traffic signal cables will be paid for under Item 684, "Traffic Signal Cables." New traffic signal pole assemblies will be paid for under Item 686, "Traffic Signal Pole Assemblies (Steel)." New traffic signal detectors will be paid for under Item 688, "Pedestrian Detectors and Vehicle Loop Detectors." 5.2. Removal. This price is full compensation for removing the various traffic signal components; removing the foundations; disposal of unsalvageable materials; hauling; and materials, equipment, labor, tools, and incidentals. 838 682 Item 682 Vehicle and Pedestrian Signal Heads Department of Transportation 1. DESCRIPTION Furnish and install vehicle and pedestrian signal heads. 2. MATERIALS Furnish only new materials. 2.1. Definitions. ■ Back Plate. A thin strip of material extending outward from all sides of a signal head. ■ LED Optical Unit. The LED lens and associated supporting parts in a signal section. ■ Louver. A device mounted to the visor restricting signal face visibility. ■ Signal Section. One housing case, housing door, visor, and optical unit. ■ Signal Face. One section or an assembly of 2 or more sections facing one direction. ■ Signal Head. A unidirectional face or a multidirectional assembly of faces, including back plates and louvers when required, attached at a common location on a support. 2.2. General. Provide vehicle signal heads in accordance with DMS -11121, "Twelve -Inch LED Traffic Signal Lamp Unit." Provide prequalified vehicle signal heads from the Department's MPL. Provide pedestrian signal heads in accordance with DMS -11131, "Pedestrian LED Countdown Signal Modules." Provide prequalified pedestrian signal heads from the Department's MPL. Supply either aluminum or polycarbonate signal head components of the same material and manufacturer for any one project. Use galvanized steel, stainless steel, or dichromate sealed aluminum bolts, nuts, washers, lock washers, screws, and other assembly hardware. When dissimilar metals are used, ensure the metals are selected or insulated to prevent corrosion. Use closed -cell silicone or closed -cell neoprene gaskets. 3. CONSTRUCTION 3.1. Assembly. Assemble individual signal sections in multi -section faces in accordance with the manufacturer's recommendations to form a rigid signal face. Assemble and mount signal heads as shown on the plans. Install louvers and back plates in accordance with the manufacturer's recommendations. Close any openings in an assembled signal head with a plug of the same material and color as the head. Remove only the existing lens, reflector, and incandescent lamp when installing a retrofit replacement LED traffic signal or pedestrian signal lamp unit into an existing signal housing; fit the new unit securely in the housing door; and connect the new housing unit to the existing electrical wiring or terminal block by means of simple connectors. 3.2. Wiring. Wire each optical unit to the terminal block located in that signal section by means of solderless wire connectors or binding screws and spade lugs. Wire all sections of a multi -section signal face to the section terminal blocks in which the traffic signal cable is terminated. Maintain the color coding on leads from the 841 682 individual optical units throughout the signal head, except for the traffic signal cable. Use solderless wire connectors or binding screws and spade lugs for connections to terminal blocks. Use binding screws and spade lugs for field wiring. 4. MEASUREMENT This Item will be measured by each vehicle signal section, pedestrian signal section, back plate, or louver. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Pedestrian Signal Section," "Vehicle Signal Section," "Back Plate," or "Louver," of the types and sizes specified. This price is full compensation for furnishing, assembling, and installing the signal sections, back plates and louvers, and lenses and optics; mounting attachments; and materials, equipment, labor, tools, and incidentals. 842 684 Item 684 Traffic Signal Cables Department of Transportation 1. DESCRIPTION Furnish and install traffic signal cables. 2. MATERIALS Provide polyethylene -jacketed multi -conductor cables in accordance with details shown on the plans. Individual conductors must be copper with polyethylene insulation rated for 600 volts. Furnish new materials. Provide traffic signal cables in accordance with DMS -11110, "Traffic Signal Cable." 2.1. Type A Cables. Use Type A cables meeting the requirements of IMSA 20-1 for underground conduit installation or aerial cable supported by a messenger. 2.2. Type B Cables. Use Type B cables meeting the requirements of IMSA 20-3 as the integral messenger cable for aerial installations. 2.3. Type C Cables. Use Type C cables meeting the requirements of IMSA 50-2 for loop detector lead-in installations consisting of 2 conductor shielded cable. 2.4. Types A and B Cable Materials. Provide the following materials for Type A and B cables: ■ Use the size and number of conductors shown on the plans. Unless otherwise shown on the plans, use conductors consisting of 7 copper strands. ■ Ensure color coding of conductors and sequence for cables are in compliance with Table 1. Base color is the insulation color. Tracer color is the colored stripe that is part of or firmly adhered to the insulation surface for the full length of the conductor. ■ Ensure 2 -conductor cable is of the round twisted type with fillers used where necessary to form a round cable. ■ For cables with more than 2 conductors, ensure individual conductors are laid up symmetrically in layers with fillers used when necessary, to produce a uniform assembly of conductors with a firm, compact cylindrical core. ■ Ensure fillers are a non-metallic, moisture -resistant, non -wicking material. ■ Supply conductor assemblies covered with a wrapping of a moisture -resistant tape applied to overlap at least 10% of the tape width. ■ Ensure the taped conductor assembly is covered with a tightly fitting black polyethylene jacket that is smooth and free from holes, splits, blisters, and any other imperfections. ■ Supply cables that clearly show the name of the manufacturer and the IMSA specification number applied at approximate 2 -ft. intervals to the outer surface of the jacket by indent printing. 843 684 Table 1 Conductor Color and Sequence for Cables Conductor No. Base Color Tracer Color 1 Black 2 White 3 Red 4 Green 5 Orange 6 Blue 7 White Black 8 Red Black 9 Green Black 10 Orange Black 11 Blue Black 12 Black White 13 Red White 14 Green White 15 Blue White 16 Black Red 17 White Red 18 Orange Red 19 Blue Red 20 Red Green 21 Orange Green 2.5. Additional Requirements for Type B Cable Materials. Additional material requirements particular to Type B cable are as follows: ■ Ensure cables consisting of 5 or more conductors have a 0.25 -in. nominal diameter messenger. For the messenger, use Class A galvanized Extra High Strength Steel Strand with 3 or 7 wires. ■ A solid strand messenger with 0.134 -in. diameter may be used for cables with less than 5 conductors. ■ To provide corrosion protection, ensure the messenger strand is coated and the interstices are flooded with a rubber asphalt compound or equivalent. ■ Ensure the integral messenger and conductors are enclosed in the jacket forming a cross-section similar to a figure 8. 2.6. Type C Cable Materials. Use the following materials for Type C cables: ■ Unless otherwise shown on the plans, use No. 14 AWG insulated conductors with concentric stranding with black insulation on 1 of the 2 conductors and clear insulation on the other conductor. Ensure conductors have a minimum of 2 twists per foot within the cable. ■ Use cables that have 100% shield coverage using aluminum bonded to a Mylar film. Ensure the drain wire is stranded tinned copper, 2 AWG sizes less than the conductor, and in continuous contact with the aluminum side of the shield material. ■ Ensure the jacket is black polyethylene. ■ Use cables that legibly show the name of the manufacturer and the IMSA specification number applied at approximate 2 -ft. intervals on a tape under the outer jacket. 2.7. Sampling. The Engineer may take samples from each roll of each size of cable for establishing conformity to IMSA. The samples will be at least 3 ft. long. Replace any cable failing to meet IMSA requirements. 3. CONSTRUCTION For each cable run in underground conduit, coil an extra 5 ft. of cable in each ground box. Splices are not permitted in Type A and B cables unless shown on the plans, or approved in writing. Ensure splices are watertight. 844 684 Make splices between Type C cable and loop detector wires only in the ground box near the loop the cable is servicing. Use non -corrosive solder for splices. Ground the drain wire of Type C cable to earth ground only at the controller or detector cabinet. Ensure the resistance from the drain wire to the ground rod is less than 1 ohm. Test the cables after installation and before any connection to the cables. Cables testing less than 50 megohms insulation resistance at 500 volts will be rejected. 4. MEASUREMENT This Item will be measured by the foot of traffic signal cables. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 9.2., "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Traffic Signal Cables" of the types and sizes specified. This price is full compensation for furnishing and installing materials, and for equipment, labor, tools, and incidentals, except as shown below. Cables inside traffic signal pole assemblies will be paid for under this Item. Cables used for inside signal heads and controllers or coils in ground boxes, pole bases, and on span wires will not be paid for directly but will be subsidiary to pertinent Items. 845 686 Item 686 Traffic Signal Pole Assemblies (Steel) Department of 7iansportation 1. DESCRIPTION ■ Installation. Fabricate, furnish, and install steel traffic signal pole assemblies. ■ Relocation. Remove and relocate existing steel traffic signal pole assemblies. 2. MATERIALS Provide new materials that comply with the details shown on the plans, the requirements of this Item, and the pertinent requirements of the following Items: ■ Item 416, "Drilled Shaft Foundations" ■ Item 421, "Hydraulic Cement Concrete" ■ Item 441, "Steel Structures" ■ Item 442, "Metal for Structures" ■ Item 445, "Galvanizing" ■ Item 449, "Anchor Bolts" Furnish alloy steel or medium -strength mild steel anchor bolts in accordance with Section 449.2.1., "Bolts and Nuts," unless otherwise shown on the plans. 3. CONSTRUCTION 3.1. Standard Design. Fabricate poles assemblies in accordance with this Item to the designs shown on the plans. Alternate designs are not acceptable. Deviations that affect the basic structural behavior of the pole are considered to be alternate designs. For deviations that do not affect the basic structural behavior of the pole, electronically submit shop drawings in accordance with Item 441, "Steel Structures," to the Bridge Division for approval. 3.2. Fabrication. Fabricate and weld in accordance with Item 441, "Steel Structures," AWS D1.1, Structural Welding Code—Steel; and the requirements of this Item. Fabrication tolerances are given in Table 1. Table 1 Fahriration Tolerances Part Dimension Tolerance in. Pole and mast arm shaft Length ±1 Thickness +0.12, –0.02 Difference between flats or diameter ±3/16 Straightness 1/8 in 10 ft. Attachment locations ±1 Base and mast arm mounting plates Overall ±3/16 Thickness +1/4,-0 Deviations from flat 3/16 in 24 in. Spacing between holes ±1/8 Bolt hole size ±1/16 Anchor bolts Length ±1/2 Threaded Length ±1/2 Galvanized Length –1/4 Assembled shafts Angular Orientation 1/16 in 12 in.' Centering ±3/16 Twist Yin 50 ft. 1/8 in 12 in. between mounting plates and between mounting plates and base plates. 849 686 Fabrication plants that produce steel traffic signal pole assemblies must be approved in accordance with DMS -7380, "Steel Non -Bridge Member Fabrication Plant Qualification." The Department maintains an MPL of approved traffic signal pole assembly fabrication plants. Provide properly fitting components. Provide round or octagonal shafts for poles and mast arms tapered as shown on the plans. Fabricate mast arms straight in the unloaded condition unless otherwise shown on the plans. The Department will accept bolted slip joints overlapping by at least 1.5 diameters in mast arms 40 ft and longer. Provide circumferential welds only at the ends of the shafts. Provide no more than 2 longitudinal seam welds in shaft sections. Grind or smooth the exterior of longitudinal seam welds to the same appearance as other shaft surfaces. Ensure 100% penetration within 6 in. of circumferential base welds and 60% minimum penetration at other locations along the longitudinal seam welds. Use a welding technique that minimizes acid entrapment during later galvanizing. Hot -dip galvanize all fabricated parts in accordance with Item 445, "Galvanizing." Treat welds with Ultrasonic Impact Treatment when shown on the plans after galvanization and with the dead load (actual or simulated) applied. Repair damaged galvanizing in accordance with Section 445.3.5., "Repairs." Connect the luminaire arm to the pole with simplex fittings. Ensure the fittings have no defects affecting strength or appearance. Permanently mark, at a visible location when erected, pole base plates and mast arm mounting plates with the design wind speed. Permanently mark, at a visible location when erected, pole base plates and fixed mast arm mounting plates with the fabrication plant's insignia or trademark. Place the mark on the pole base plate adjacent to the hand - hole access compartment. Deliver each traffic signal pole assembly with fittings and hardware either installed or packaged with its associated components. Ship all components with a weatherproof tag identifying the manufacturer, Contract number, date, and destination of shipment. 3.3. Installation. Locate traffic signal pole assemblies as shown on the plans unless otherwise directed to secure a more desirable location or avoid conflict with utilities. Stake the traffic signal pole assembly locations for verification by the Engineer. Use established industry and utility safety practices when working near overhead or underground utilities. Consult with the appropriate utility before beginning work. Construct foundations for new traffic signal pole assemblies in accordance with Item 416, "Drilled Shaft Foundations," and the details shown on the plans. Orient anchor bolts as shown on the plans. Erect structures after foundation concrete has attained its design strength as required on the plans and Item 421, "Hydraulic Cement Concrete." Coat anchor bolt threads and tighten anchor bolts in accordance with Item 449, "Anchor Bolts." After the traffic signal pole assembly is plumb and all nuts are tight, tack weld each anchor bolt nut in 2 places to its washer. Tack weld each washer to the base plate in 2 places. Never weld components to the bolt. Tack weld in accordance with Item 441, "Steel Structures." After tack welding, repair galvanizing damage on bolts, nuts, and washers in accordance with Section 445.3.5., "Repairs." Do not grout between the base plate and the foundation 850 686 3.4. Relocation. Disconnect and isolate traffic signal cables before removing the pole. Remove existing traffic signal pole assemblies as directed. Ensure the poles or attached components suffer no undue stress or damage. Signs, signal heads, mounting brackets, luminaires, etc., may be left on the poles. Repair or replace damaged components as directed. Remove abandoned concrete foundations, including steel, to a point 2 ft. below final grade unless otherwise shown on the plans. Cut off and remove steel protruding from the remaining concrete. Backfill the hole with materials equal in composition and density to the surrounding area. Replace surfacing material with similar material to an equivalent condition. Move existing pole assemblies to locations shown on the plans, or as directed. Construct foundations for relocated traffic signal pole assemblies in accordance with Item 416, "Drilled Shaft Foundations," and the details shown on the plans. Install existing pole assemblies on new foundations in accordance with Section 686.3.3., "Installation." Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. 4. MEASUREMENT This Item will be measured by each traffic signal pole assembly installed or relocated. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Install Traffic Signal Pole Assemblies (Steel)" of the types and sizes specified or "Relocate Traffic Signal Pole Assemblies (Steel)" of the types specified. New drilled shaft foundations will be paid for under Item 416, "Drilled Shaft Foundations." 5.1. Installation. This price is full compensation for furnishing, fabricating, galvanizing, assembling, and erecting the pole upon a foundation; furnishing and erecting required mast arms and luminaire arms; furnishing and placing anchor bolts, nuts, washers, and templates; and materials, equipment, labor, tools, and incidentals. 5.2. Relocation. This price is full compensation for removing traffic signal pole assemblies; removing existing foundations; backfilling and surface placement; storing the components to be reused or salvaged; furnishing, fabricating, and installing required new components including anchor bolts, nuts, washers, and templates; placing and securing traffic signal pole assemblies on new foundations; furnishing and placing conduit, ground rods, and wiring; disposal of unsalvageable materials; loading and hauling; and materials, equipment, labor, tools, and incidentals. 851 687 Item 687 Pedestal Pole Assemblies T�xas Department of Transportation 1. DESCRIPTION ■ Installation. Furnish and install pedestal pole assemblies for vehicle and pedestrian signals. ■ Relocation. Remove and relocate existing pedestal pole assemblies. ■ Removal. Remove existing pedestal pole assemblies. 2. MATERIALS Furnish new materials in accordance with the following Items and with details shown on the plans ■ Item 445, "Galvanizing" ■ Item 449, "Anchor Bolts" ■ Item 656, "Foundations for Traffic Control Devices" 2.1. Pedestal Pole Base. Provide prequalified pedestal pole bases from the Department's MPL in accordance with DMS -11140, "Pedestal Pole Base." 2.2. Pedestal Pole. Provide 4 -in. diameter schedule 40 steel pipe or tubing, aluminum pipe (alloy 6061 T6), or rigid metal conduit. Do not use aluminum conduit. Galvanize pedestal pole assemblies in accordance with Item 445, "Galvanizing," unless otherwise shown on the plans. 2.3. Pedestrian Push Button Pole Assembly. Provide diameter as shown on the plans, schedule 40 steel pipe or tubing, aluminum pipe (alloy 6061-T6), or rigid metal conduit. Do not use aluminum conduit. Galvanize pedestrian push button post in accordance with Item 445, "Galvanizing," unless otherwise shown on the plans. 3. CONSTRUCTION Install foundations in accordance with Item 656, "Foundations for Traffic Control Devices." 3.1. Pedestal Pole Base. Ground the base with connectors to the 1/2-13 NC female threaded hole. Fabricate the base for 4 L bend anchor bolts arranged in a square pattern with a 12-3/4 in. bolt circle. Provide mild steel anchor bolts in accordance with Item 449, "Anchor Bolts," for each base. Provide three 1/16 -in. thick and three 1/8 -in. thick U-shaped galvanizing steel shims for each base. Size shims to fit around the anchor bolts. 3.2. Installation. Install pedestal pole assemblies and pedestrian push button post assemblies as shown on the plans, or as directed. Pedestal pole assemblies include foundation, pole shaft, base, anchor bolts, anchor bolt nuts, anchor bolt template, shims, and miscellaneous components. Watertight breakaway electrical disconnects are required for pedestal pole assemblies used in conjunction with vehicle and pedestrian heads and components. Pedestrian push button post assemblies include foundation, pole, and post cap. Use established industry and utility safety practices to erect assemblies near overhead or underground utilities. Consult with the appropriate utility company before beginning such work. Repair damaged galvanizing in accordance with Section 445.3.5., "Repairs." 3.3. Relocation. Disconnect and isolate the electrical power supply before removal of the assembly. Remove existing assembly as directed. Salvage existing components such as signs, heads, buttons, pole, and base unless otherwise directed. Repair or replace lost or damaged components as directed. 852 687 Install foundations in accordance with Item 656, "Foundations for Traffic Control Devices." Relocate existing assembly to the location shown on the plans or as directed. Install existing assembly at new foundations in accordance with Section 687.3.2., "Installation." Remove existing foundations in accordance with Section 687.3.4., "Removal." Accept ownership of unsalvageable materials, as determined by the Engineer, and dispose of in accordance with federal, state, and local regulations. Repair galvanizing for any damaged steel part or any steel part welded after galvanizing in accordance with Item 445, "Galvanizing." 3.4. Removal. Disconnect and isolate electrical power supplies before removal of the assembly. Remove existing sign panel, beacons, pole, and base from existing assembly. Store items to be reused or salvaged without damaging them. Store sign panels above the ground in a vertical position at locations shown on the plans or as directed. Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. Disconnect and remove conductors from abandoned circuits. Remove abandoned conduit and ducts to a point 6 in. below final grade. Destroy existing transformer bases to prevent reuse. Remove abandoned foundations to 2 ft. below the finished grade unless otherwise shown on the plans. Cut off and remove steel protruding from the remaining concrete. Backfill the remaining hole with material equal in composition and density to the surrounding area. Replace any surfacing with like material to equivalent condition. 3.5. Painted Finish. When required, paint pedestal pole and pedestrian push button post assemblies in accordance with details shown on the plans. 4. MEASUREMENT This Item will be measured by each pedestal pole assembly or each pedestrian push button post assembly installed, relocated, or removed. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Install Pedestal Pole Assembly," "Install Pedestrian Push Button Post Assembly," "Relocate Pedestal Pole Assembly," "Relocate Pedestrian Push Button Post Assembly," "Remove Pedestal Pole Assembly" or "Remove Pedestrian Push Button Post Assembly." New signal heads will be paid for under Item 682, "Vehicle and Pedestrian Signal Heads." 5.1 Installation. This price is full compensation for furnishing and installing the shaft; base, shims, anchor bolts, and foundation; and materials, equipment, labor, tools, and incidentals. 5.2 Relocation. This price is full compensation for removing the pedestal pole or pedestrian push button assemblies; removing existing foundations; installing new foundations; furnishing, fabricating, and installing any new components as required and replacing the assembly on its new foundations with all manipulations and electrical work; controller; salvaging; disposal of unsalvageable material; loading and hauling; and equipment, material, labor, tools, and incidentals. 5.3 Removal. This price is full compensation for removing the various pedestal pole assemblies components; removing the foundations; storing the components to be reused or salvaged; disposal of unsalvageable material; backfilling and surface placement; loading and hauling; and equipment, materials, tools, labor, and incidentals. 853 Item 688 Pedestrian Detectors and Vehicle Loop Detectors DESCRIPTION Furnish and install traffic signal detectors. 2. MATERIALS Ess Texas Deparfarenf o/ 7ransportation Provide new materials that comply with the details shown on the plans, the requirements of this Item, and the pertinent requirments of the following Items: ■ Item 618, "Conduit" ■ Item 624, "Ground Boxes" ■ Item 682, "Vehicle and Pedestrian Signal Heads" ■ Item 684, "Traffic Signal Cables" 2.1. Pedestrian Detectors. Supply housing or an adapter (saddle) that conforms to the pole shape, fitting flush to ensure a rigid installation. Supply adapters of the same material and construction as the housing. Supply push-button switches that have single -pole, single -throw contacts and screw-type terminals and have a design life of at least 1 million operations. Ensure the internal components provide a push-button with normal open contacts, and include all electrical and mechanical parts required for operation. Ensure the push-button assembly is weather -tight and tamperproof, is designed to prevent an electrical shock under any weather condition, and has provisions for grounding in accordance with the NEC. 2.1.1. Standard Pedestrian Detectors. Provide a 2 -piece cast aluminum housing unit consisting of a base housing and a removable cover. Provide threaded holes for 0.5 -in conduit in the housing for any necessary conduit attachment. Ensure the manufacturer's name or trademark is located on the housing. 2.1.2. Accessible Pedestrian Signals (APS). Provide accessible pedestrian detectors in accordance with DMS -11132, "Accessible Pedestrian Signals (APS)." 2.2. Vehicle Loop Detectors. Use stranded copper No. 14 AWG XHHW cross -linked -thermosetting - polyethylene -insulated conductor rated for 600 volts AC for vehicle detector loop wire unless otherwise shown on the plans. Ensure each length of wire shows the name or trademark of the manufacturer, insulation voltage rating, wire gauge, and insulation type at approximate 2 -ft. intervals on the insulation surface. When shown on the plans, use flexible vinyl or polyethylene tubing with 0.184 in. minimum inside diameter, 0.031 in. minimum wall thickness, 0.26 in. maximum outside diameter, and a smooth bore. Use tubing that does not adhere to the loop wire in any way and is capable of resisting deterioration from oils, solvents, and temperatures up to 212°F. Use tubing that is abrasion -resistant and remains flexible from —22°F to 212°F. Use orange or red tubing unless otherwise shown on the plans. Use sealant for the vehicle detector loops in accordance with DMS -6340, "Vehicle Loop Wire Sealant." 854 688 3. CONSTRUCTION 3.1. Pedestrian Detectors. 3.1.1. Push -Button Unit. Meet the requirements of the TMUTCD when installing push -buttons. Wire the push- button according to manufacturer's installation instructions. Close unused housing openings with a weather- tight closure painted to match the housing. Verify that each button is communicating and fully functional. Do not use terminal connections or splice wire leads except at approved locations. All allowed splices must be watertight. Attach wires to terminal posts with solderless terminals unless otherwise advised by manufacturer's recommendations. Attach terminals to the wires with a ratchet -type compression crimping tool properly sized to the wire. Mount a pedestrian push button sign near each push button as shown on the plans. For installations where APS buttons are placed less than 10 ft. apart from one another, program the appropriate speech walk message (include the name of the appropriate street in the message) for these buttons. When 2 APS buttons are installed on the same pole ensure that the APS buttons are insulated to eliminate vibrations from traveling to the other button. 3.1.2. Controller Unit. If a controller unit is required by the plans, integrate the pedestrian controller unit into the traffic signal controller cabinet assembly. 3.2. Vehicle Loop Detectors. Provide the loop location, configuration, wire color, and number of turns shown on the plans. Loops may be adjusted by the Engineer to fit field conditions. 3.2.1. Saw -Cuts. Cut the pavement with a concrete saw to form neat lines. Do not exceed 1 in. depth on concrete bridge slab saw -cuts. Cut all other saw -cuts deep enough to provide a minimum of 1 in. depth of sealant over the wire. Make a separate saw -cut from each loop to the edge of the pavement unless otherwise shown on the plans. Ensure the cut is clean and dry when the wire and sealant are placed. 3.2.2. Conduit. Place conduit between the pavement and ground box as shown on the plans. 3.2.3. Loop Wire Color. Use the following color code unless otherwise shown on the plans. Use white for the first loop on the right followed by black, orange, green, brown, and blue. Use the same color for all loops in the same lane. Loops installed in multi -lanes will have the same color code in the order the loops are installed. When facing the same direction that traffic flows, the color code will read from right to left for all lanes carrying traffic in that direction. If traffic moves in 2 directions, the color code will be repeated for the other direction of traffic. 3.2.4. Loop Wire Installation. When shown on the plans, place the loop wire in a flexible vinyl or polyethylene tubing in accordance with Article 688.2., "Materials." The loop wire color requirements do not apply to wires in tubing. Twist the wire from the loop to the ground box a minimum of 5 turns per foot. When only one pair of wires is in a saw -cut, it need not be twisted while in the saw -cut. Do not splice loop wire in the loop or in the run to the ground box. Hold the loop wire in place every 2 ft. with strips of rubber, neoprene flexible tubing, or polyethylene foam sealant approximately 1 in. long. Leave these strips in place and fill the slot with loop sealant. Splice the loop lead-in cable and loop detector wires only in the ground box near the loop it is serving. Use non -corrosive solder for splices and ensure the splice is watertight. Ground the drain wire of the loop lead-in 855 688 cable to earth ground only at the controller or detector cabinet. Ensure the resistance from the drain wire to the ground rod is less than 1 ohm. 4. MEASUREMENT This Item will be measured by the foot of saw -cut containing loop wire and each pedestrian push-button and controller unit. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 9.2., "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Vehicle Loop Detectors" of the type specified, "Pedestrian Detector Push-button Units" of the type specified or "Pedestrian Detector Controller Unit." This price is full compensation for furnishing, installing, and testing the detectors, detector controller units, including detector configuration devices or software (when applicable); saw -cutting, excavation, backfill, sealant, and sealant placement; pavement repair associated with saw -cutting; and materials, equipment, labor, tools, and incidentals, except as follows. The conduit and loop wire from the edge of pavement to the ground box used for the vehicle loop detectors will not be measured or paid for directly but will be subsidiary to this Item. New ground boxes will be paid for under Item 624, "Ground Boxes." New loop lead-in cable will be paid for under Item 684, "Traffic Signal Cables." 856 752 Item 752 Tree and Brush Removal T�xas Department of 7iansportation 1. DESCRIPTION Remove and dispose of trees, brush, shrubs, and vines. Trim trees and shrubs. Remove stumps. 2. MATERIALS Furnish commercially available pruning paint. 3. EQUIPMENT Provide equipment necessary to complete the work. 4. WORK METHODS Perform tree and brush removal and trimming from right of way line to right of way line or other widths and locations shown on the plans. Ensure trees, shrubs, and other landscape features that are to remain are not damaged. Dispose of debris within 48 hr. of cutting, off the right of way, in accordance with federal, state, and local regulations unless otherwise approved. When approved, chip debris and spread in a thin layer on the right of way. 4.1. Tree Removal. Remove trees of various diameters as shown on the plans, or as directed. Remove tree stumps to at least 12 in. below the surrounding terrain unless otherwise shown on the plans, or as directed. Backfill holes with acceptable material and compact flush with surrounding area. 4.2. Tree Trimming. Remove dead tree limbs. Remove tree limbs to the limits shown on the plans. Prune trees in accordance with Class IV National Arborist Association Pruning Standards for shade trees. Make cuts as close as possible to the trunk or parent limb without cutting into the branch collar or leaving a protruding stub. Remove suckers to the height of the lowest main branch. When removing limbs 2 in. in diameter or larger: ■ Undercut 1/3 way through the limb 8 to 12 in. from the main stem. ■ Remove limb 4 to 6 in. outside the first cut. ■ Remove stub with an even flush cut so that a trace (collar) protrudes approximately 1/2 in. ■ Do not allow limb to fall free if it can damage other limbs or items. ■ Treat exposed cuts on oak trees with wound dressing within 20 min. of the cut. Disinfect tools with 70% methyl alcohol, benzalkonium chloride, chlorine solution, or other approved disinfectant when trimming oak trees and when shown on the plans before cutting, and sterilize/sanitize again before cutting another tree. Avoid pruning between February 15 and June 15, the period for maximum insect and fungal activity. 4.3. Brush Removal. Remove brush including, but not limited to, bushes, small trees, and vines growing within the right of way by cutting parallel to and within 1 in. of the ground and to the limits shown on the plans. Remove brush from under bridges, around culverts, and in channels to the limits shown on the plans. 4.4. Channel Work. Trim trees and remove brush to the limits shown on the plans, including areas under bridges. 892 752 4.5. Stump Removal. Remove tree stumps at least 12 in. below the surrounding terrain unless otherwise shown on the plans, or as directed. Backfill holes with acceptable material and compact flush with surrounding area. 5. MEASUREMENT This Item will be measured as follows: 5.1. Tree Removal. By each tree of the diameter specified. The diameter will be measured 3 ft. above the ground. Trees less than 4 in. in diameter are considered brush. Trees with multiple trunks at the point of measurement will be measured separately and paid for according to the specified diameter. Removal of the stump is subidiary to Tree Removal. 5.2. Tree Trimming and Brush Removal. By the centerline mile of the dimension specified. "Centerline mile" is defined as the continuous measurement along the center of the right of way. 5.3. Tree Trimming and Brush Removal for Channels. By the acre. 5.4. Stump Removal. By each stump removed. This item is for stumps where others previously removed the tree. 6. PAYMENT The work performed in accordance with this Item and measured as provided under "Measurement' will be paid for at the unit price bid for "Tree Removal" of the diameter specified, "Tree Trimming" of the dimension specified, "Brush Removal," "Tree Trimming and Brush Removal," and "Stump Removal." This price is full compensation for removal, trimming, disposal, equipment, traffic control, labor, and incidentals. When not shown on the plans as a separate pay item, payment for tree trimming and brush removal in channels will be included in payment by the centerline mile. When shown on the plans as a separate pay item, tree trimming and brush removal in channels will be paid for at the unit price bid for "Tree Trimming and Brush Removal (Channels)." The limits shown on the plans are the limits for pay purposes unless otherwise modified in accordance with Article 4.4., "Changes in the Work." 893 6002 Special Specification 6002 -a Texas Video Imaging Vehicle Detection System ,,,° o/ 7"ransportatJon 1. DESCRIPTION Install a Video Imaging Vehicle Detection System (VIVDS) that monitors vehicles on a roadway via processing of video images and provides detector outputs to a traffic controller or similar device. A VIVDS configuration for a single intersection will consist of variable focal length cameras, VIVDS card rack processor system, and all associated equipment required to setup and operate in a field environment, including a video monitor and laptop (if required), connectors, and camera mounting hardware. The system is composed of these principal items: the cameras, the field communications link between the camera and the VIVDS processor unit, and the VIVDS processor unit along with a PC, video monitor, or associated equipment required to setup the VIVDS and central control software to communicate to the VIVDS processor. The VIVDS Card Rack Processor must be either NEMA TS 2 TYPE 1 or TYPE 2. TYPE 2 must have RS 485 SDLC. 2. DEFINITIONS 2.1. VIVDS Processor Unit. The electronic unit that converts the video image provided by the cameras, generates vehicle detections for defined zones, and collects vehicular data as specified. 2.2. VIVDS Processor System. One or more VIVDS processor modular units required to handle the number of camera inputs. 2.3. Central Control. A remotely located control center, which communicates with the VIVDS. The VIVDS operator at the central control has the ability to monitor the operation and modify detector placement and configuration parameters. The equipment that constitutes central control is comprised of a workstation microcomputer along with the associated peripherals as described in this Special Specification. 2.4. Field Setup Computer. A portable microcomputer used to set up and monitor the operation of the VIVDS processor unit. If required to interface with the VIVDS processor unit, the field setup computer with the associated peripherals described in this Special Specification and a video monitor, also described in this Special Specification, must be supplied as part of the VIVDS. 2.5. Field Communications Link. The communications connection between the camera and the VIVDS processor unit. The primary communications link media may be coaxial cable or fiber optic cable. 2.6. Remote Communications Link. The communications connection between the VIVDS processor unit and the central control. 2.7. Camera Assembly. The complete camera or optical device assembly used to collect the visual image. The camera assembly consists of a charged coupled device (CCD) camera, environmental enclosure, sun shield, temperature control mechanism, and all necessary mounting hardware. 2.8. Occlusion. The phenomenon when a vehicle passes through the detection zone but the view from the sensor is obstructed by another vehicle. This type of occlusion results in the vehicle not being detected by the sensor or when a vehicle in one lane passes through the detection zone of an adjacent lane. This type of occlusion can result in the same vehicle being counted in more than one lane. 09-14 Statewide 6002 2.9. Detection Zone. The detection zone is a line or area selected through the VIVDS processor unit that when occupied by a vehicle, sends a vehicle detection to the traffic controller or freeway management system. 2.10. Detection Accuracy. The measure of the basic operation of a detection system (shows detection when a vehicle is in the detection zone and shows no detection when there is not a vehicle in the detection zone). 2.11. Live Video. Video being viewed or processed at 30 frames per second. 2.12. Lux. The measure of light intensity at which a camera may operate. A unit of illumination equal to one lumen per square meter or to the illumination of a surface uniformly one meter distant from a point source of one candle. 2.13. Video Monitor. As a minimum must be a 9 -in. black and white monitor with BNC connectors for video in and out. 3. FUNCTIONAL CAPABILITIES The system software must be able to detect either approaching or departing vehicles in multiple traffic lanes. A minimum of 4 detector outputs per video processor module card and each card must have a minimum of 24 detection zones. Each zone and output must be user definable through interactive graphics by placing lines or boxes in an image on a video or VGA monitor. The user must be able to redefine previously defined detection zones. The VIVDS must provide real time vehicle detection (within 112 milliseconds (ms) of vehicle arrival) The VIVDS processor unit must be capable of simultaneously processing information from various video sources, including CCTV video image sensors and video tape players. The video sources may be, but are not required to be, synchronized or line -locked. The video must be processed at a rate of 30 times per second by the VIVDS processor unit. The system must be able to detect the presence of vehicles in a minimum of 12 detection zones within the combined field of view of all cameras (a minimum of 12 detection zones per camera input to the VIVDS processor unit). Provide detection zones that are sensitive to the direction of vehicle travel. The direction to be detected by each detection zone must be user programmable. The VIVDS processor unit must compensate for minor camera movement (up to 2% of the field of view at 400 ft.) without falsely detecting vehicles. The camera movement must be measured on the unprocessed video input to the VIVDS processor unit. The camera must operate while directly connected to VIVDS Processor Unit. Once the detector configuration has been downloaded or saved into the VIVDS processor unit, the video detection system must operate with the monitoring equipment (monitor or laptop) disconnected or online. When the monitoring equipment is directly connected to the VIVDS processor unit, it must be possible to view vehicle detections in real time as they occur on the field setup computer's color VGA display or the video monitor. 4. VEHICLE DETECTION 4.1. Detection Zone Placement. The video detection system must provide flexible detection zone placement anywhere within the combined field of view of the image sensors. Preferred presence detector configurations must be lines or boxes placed across lanes of traffic or lines placed in line with lanes of traffic. A single detector must be able to replace one or more conventional detector loops. Detection zones must be able to 09-14 Statewide 6002 be fully overlapped. In addition, detection zones must have the capability of implementing "AND" and "OR' logical functions including presence, extension and delay timing. These logical functions may be excluded if provisions are made to bring each detector separately into the controller and the controller can provide these functions. 4.2. Detection Zone Programming. Placement of detection zones must be by means of a graphical interface using the video image of the roadway. The monitor must show images of the detection zones superimposed on the video image of traffic while the VIVDS processor is running. The detection zones must be created by using the mouse or keypad to draw detection zones on the monitor The detection zones must be capable of being sized, shaped and overlapped to provide optimal road coverage and detection. It must be possible to upload detector configurations to the VIVDS processor unit and to retrieve the detector configuration that is currently running in the VIVDS processor unit. The mouse or keypad must be used to edit previously defined detector configurations so as to fine tune the detection zone placement size and shape. Once a detection configuration has been created, the system must provide a graphic display of the new configuration on its monitor. While this fine-tuning is being done, the detection must continue to operate from the detector configuration that is currently called. When a vehicle occupies a detection zone, the detection zone on the live video must indicate the presence of a vehicle, thereby verifying proper operation of the detection system. With the absence of video, the card must have an LED that will indicate proper operation of the detection zones. Provide detection zones that are sensitive to the direction of vehicle travel. The direction to be detected by each detection zone must be user programmable. The vehicle detection zone should not activate if a vehicle traveling any direction other than the one specified for detection occupies the detection zone. Cross -street and wrong way traffic should not cause a detection. 4.3. Design Field of View. The video detection system must reliably detect vehicle presence in the design field of view. The design field of view must be defined as the sensor view when the image sensor is mounted 24 ft. or higher above the roadway, when the camera is adjacent (within 15 ft.) to the edge of the nearest vehicle travel lane, and when the length of the detection area is not greater than 10 times the mounting height of the image sensor. Within this design field of view, the VIVDS processor unit must be capable of setting up a single detection zone for point detection (equivalent to the operation of a 6 ft. x 6 ft. inductive loop). A single camera, placed at the proper mounting height with the proper lens, must be able to monitor up to and including 5 traffic lanes simultaneously. 4.4. Detection Performance. Detection accuracy of the video detection system must be comparable to properly operating inductive loops. Detection accuracy must include the presence of any vehicle in the defined detection zone regardless of the lane, which the vehicle is occupying. Occlusion produced by vehicles in the same or adjacent lanes must not be considered a failure of the VIVDS processor unit, but a limitation of the camera placement. Detection accuracy (a minimum of 95%) must be enforced for the entire design field of view on a lane by lane and on a time period basis. When specified on the plans, furnish up to 24 continuous hours of recorded video of all installed intersection cameras within the 30 day test period for verification of proper camera placement, field of view, focus, detection zone placement, processor setup and operation. The video from each camera must show vehicle detections for all zones. 4.5. Equipment Failure. Either camera or VIVDS processor unit must result in constant vehicle detection on affected detection zones. 5. VIVDS PROCESSOR UNIT 5.1. Cabinet Mounting. The VIVDS processor unit must be rack mountable. 5.2. Environmental Requirements. The VIVDS processor unit must be designed to operate reliably in the adverse environment found in the typical roadside traffic cabinet. It must meet the environmental 09-14 Statewide 6002 requirements set forth by the latest NEMA (National Electrical Manufacturers Association) TS1 and TS2 standards as well as the environmental requirements for Type 170, Type 179 and 2070 controllers. Operating temperature must be from -30°F to +165°F at 0% to 95% relative humidity, non -condensing. 5.3. Electrical. The VIVDS must have a modular electrical design. The VIVDS must operate within a range of 89 to 135 VAC, 60 Hz single phase. Power to the VIVDS must be from the transient protected side of the AC power distribution system in the traffic control cabinet in which the VIVDS is installed. Serial communications to the field setup computer must be through an RS 232, USB or Ethernet port. This port must be able to download the real time detection information needed to show detector actuations. A connector on the front of the VIVDS processor unit must be used for serial communications. The unit must be equipped with RS 170 (monochrome) or RS170A (color) composite video inputs video inputs, so that signals from image sensors or other synchronous or asynchronous video sources can be processed in real time. BNC connectors on the front of the VIVDS processor unit or video patch panel must be used for all video inputs. The unit must be equipped with a single RS 170 composite video output. This output must be capable of corresponding to any one of the video inputs, as selected remotely via the field setup computer or front panel switch. Multiple video outputs requiring external cable connections to create a combined single video output must not be acceptable. A BNC or RCA connector must be used for video output on the front of the processor unit. Any other video formats must be approved by a Department TRF Signal Operation Engineer before use. Software upgrades or changes must be presented to and approved by the Department's TRF -TM Division before use. Failure to do so will be grounds for termination of contract and probation for responsible partys. The unit software and the supervisor software must include diagnostic software to allow testing the VIVDS functions. This must include the capability to set and clear individual detector outputs and display the status of inputs to enable setup and troubleshooting in the field. 6. CAMERA ASSEMBLY 6.1. Camera. The video detection system must use medium resolution, monochrome image sensors as the video source for real time vehicle detection. The cameras must be approved for use with the VIVDS processor unit by the supplier of the VIVDS. As a minimum, each camera must provide the following capabilities: ■ Images must be produced with a Charge Coupled Device (CCD) sensing element with horizontal resolution of at least 480 lines for black and white or 470 lines for color and vertical resolution of at least 350 lines for black and white or color. Images must be output as a video signal conforming to RS170. ■ Useable video and resolvable features in the video image must be produced when those features have luminance levels as low as 0.1 lux for black and white, and as low as 1.0 lux for color, for night use. ■ Useable video and resolvable features in the video image must be produced when those features have luminance levels as high as 10,000 lux during the day. ■ The camera must include an electronic shutter or auto -iris control based upon average scene luminance and must be equipped with an electronic shutter or auto -iris lens with variable focal length and variable focus that can be adjusted without opening up the camera housing to suit the site geometry. The variable focal length must be adjustable from 6 mm to 34 mm. 6.2. Camera and Lens Assembly. The camera and lens assembly must be housed in an environmental enclosure that provides the following capabilities: ■ The enclosure must be waterproof and dust tight to the latest NEMA 4 specifications. 09-14 Statewide 6002 ■ The enclosure must allow the camera to operate satisfactorily over an ambient temperature range from -30°F to +140°F while exposed to precipitation as well as direct sunlight. ■ The enclosure must allow the camera horizon to be rotated in the field during installation. ■ The enclosure must include a provision at the rear of the enclosure for connection of power and video signal cables fabricated at the factory. Input power to the environmental enclosure must be nominally 115 VAC 60 Hz. ■ A thermostatically controlled heater must be at the front of the enclosure to prevent the formation of ice and condensation, as well as to assure proper operation of the lens's iris mechanism. The heater must not interfere with the operation of the camera electronics, and it must not cause interference with the video signal. ■ The enclosure must be light colored or unfinished and must include a sun shield to minimize solar heating. The front edge of the sunshield must protrude beyond the front edge of the environmental enclosure and must include provision to divert water flow to the sides of the sunshield. The amount of overhang of the sun shield must be adjustable to block the view of the horizon to prevent direct sunlight from entering the lens. Any plastics used in the enclosure must include ultra violet inhibitors. ■ The total weight of the image sensor in the environmental enclosure with sunshield must be less than 10 Ib. ■ When operating in the environmental enclosure with power and video signal cables connected, the image sensor must meet FCC class B requirements for electromagnetic interference emissions. The video output of the cameras must be isolated from earth ground. All video connections for the cameras to the video interface panel must also be isolated from earth ground. Use waterproof, quick disconnect connectors to the image sensor for both video and power. Provide a camera interface panel capable of being mounted to sidewalls of a controller cabinet for protection of the VIVDS processor unit, camera video and power inputs/outputs. The panel must consist of, as a minimum, 4 Edco CX06 coax protectors, an Edco ACP -340 for the cameras and VIVDS processor unit power, a 10 amp breaker, a convenience outlet protected the ACP -340 and a terminal strip with a minimum of sixteen 8-32 binder head screws. The terminal strip must be protected by a piece of 1/8 in. Plexiglas. When the connection between the image sensor and the VIVDS processor unit is coaxial cable, the coaxial cable used must be a low loss, 75 ohm, precision video cable suited for outdoor installation, such as Belden 8281 or a Department -approved equal. Camera mounting hardware must allow for vertical or horizontal mounting to the camera enclosure. Pelco AS -0166-4-62 or equivalent is acceptable. 7. FIELD COMMUNICATION LINK The field communications link must be a one way communications connection from the camera to the equipment cabinet. The primary communications link media may be coaxial cable or fiber optic cable accompanied by a 3 conductor minimum 18 AWG, 24 VDC or 115 VAC camera power cable, or appropriate cable as approved. The following requirements must govern for the various types of field communications link media described on the plans: 7.1. Coaxial Cable. In locations where the plans indicate coaxial cable is required as the primary communications link, this cable must be of the RG 59 type with a nominal impedance of 75 ohms. All cable must have a polyethylene dielectric with copper braid shield having a minimum of 98% shield coverage and not greater than 0.78 dB attenuation per 100 feet at 10 MHz with a minimum 18 AWG external 3 conductor power cable or approved equivalent as directed. 09-14 Statewide 6002 7.2. Fiber Optic Cable. If shown on the plans, furnish fiber optic cable in accordance with the Special Specification for fiber optic cable. 7.3. Twisted Wire Pairs. Must be Belden 9556 or equivalent 18 AWG TWP control cable. All connection cables must be continuous from the equipment cabinet to the camera. No splices of any type will be permitted. Install lightning and transient surge suppression devices on the processor side of the field communications link to protect the peripheral devices. The suppression devices must be all solid state. Lightning protection is not required for fiber optic communication lines. The devices must present high impedance to, and must not interfere with, the communications lines during normal operation. The suppression devices must not allow the peak voltage on any line to exceed 300% of the normal operating peak voltage at any time. The response time of the devices must not exceed 5 nanoseconds. 8. VIVDS SET-UP SYSTEM The minimum VIVDS set-up system, as needed for detector setup and viewing of vehicle detections, must consist of a field setup computer and Windows based interface software (if required) or a video monitor with interface software built-in to the VIVDS processor unit. Live video (30 frames per second) must be available on the field setup computer to determine proper operation of detectors. The field set-up computer as a minimum, must have an NTSC video input port or equivalent. If a field setup computer is required for system set-up, it must be supplied by the supplier of the VIVDS. The field setup computer must include all necessary cabling and a Windows based program to interface with the VIVDS processor unit. This software must provide an easy to use graphical user interface and support all models/versions of the supplied VIVDS. Live video with the detection overlaid is required for field verification of the system. 9. TEMPORARY USE AND RETESTING 9.1. Temporary Use. When shown on the plans, the VIVDS equipment must be used to provide vehicle detection on a temporary basis. When the permanent vehicle detection system and related equipment are installed and made operational, the VIVDS equipment must be carefully removed and delivered to the location shown on the plans. 9.2. State Retesting and Acceptance. Before acceptance, all VIVDS equipment may be retested by the Department, even if the system was operating properly before removal. Repair or replace any equipment damaged during removal or transport and any equipment that does not meet the various test requirements. 10. OPERATION FROM CENTRAL CONTROL The central control must transmit and receive all information needed for detector setup, monitor the vehicle detection, view the vehicle traffic flow at a rate of 2 frames per second or greater for telephone, or 5 frames per second or greater for ISDN lines (as specified by the plans), and interrogate all required stored data. The remote communications link between the VIVDS processor unit and central control may be dial-up (telephone or ISDN lines) or dedicated twisted wire pair communications cable which may be accompanied with coaxial cable or fiber-optic cable, as shown on the plans. Communications with the central control must not interfere with the on -street detection of the VIVDS processor. Quality of the video at 2 frames per second rate must be such that the view with the traffic flow is clear and in focus. 09-14 Statewide 6002 11. INSTALLATION AND TRAINING The supplier of the video detection system must supervise the installation and testing of the video and computer equipment. A factory certified representative from the supplier must be on site during installation. If the field setup computer is furnished by the Department, such installation and testing must be done at the time that training is conducted. Provide up to 2 days of training to personnel of the Department in the operation, setup and maintenance of the video detection system. Provide instruction and materials for a maximum of 20 persons and conduct at a location selected by the Department. The Department will be responsible for any travel and room and board expenses for its own personnel. Instruction personnel are required to be certified by the equipment manufacturer. The User's Guide is not an adequate substitute for practical, classroom training and formal certification by an approved agency. Formal levels of factory authorized training are required for installers, contractors, and system operators. All training must be certified by the manufacturer. 12. WARRANTY, MAINTENANCE, AND SUPPORT The video detection system must be warranted to be free of defects in material and workmanship for a period of 5 yr. from date of shipment from the supplier's facility. During the warranty period, the supplier must repair with new or refurbished materials, or replace at no charge, any product containing a warranty defect provided the product is returned FOB to the supplier's factory or authorized repair site. Return product repair or replaced under warranty by the supplier with transportation prepaid. This warranty does not apply to products damaged by accident, improperly operated, abused, serviced by unauthorized personnel or unauthorized modification. During the warranty period, technical support must be available from the supplier via telephone within 4 hr. of the time a call is made by a user, and this support must be available from factory certified personnel or factory certified installers. Ongoing software support by the supplier must include updates of the VIVDS processor unit and supervisor software (if a field setup computer is required for set up). Provide these updates free of charge during the warranty period. The update of the VIVDS software to be NTCIP compliant must be included. The supplier must maintain a program for technical support and software updates following expiration of the warranty period. Make this program available to the Department in the form of a separate agreement for continuing support. The supplier must maintain an ongoing program of technical support for the wireless camera system. This technical support must be available via telephone or personnel sent to the installation site. The supplier must maintain an adequate inventory of parts to support maintenance and repair of the camera system. 13. MEASUREMENT The VIVDS will be measured as each major system component furnished, installed, made fully operational, and tested in accordance with this Special Specification or as directed. The VIVDS communication cable will be measured by the foot of the appropriate media type furnished, installed, made fully operational, and tested in accordance with this Specification, other referenced Special Specifications or as directed. 09-14 Statewide 6002 When the VIVDS is used on a temporary basis, the VIVDS will be measured as each system furnished, installed, made fully operational, including reconfiguration and removal if required by the plans, and tested in accordance with this Special Specification or as directed. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal unless modified by Article 9.2., "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. When recorded video is required by the plans it will be paid for by each camera recorded. 14. PAYMENT The work performed, materials, and all accompanying software furnished in accordance with this Item and measured as provided under "Measurement' will be paid for at the unit price bid for "VIVDS Processor System," "VIVDS Camera Assembly," "VIVDS Central Control," "VIVDS Set-up System," "VIVDS Temporary," "VIVDS Communication Cable (Coaxial)," "VIVDS Communication Cable (Fiber Optic)," and "VIVDS Video Recording," These prices are full compensation for furnishing, placing, and testing all materials and equipment, and for all tools, labor, equipment, hardware, operational software packages, supplies, support, personnel training, shop drawings, documentation, and incidentals. A 3 -conductor power cable must be included with the communication cable. These prices also include any and all interfaces required for the field and remote communications links along with any associated peripheral equipment, including cables; all associated mounting hardware and associated field equipment; required for a complete and fully functional visual image vehicle detection system component. 09-14 Statewide 6027 Special Specification 6027 -a Texas Preparation of Existing Conduits, Ground Boxes, or p g or ransportaron Manholes 1. DESCRIPTION Prepare conduits, ground boxes, or manholes; replace conduits, ground boxes, or manholes, when necessary; replace conduit fittings with junction boxes; replace damaged ground box or manholes covers; adjust ground box or manholes covers; install pull lines in conduits; install cable racks in ground boxes or manholes. 2. MATERIALS Provide new materials that comply with the details shown on the plans, the requirements of this Item, and to the pertinent requirements of the following Items: ■ Item 624, "Ground Boxes" ■ Item 465, "Manholes and Inlets" When conduit replacement is required, provide conduit meeting the requirements of Item 618, "Conduit." Use conduit of same size and type of that being replaced or as directed. Provide 24 in. x 24 in. x 12 in. (L x W x D) minimum size NEMA 4X junction boxes with screw covers. Provide polyester tapes or rope pull cords with a tensile strength of at least 1200 Ib. Provide heavy duty, non-metallic, non -corrosive cable racks that can support a minimum dead load of 300 lbs. Ensure cable racks are resistant to the effects of oils, hydrocarbons, common esters, ketones, ethers, or amides. Ensure cable racks are adjustable between 8 in. and 14 in. wide. Do not provide grounding or insulators for cable racks. 3. CONSTRUCTION Check existing conduit and ground boxes. 3.1. Preparation of Conduit, Ground Box or Manhole. Pull a mandrel through empty conduits. Use a mandrel with a diameter greater than 70% of the inside diameter of the conduit and 2 in. length. Repair or replace conduit runs that will not allow passage of the mandrel. Replace conduit deemed impractical to repair or remains unsuitable in accordance with Item 618, "Conduit." Clean the conduit by pulling a rubber swab slightly larger in diameter than the conduit. Blow compressed air through conduits that contain wires. Remove debris from the conduit by pushing a fish tape through the conduit. Do not use water to clear debris. Retest the conduit by blowing compressed air. Install 1 pull cord in each conduit for use in installing the conductors, cables, or innerduct. Leave 1 pull cord in each conduit after the conductors, cables, or innerduct have been installed. Remove silt and debris from ground boxes or manholes prior to installing cable. 3.2. Installation of Ground Box or Manhole. Furnish new ground boxes or manholes as directed. Install ground boxes or manholes as shown the plans or as directed. 11-14 Statewide 6027 Backfill disturbed surface with material equal in composition and density to the surrounding area. Replace surfacing material with similar material to an equivalent condition. 3.3. Installation or Adjustment of Ground Box or Manhole Covers. Remove, dispose, and install ground box or manhole covers as shown on the plans or as directed. Adjust ground box or manhole covers as shown on the plans or as directed. Adjustment may include welding, raising, or lowering. Backfill disturbed surface with material equal in composition and density to the surrounding area. Replace surfacing material with similar material to an equivalent condition. 3.4. Installation of Junction Box. Locate conduit fittings in conduits carrying fiber optic cables. Replace the conduit fitting and associated section of conduit with a junction box. Install junction boxes as shown on the plans. 3.5. Installation of Cable Rack Assembly. Install cable racks to permit coiling of conductors or cables without violating the manufacturer's minimum bending radius. Install 2 cable rack supports and 4 adjustable levels on each support, at a minimum, on each wall of the ground box or manhole as shown on plans or as directed. Anchor the cable rack support permanently to the ground box wall with mechanical or powder actuated fasteners. Use fasteners with an ultimate pull out strength of at least 2500 Ib. and ultimate shear strength of at least 3000 Ib. Provide sufficient cable supports for the particular number of conductors or cables coiled or passing through the ground box or manhole as shown on the plans or as directed. 4. MEASUREMENT This Item will be measured by the foot of conduit cleared, tested, replaced and repaired, by each cable rack, junction box, ground box, or manhole installed or prepared, and by each ground box or manhole cover replaced or adjusted. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Conduit (Prepare)," "Junction Box (Install)," "Manhole (Install)," "Ground Box (Install)," "Manhole (Prepare)," "Ground Box (Prepare)," "Cover (Replace)" of the sizes specified, "Cover (Adjust)," and "Cable Rack Assembly (Install)." This price is full compensation for cleaning and testing conduit, ground boxes, and manholes; furnishing and installing pull cords, ground boxes, manholes, junction boxes, and cable racks; excavating and backfilling; adjusting ground boxes and manholes covers; disposal of unsalvageable material; and equipment, materials, labor, tools, and incidentals. Repair of existing conduit will be paid for by the Department in accordance with Article 9.7., "Payment for Extra Work and Force Account Method." 11-14 Statewide 6306 n Special Specification 6306 = Video Imaging Vehicle Detection System ra5 UepartaTenf of Transportation 1. DESCRIPTION Furnish, install, relocate, or remove video imaging vehicle detection system (VIVDS) at locations shown on the plans, or as directed. Use VIVDS listed on the Department's Prequalified Products List. 2. MATERIALS 2.1. General. Furnish, assemble, and install only new materials except as allowed for relocation of VIVDS equipment. Ensure all VIVDS within the project are from the same manufacturer. VIVDS must analyze video images and produce vehicle detector outputs that can serve as inputs to a traffic signal controller. Provide VIVDS field equipment that is compatible with existing infrastructure and software located in the Department's Traffic Management Control Centers across the state as directed. VIVDS must meet Department TSS Protocol requirements when integration with Traffic Management Center software or systems is shown on the plans. VIVDS equipment must include the following: ■ Camera and mounting hardware (fixed or variable focal length; infrared; or 360° "fish-eye"), ■ VIVDS processor, ■ Cabinet control unit and associated devices required for system integration, and ■ Data, power, and communication cable, connectors, and assemblies. The VIVDS must use one or more cameras and video processing equipment to accurately provide detector calls for the intersection, approach, or roadway segment where they are installed, and provide detection as shown on the plans. A single camera placed per manufacturer recommendations must be capable of monitoring and detecting 5 lanes of traffic simultaneously. Ensure the system is designed and constructed with subassemblies, circuits, cards, and modules to maximize standardization and commonality. Ensure field replaceable parts are accessible for inspection and maintenance. Provide test points for checking essential voltages and waveforms. VIVDS devices must self -recover from power failure once power is restored. 2.2. Configuration and Management. Ensure that the VIVDS allows local and remote configuration and monitoring. The VIVDS must allow the user to fully configure the system and place detection zones using a mouse, monitor, and keyboard (or keypad) connected to the VIVDS. Provide each VIVDS with all associated equipment required to configure and operate the system in a field environment including a video monitor, mouse, keyboard (or keypad), software, and interface cables as applicable. The VIVDS must also support local configuration and monitoring using a laptop computer, but must not require a computer for local configuration, monitoring, and operation. Ensure that the system can display detection zones and detection activations overlaid on live video from VIVDS cameras. Ensure that the VIVDS allows a user to edit previously defined configuration parameters, including size, placement, and sensitivity of detection zones. 1 -12 01-19 Statewide 6306 Ensure that the VIVDS retains its programming in nonvolatile memory. Ensure that the detection system configuration settings can be saved to a computer and restored from a saved file locally and remotely. The system must allow stored configurations to be modified for fine-tuning and optimization. The VIVDS must continue to detect vehicles and operate normally while configuration and detection zone modifications are made. Ensure the VIVDS does not require adjustment or recalibration to maintain performance once initial calibration and configuration is complete. 2.3. Detection Zones. The VIVDS must allow a user to configure detection zones using a graphical user interface (GUI) superimposed on a video image of the roadway. Ensure detection zones can be placed anywhere within a camera field of view. Ensure VIVDS detection zones can detect vehicle presence and collect traffic data, such as traffic counts. Detection zones must appear as lines or polygons in the field of view. The system must allow a minimum of 8 detection zones per field of view. VIVDS detection zones must be able to provide detection equivalent to a 6 ft. by 6 ft. loop. Ensure zones can be sized, shaped, and overlapped to accurately detect vehicles at the locations shown on the plans. The system must allow zones to be configured with directionality, delay, extension, and logic functions including "AND" and "OR." If each detection zone provides a unique output to the signal controller and the controller includes logical functions, then the VIVDS is not required to support logic functions. Ensure zones displayed on a monitor provide a visual indication when vehicles are detected during configuration and operation. 2.4. Detection. VIVDS processor must compensate for minor camera movement. Movement up to 2% of field of view at 400 ft. must not produce a false detection. Ensure VIVDS processor operates regardless of whether monitoring equipment is connected. If monitoring equipment is connected to the processor unit, vehicle detections are displayed real-time as they occur. VIVDS must simultaneously detect vehicles in all lanes. VIVDS must be able to accurately detect approaching and departing vehicles in multiple lanes. VIVDS is configurable for which direction of travel to detect. Ensure vehicles traveling in any direction other than the configured direction of travel (e.g., cross - street and wrong -way traffic) do not activate a call to the controller. Ensure a constant call is placed on outputs associated with zones or cameras that are in an error state or failed. Ensure a constant call is placed on assigned outputs whenever the system is unable to provide accurate detection. 2.5. Accuracy. Ensure VIVDS individual lane accuracy for vehicle presence detection is within 5% of actual. 2.6. Camera. Use color or thermal cameras that are provided as part of an engineered system by the VIVDS processor manufacturer or approved for use by the VIVDS processor manufacturer. Ensure that analog cameras provide NTSC composite video with a minimum resolution of at least 480 TVL. Cameras must produce useable video suitable for detection in low light. Cameras with day and night modes must automatically and seamlessly transition between modes without producing vehicle detection errors such as false calls and missed calls. Nighttime monochrome operation must produce feature resolvable video with luminance as low as 0.1 lux. Nighttime color operation must produce feature resolvable video with luminance as low as 1.0 lux. Cameras must produce resolvable features in the video with luminance as high as 10,000 lux. 2-12 01-19 Statewide 6306 Visual spectrum cameras must include automatic electronic shutter and iris control based on average scene luminance. Variable focal length lenses must be adjustable from 6 mm to 34 mm. Processed images produced by the VIVDS must use a standard encoding format such as H.264 or MJPEG unless otherwise shown on the plans. 2.6.1. Thermal cameras. Thermal imaging cameras must use a long -life, uncooled vanadium oxide microbolometer thermal detector with a spectral range of 7.5 to 13.5 lum. Ensure analog video is compliant with National Television System Committee (NTSC) Standard and has a minimum NTSC array format of 320 x 240 with a 76,800 pixel effective resolution. 2.6.2. Camera enclosure. Camera and lens assembly must be housed in an enclosure designed for outdoor use. The housing must be light in color to limit solar heating and prolong equipment life. Enclosure, including cable connections, must be waterproof and dust tight with a NEMA Type 4 rating. Ensure enclosures for visual spectrum cameras include a sunshield. Sunshield must protrude beyond the front edge of the enclosure and divert water away from the camera's field of view. Ensure the sunshield overhang is adjustable. Any plastics used in the construction of the enclosure must include ultraviolet inhibitors. Ensure the enclosure allows the camera horizon to be rotated in the field during installation. Ensure camera focus and zoom can be adjusted, if necessary, without entering the camera enclosure. The camera enclosure must be provided with mounting bracket designed to mount directly to a pole, mast - arm, or other structure. Ensure the bracket allows the camera to be panned and tilted for alignment and then locked into place once properly positioned. The camera enclosure with camera and lens installed must weigh 10 Ib. or less. Camera housing must include a means to prevent the formation of ice or condensation. If camera housing includes a heater, wiper, or other electronically controlled mechanism, such mechanism does not interfere with the camera operation or video signal. 2.7. Video Processor. Ensure the VIVDS includes a machine vision processor that provides video analysis, presence detection, and interfaces for inputs and outputs. VIVDS must provide data collection features, including storage and reporting of collected vehicle detection data, when shown on the plans. VIVDS must be able to interface with the traffic controller unit (CU) via the detector rack, SDLC, or another detector interface described in NEMA TS2-2016, unless otherwise shown on the plans. Solid state detection outputs must meet the requirements of NEMA TS2-2016, 6.5.2.26. Each VIVDS detector rack card must have a minimum of 4 detector outputs. The system must be able to provide a total of 24 detection outputs. Ensure each zone and output is user definable, and previously saved zones can be redefined. The system must be capable of functioning as a detector BILI using an RS -485 SDLC connector. TS2 Type 1 VIVDS must include indicators that display detector output status for verification of calls. Analog video inputs must use BNC connectors or be routed through existing loop inputs using connections designed for that purpose. Analog video outputs must use BNC or RCA connectors. Use of external cable connections to create a combined video output is not allowed. Ensure processor includes provisions to view video image in the field and remotely. 3-12 01-19 Statewide 6306 VIVDS processors installed in the traffic controller cabinet must utilize digital video or accommodate asynchronous, synchronous, and line -locked analog video as part of a complete system engineered by the VIVDS manufacturer. 2.8. Camera Interface Panel. Supply the VIVDS with a camera interface panel as required by the manufacturer that provides a cabinet connection point between field wiring from VIVDS cameras and VIVDS equipment in the cabinet. The interface panel must be provided by the VIVDS manufacturer as part of a complete engineered system. The panel must include terminal facilities and surge suppression for all conductors used to connect VIVDS field equipment, including camera power and communications. Interface panels for analog cameras must include a 10 amp breaker or blade type fuses and a power terminal strip with a minimum of eight (8) 8/32 binder head screws for camera power connections. The panel must also have, as a minimum, four (4) coax protectors (EDCO CX06 or equivalent). Additional lightning and transient protection will be allowed. All components that reside on the panel must be Department approved. For cameras utilizing POE the interface panel must consist of surge protection meeting GR 1089 standards. Ensure interface panel is capable of being mounted on the side walls of the controller cabinet. Video connections must be isolated from earth ground. 2.9. Cabling. Supply the VIVDS with connector cables of the appropriate length for each installation site. Connector cables must include all conductors necessary for power, video, and communication. All cabling used must meet the minimum recommended specifications of the VIVDS manufacturer. Ensure the power and data cable connectors are IP 67 to protect against intrusion of solids and water. External connectors must be quick disconnect and keyed to prevent improper connections. All wiring must be color coded and marked appropriately. Ensure all conductors that interface with the connector are encased in a single jacket. Fiber optic cable, if used, must meet the requirements of Special Specification Item Intelligent Transportation System (ITS) Fiber Optic Cable. If coaxial cable is used, it must be low loss, 75 ohm, precision video cable suited for outdoor installation and approved by the VIVDS manufacturer. RS -485 and RS -232 communication cable must meet the requirements of Special Specification 6004 Networking Intelligent Transportation System (ITS) Communications Cable. 2.10. Communication. Ensure that the VIVDS includes a minimum of one serial or Ethernet communications interface. Ensure serial interfaces and connectors conform to Telecommunications Industry Association (TIA)-232 standards. Ensure that the serial ports support data rates up to 115200 bps; error detection utilizing parity bits (i.e., none, even, and odd); and stop bits (1 or 2). Ensure that wired Ethernet interfaces provide a 10/100 Base TX connection. Verify that all unshielded twisted pair/shielded twisted pair network cables and connectors comply with TIA-568. Ensure wireless communications are secure and that wireless devices are Federal Communications Commission (FCC) certified. Ensure that the FCC identification number is displayed on an external label and that all detection system devices operate within their FCC frequency allocation. Ensure the system can be configured and monitored via one or more communications interface. Ensure that all communication addresses are user programmable. 2.11. Software. Ensure the VIVDS manufacturer includes all software required to configure and monitor operation of VIVDS field equipment locally and remotely. VIVDS software must be a stable production release approved by the Department's Traffic Operations Division. 4-12 01-19 Statewide 6306 Ensure VIVDS computer software includes a GUI that displays all configured lanes and provides visual representation of all detected vehicles. Server software must be designed to run on the Windows Server operating system (Windows Server 2012 or newer). Client workstation software must be designed to run on Microsoft Windows 7 Professional and newer. VIVDS software must allow the user to program, operate, exercise, diagnose, and read status of all VIVDS features and functions using a laptop computer. VIVDS computer software must be able to communicate with VIVDS field devices using TCP/IP and serial connections. The software must provide for local and remote configuration and monitoring, including display of detection zone activations on live video and modification of existing detection zone layouts. System software must provide the user complete control over the configuration process for VIVDS devices and allow the user to load new firmware into non-volatile memory of VIVDS field devices locally and over any supported communication channel including TCP/IP networks. The system software must include the ability to retrieve and store data collected by VIVDS field devices Ensure all licenses required for operation and use of software are included at no additional cost. Software updates must be provided at no additional cost during the warranty period. 2.12. Mechanical. VIVDS detector card rack units must comply with dimensions specified in NEMA TS2-2016, 6.5.2.2.2. Ensure that all parts are fabricated from corrosion resistant materials, such as plastic, stainless steel, aluminum, or brass. Ensure that all screws, nuts, and locking washers are stainless steel. Do not use self -tapping screws. Ensure equipment is clearly and permanently marked with manufacturer name or trademark and part number as well as date of manufacture or serial number. Ensure VIVDS is modular in design for ease of field replacement and maintenance. All printed circuit boards must have conformal coating to protect against moisture and fungus. 2.13. Electrical. Ensure equipment is designed to protect personnel from exposure to high voltage during installation, operation, and maintenance. Ensure all connections include the manufacturer recommend surge protective device (SPD). SPDs must not interfere with the performance of the VIVDS. VIVDS electrical design must be modular. Ensure the VIVDS operates on nominal 120 VAC. A power converter must be provided for devices that do not operate on nominal 120 VAC. Camera sensors must operate between 12 Voc and 28 Voc. 2.14. Environmental. All VIVDS devices must operate properly during and after being subjected to the environmental testing procedures described in NEMA TS2, Section 2. VIVDS cameras must be able to withstand the maximum wind load defined in the Department's basic wind velocity zone map standard without any damage or loosening from structure. 2.15. Connectors and Harnesses. External connections exposed to the outdoor environment must be made with weatherproof connectors. Connectors must be keyed to ensure correct alignment and mating. Ensure all conductors are properly color coded and identified. Ensure that every conductive contact surface or pin is gold-plated or made of a noncorrosive, nonrusting, conductive metal. 5-12 01-19 Statewide 6306 RS -485 and RS -232 communication cables must: ■ be shielded, twisted pair cable with a drain wire, ■ have a nominal capacitance conductor to conductor @ 1 Khz >_ 26pF/ ft., ■ have nominal conductor DC resistance @ 68'1`<_ 15 ohms/1,000 ft., ■ be one continuous run with no splices, and ■ be terminated only on the two farthest ends of the cable. 2.16. Documentation. Provide hardcopy operation and maintenance manuals, along with a copy of all product documentation on electronic media. Include the following documentation for all system devices and software: ■ operator manuals, ■ installation manuals with installation procedures, ■ maintenance and troubleshooting procedures, and ■ manufacturer's specifications (functional, electrical, mechanical, and environmental). Provide certification from an independent laboratory demonstrating compliance with NEMA TS2 environmental requirements for temperature, humidity, transients, vibration, and shock. Provide certification that VIVDS electronic equipment meets FCC Class B requirements for electromagnetic interference and emissions. Ensure the VIVDS system manufacturer has a quality assurance program for manufacturing VIVDS as described in this specification. Manufacturer of the VIVDS must be ISO 9001 certified, or provide a copy of the company quality manual for review. The VIVDS must pass testing to ensure functionality and reliability before delivery. Test results and supporting documentation, including serial number tested, must be submitted for each VIVDS. If requested, manufacturing data per serial number must be provided for each VIVDS. 2.17. Warranty. Warrant the equipment against defects or failure in design, materials, and workmanship for a minimum of 5 yr. or in accordance with the manufacturer's standard warranty if that warranty period is greater. The start date of the manufacturer's standard warranty will begin after the equipment has successfully passed all tests contained in the final acceptance test plan. Any VIVDS equipment with less than 90% of its warranty remaining after the final acceptance test is completed will not be accepted by the Department. Guarantee that equipment furnished and installed for this project performs per the manufacturer's published specifications. Assign, to the Department, all manufacturer's normal warranties or guarantees on all electronic, electrical, and mechanical equipment, materials, technical data, and products furnished for and installed on the project. Malfunctioning equipment must be repaired or replaced at the Contractor's expense before completion of the final acceptance test plan. Furnish replacement parts for all equipment within 10 days of notification of failure by the Department. During the warranty period, technical support must be available via telephone within 4 hr. of the time a call is made by a user, and this support must be available from factory certified personnel. 2.18. Training. Conduct a training class for a minimum of 8 hr., unless otherwise directed, for up to 10 representatives designated by the Department on installation, configuration, operation, testing, maintenance, troubleshooting, and repair. Submit a training session agenda, a complete set of training material, the names and qualifications of proposed instructors, and proposed training location for approval at least 30 days before the training. Conduct training within the local area unless otherwise directed. Provide 1 copy of course material for each attendee. Ensure that training includes: ■ "Hands-on" operation of system software and equipment; ■ explanation of all system commands, their function and usage; and ■ system "troubleshooting," operation, and maintenance. 6-12 01-19 Statewide 6306 3. CONSTRUCTION 3.1. System Installation. Install VIVDS devices and configure detection zones and settings as shown on the plans, in accordance with the manufacturer's recommendations, and as directed. Provide configuration file backups, including detector placement, names, communication settings, and output assignments. Completion of the work must present a neat, workmanlike, and finished appearance. VIVDS installer must be certified by VIVDS manufacturer in proper installation setup and procedures. VIVDS integrator must be certified by the manufacturer for training end users in the maintenance, configuration, and operation of VIVDS. Ensure VIVDS detector rack cards are properly installed and seated in the controller cabinet detector rack and use the card edge connector to obtain power and provide outputs. Rewiring the backplane or any other cabinet panel for the system is not permitted except for power and grounding for camera interface panels, wiring from the video camera sensor to the loop detector panel for the video signal inputs, as applicable, and wiring to obtain power for the VIVDS cameras. Mount and aim cameras in a manner that eliminates as much environmentally generated glare as possible. All wiring must be cut to proper length before assembly. Provide cable service loops. All cable slack must be neatly laced and placed in the bottom of the cabinet. Ensure cables are secured with clamps. Ensure cables between the controller cabinet and VIVDS cameras are continuous with no splices. Provisions must be made for installation and configuration of software on Department computers. 3.2. Temporary Use. When shown on the plans, the VIVDS equipment must be used to provide vehicle detection on a temporary basis. When the permanent vehicle detection system and related equipment are installed and made operational, the VIVDS equipment must be carefully removed and delivered to the location shown on the plans. 3.3. Mechanical Components. Ensure that all fasteners, including bolts, nuts, and washers with a diameter less than 5/8 in. are Type 316 or 304 stainless steel and meet the requirements of ASTM F593 and ASTM F594 for corrosion resistance. Ensure that all bolts and nuts 5/8 in. and over in diameter are galvanized and meet the requirements of ASTM A307. Separate dissimilar metals with an inert dielectric material. 3.4. Wiring. All wiring and electrical work supplying the equipment must meet the requirements of the most current version of the National Electrical Code (NEC). Supply and install all wiring necessary to interconnect VIVDS cameras to the controller cabinet and incidentals necessary to complete the work. If additional cables are required, the Contractor must furnish and install them at no additional cost to the Department. Provide conductors at least the minimum size indicated on the plans and insulated for 600 V. Cables must be cut to proper length before assembly. Provide cable slack for ease of removal and replacement. All cable slack must be neatly laced with lacing or straps in the bottom of the cabinet. Ensure cables are secured with clamps and include service loops. 3.5. Electrical Service. The Contractor is responsible for checking the local electrical service to determine if a modification is needed for the equipment. 3.6. Grounding. Ensure all VIVDS devices and supports are grounded in accordance with the NEC and manufacturer recommendations. 3.7. Relocation of VIVDS Field Equipment. Perform the relocation in strict conformance with the requirements herein and as shown on the plans. Completion of the work will present a neat, workmanlike, and finished appearance. Maintain safe construction practices during relocation. 7-12 01-19 Statewide 6306 Inspect the existing VIVDS field equipment with a representative from the Department and document any evidence of damage before removal. Conduct a pre -removal test in accordance with the testing requirements contained in this Item to document operational functionality. Remove and deliver equipment that fails inspection to the Department. Before removal of existing VIVDS field equipment, disconnect and isolate the power cables from the electric power supply and disconnect all communication cabling from the equipment located inside the cabinet. Coil and store power and communication cabling inside the cabinet until such time that it can be relocated. Remove existing VIVDS field equipment as shown on the plans only when authorized by the Engineer. Use care to prevent damage to any support structures. Any equipment or structure damaged or lost must be replaced by the Contractor (with items approved by the Engineer) at no cost to the Department. Make all arrangements for connection to power and communications including any permits required for the work to be done under the Contract. Provide conductors for the power connection at least the minimum size indicated on the plans and insulated for 600 V. Meet the requirements of the NEC most current version. 3.8. Removal of VIVDS Field Equipment. Perform the removal in strict conformance with the requirements herein and as shown on the plans. Completion of the work will present a neat, workmanlike, and finished appearance. Maintain safe construction practices during removal. Disconnect and isolate any existing electrical power supply before removal of existing field equipment. Use care to prevent damage to any support structures. Any equipment or structure damaged or lost must be replaced by the Contractor (with items approved by the Engineer) at no cost to the Department. All materials not designated for reuse or retention by the Department will become the property of the Contractor and be removed from the project site at the Contractor's expense. Deliver items to be retained by the Department to a location shown on the plans or general notes. The Contractor is fully responsible for any removed equipment until released by the Engineer. 3.9. Contractor Experience Requirements. Contractor or designated subcontractor must meet the following experience requirements: 3.9.1. Minimum Experience. Three years of continuous existence offering services in the installation of VIVDS. 3.9.2. Completed Projects. Three completed projects where personnel installed, tested, and integrated VIVDS field equipment. The completed installations must have been in continuous satisfactory operation for a minimum of 1 yr. 3.9.3. Equipment Experience. One project (may be 1 of the 3 projects in the preceding paragraph) in which the personnel worked in cooperation with technical representatives of the equipment supplier to perform installation, integration, or acceptance testing of the work. The Contractor will not be required to furnish equipment on this project from the same supplier who was referenced in the qualification documentation. Submit the names, addresses, and telephone numbers of the references that can be contacted to verify the experience requirements given above. 4. TESTING Ensure that the following tests are performed on equipment and systems unless otherwise shown on the plans. The Department may witness all the tests. 4.1. Test Procedures Documentation. Provide an electronic copy of the test procedures and blank data forms 60 days before testing for each test required on this project. Include the sequence of the tests in the 8-12 01-19 Statewide 6306 procedures. The Engineer will approve test procedures before submission of equipment for tests. Conduct all tests in accordance with the approved test procedures. Record test data on the data forms as well as quantitative results. Ensure the data forms are signed by an authorized representative (company official) of the equipment manufacturer. 4.2. Design Approval Test. Ensure that the VIVDS has successfully completed a Design Approval Test that confirms compliance with the environmental requirements of this specification. Provide a certification and test report from an independent testing laboratory as evidence of a successfully completed Design Approval Test. Ensure that the testing by this laboratory is performed in accordance with the requirements of this specification. 4.3. Demonstration Test. Conduct a Demonstration Test on applicable equipment at an approved Contractor facility. Notify the Engineer 10 working days before conducting this testing. Perform the following tests: 4.3.1. Examination of Product. Examine each unit carefully to verify that the materials, design, construction, markings, and workmanship comply with the requirements of this specification. 4.3.2. Continuity Tests. Check the wiring to determine conformance with the requirements this specification. 4.3.3. Operational Test. Operate each unit for at least 15 min. to permit equipment temperature stabilization and observation of a sufficient number of performance characteristics to ensure compliance with this specification. 4.4. Stand -Alone Test. Conduct a Stand -Alone Test for each unit after installation. The test must exercise all stand-alone (non -network) functional operations. Notify the Engineer 5 working days before conducting this test. 4.4.1. Performance Test. Ensure the VIVDS meets functional performance requirements of Section 2.55 using the following methods: Verify presence detection accuracy at installed field sites by comparing sample data collected from the detection system with ground truth data collected by human observation. Collect samples and ground truth data for each detection zone for a minimum of 5 minutes during a peak period and 5 minutes during an off- peak period. Ensure the sample period for each zone includes a minimum of 3 vehicles. Perform tests in the presence of the Engineer. Recorded video of all cameras showing vehicle detections during a 24 hr. period at each intersection must be provided within 30 days upon request. This video must allow verification of proper camera placement, field of view, focus, detection zone placement, and operation. 4.5. System Integration Test. Conduct a System Integration Test on the complete functional system. Demonstrate all control and monitor functions for each system component and operate the system for 72 hr.. Supply 2 copies of the System Operations manual before the System Integration Test. Notify the Engineer 10 working days before conducting this testing. The Department may witness all the tests. Conduct a System Integration Test on the complete functional system. Demonstrate all control and monitor functions for each system component for 72 hr. Supply 2 copies of the System Operations manual before the System Integration Test. Notify the Engineer 10 working days before conducting this testing. 4.6. Consequences of Test Failure. If a unit fails a test, submit a report describing the nature of the failure and the actions taken to remedy the situation before modification or replacement of the unit. If a unit requires modification, correct the fault and then repeat the test until successfully completed. Correct minor discrepancies within 30 days of written notice to the Engineer. If a unit requires replacement, provide a new unit and then repeat the test until successfully completed. Major discrepancies that will substantially delay receipt and acceptance of the unit will be enough cause for rejection of the unit. 9-12 01-19 Statewide 6306 If a failure pattern develops in similar units within the system, implement corrective measures, including modification or replacement of units, to all similar units within the system as directed. Perform the corrective measures without additional cost or extension of the contract period. 4.7. Final Acceptance Test. Conduct a Final Acceptance Test on the complete functional system. Demonstrate all control, monitor, and communication requirements and operate the system for 90 days. The Engineer will furnish a Letter of Approval stating the first day of the Final Acceptance Test. The completion of the Final Acceptance Test occurs when system downtime due to mechanical, electrical, or other malfunctions to equipment furnished or installed does not exceed 72 hr. and any individual points of failure identified during the test period have operated free of defects. 4.8. Consequences of Final Acceptance Test Failure. If a defect within the system is detected during the Final Acceptance Test, document and correct the source of failure. Once corrective measures are taken, monitor the point of failure until a consecutive 30 -day period free of defects is achieved. If after completion of the initial test period, the system downtime exceeds 72 hr. or individual points of failure have not operated for 30 consecutive days free of defects, extend the test period by an amount of time equal to the greater of the downtime more than 72 hr. or the number of days required to complete the performance requirement of the individual point of failure. 4.9. Relocation and Removal 4.9.1. Pre -Test. Tests may include, but are not limited to, physical inspection of the unit and cable assemblies. Include the sequence of the tests in the procedures along with acceptance thresholds. Contractor to resubmit, if necessary, rejected test procedures for final approval within 10 days. Review time is calendar days. Conduct all tests in accordance with the approved test procedures. Conduct basic functionality testing before removal of VIVDS field equipment. Test all functional operations of the equipment in the presence of representatives of the Contractor and the Department. Ensure that both representatives sign the test report indicating that the equipment has passed or failed each function. Once removed, the equipment becomes the responsibility of the Contractor until accepted by the Department. Compare test data before removal and test data after installation. The performance test results after relocation must be equal to or better than the test results before removal. Repair or replace those components within the system that failed after relocation, but passed before removal. 4.9.2. Post -Test. Testing of the VIVDS field equipment is for relieving the Contractor of maintenance of the system. The Contractor will be relieved of the responsibility for maintenance of the system in accordance with Item 7, "Legal Relations and Responsibilities," after a successful test period. The Contractor will not be required to pay for electrical energy consumed by the system. After all existing VIVDS field equipment has been installed, conduct approved continuity, stand alone, and performance tests. Furnish test data forms containing the sequence of tests including all the data taken as well as quantitative results for all tests. Submit the test data forms to the Engineer at least 30 days before the day the tests are to begin. Obtain Engineer's approval of test procedures before submission of equipment for tests. Send at least 1 copy of the data forms to the Engineer. Conduct an approved stand-alone test of the equipment installation at the field sites. At a minimum, exercise all stand-alone (non -network) functional operations of the field equipment installed per the plans as directed. Complete the approved data forms with test results and turn over to the Engineer for review and either acceptance or rejection of equipment. Give at least 30 working days notice before all tests to permit the Engineer or his representative to observe each test. The Department will conduct approved VIVDS field equipment system tests on the field equipment with the central equipment. The tests will, as a minimum, exercise remote control functions and confirm communication with field equipment. 10-12 01-19 Statewide 6306 If any unit fails to pass a test, prepare a report and deliver it to the Engineer. Describe the nature of the failure and the corrective action needed. If the failure is the result of improper installation or damage during reinstallation, reinstall or replace the unit and repeat the test until the unit passes successfully, at no additional cost to the Department or extension of the Contract period. 5. MEASUREMENT The VIVDS will be measured as each major system component furnished, installed, relocated, made fully operational, and tested or removed in accordance with this Special Specification or as directed. The VIVDS communication cable will be measured by the foot of the appropriate media type furnished, installed, made fully operational, and tested in accordance with this Specification, other referenced Special Specifications, or as directed. When the VIVDS is used on a temporary basis, the VIVDS will be measured as each system furnished, installed, made fully operational, including reconfiguration and removal if required by the plans, and tested in accordance with this Special Specification or as directed. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal unless modified by Article 9.2., "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. When recorded, video is required. It will be paid for by each camera recorded. 6. PAYMENT 6.1. Furnish and Install. The work performed, materials, and all accompanying software furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "VIVDS Processor System," "VIVDS Camera Assembly' of the various types, "VIVDS Central Control Software," "VIVDS Temporary," "VIVDS Cabling," and "VIVDS Video Recording." These prices are full compensation for furnishing, configuring, placing, and testing all materials and equipment, and for all tools, labor, equipment, hardware, operational software packages, supplies, support, personnel training, shop drawings, documentation, and incidentals. These prices include all interfaces required for the field and remote communications links along with any associated peripheral equipment, including cables; all associated mounting hardware and associated field equipment; and incidentals required for a complete and fully functional video imaging vehicle detection system. 6.2. Install Only. The work performed and materials furnished in accordance with this Item will be paid for at the unit bid price for "VIVDS Processor System (Install Only)," "VIVDS Camera Assembly (Install Only)," "VIVDS Temporary (Install Only)," and "VIVDS Cabling (Install Only)." This price is full compensation for installing, configuring, integrating, and testing the completed installation, including VIVDS equipment, voltage converters or injectors, cables, connectors, associated equipment, and mounting hardware; and for all labor, tools, equipment, documentation, testing, training, software, and incidentals necessary to complete the work. 6.3. Relocate. The work performed and materials furnished in accordance with this Item will be paid for at the unit bid price for "VIVDS Processor System (Relocate)," "VIVDS Camera Assembly (Relocate)," "VIVDS Temporary (Relocate)," and "VIVDS Cabling (Relocate)." This price is full compensation for relocating and making fully operational existing equipment; furnishing and installing additional cables or connectors; testing, delivery, and storage of components designated for salvage or reuse; and all labor, tools, equipment and incidentals necessary to complete the work. 6.4. Remove. The work performed and materials furnished in accordance with this Item will be paid for at the unit bid price for "VIVDS Processor System (Remove)," "VIVDS Camera Assembly (Remove)," "VIVDS Temporary (Remove)," and "VIVDS Cabling (Remove)." This price is full compensation for removing existing 11 -12 01-19 Statewide 6306 equipment as shown on the plans; testing, delivery, and storage of components designated for salvage; and all labor, materials, tools, equipment, and incidentals necessary to complete the work. 12 - 12 01-19 Statewide DEPARTMENTAL A11TERI1 LS SPECIFICATION DETECTABLE WARNING A14TERI1 L DMS - 4350 DETECTABLE WARNING MATERIAL EFFECTIVE DATE: ,TUNE 2012 4350.1. Description. This Specification governs for the evaluation and qualification of detectable warning materials. 4350.2. Units of Measurements. The values given in parentheses (if provided) are not standard and may not be exact mathematical conversions. Use each system of units separately. Combining values from the two systems may result in nonconformance with the standard. 4350.3. Definitions. Detectable warnings are a distinctive surface pattern of truncated domes that are detectable by cane or underfoot and are used to alert people with vision impairments of their approach to streets and other hazardous areas. Detectable warning products comply with the 2010 ADA Standards for Accessible Design, Section 705, published by the U.S. Department of Justice on September 15, 2010, and the 2012 Texas Accessibility Standards (TAS), Section 705, published by the Texas Department of Licensing and Regulation effective March 15, 2012. • Surface applied detectable warning materials are those materials or systems affixed to an existing substrate without demolition. Methods of adherence include chemical bonding, adhesives, mechanical fasteners, or other methods. • Cast -in-place detectable warning systems include those materials or systems that are "wet set" into freshly poured concrete while it is still in the plastic state and require existing ramps to be demolished and re -poured for installation. • Unit paver detectable warning systems include concrete and fired clay pavers that fit together to form a detectable warning surface. 4350.4. Material Producer List. The Plan Development Section of the Design Division maintains a Material Producer List (MPL) of all detectable warning materials. Materials appearing on the MPL, entitled "Detectable Warninz Material," require product evaluation prior to listing. 4350.5. Pre -Qualification Procedure for Surface Applied and Cast -in -Place Detectable Warning Systems. A. Pre -Qualification Request. Submit a letter of intent and a 6 X 6 in. product sample to the Texas Department of Transportation, Design Division, Director of Plan Development, 125 East 11th Street, Austin, Texas 78701-2483. B. Pre -Qualification Sample. Install a representative sample of material at a test location approved by the Department. Department personnel will monitor and evaluate the test site for at least six months and will grant approval after successful completion of the testing period. TEXAS DEPARTMENT OF TRANSPORTATION 1-3 EFFECTIVE DATE: JUNE 2012 DEPARTMENTAL A11TERI1 LS SPECIFICATION DETECTABLE WARNING A14TERI1 L C. Installation Requirements. Manufacturers and suppliers must act in accordance with the following guidelines when installing material at the test location. • Secure an approved location and date for product installation from the Department's Design Division. • Protect adjacent property and vehicles from damage. If any damage results from an act or omission on the part of the material supplier or contractor, notify the Campus Building Manager immediately. Prepare to take corrective action to restore the damaged property to its original condition. • Install detectable warning material or system at a minimum of 24 in. in the direction of travel and extending the full width of the curb ramp. Normally, a 24 X 48 in. installation is required. • Follow Department Pedestrian Facilities Standards (PED) for installation. • For cast -in-place systems, the material supplier or contractor may be required to saw cut and remove existing concrete ramps or detectable warnings. • Protect product from damage until materials are fully set or cured. D. Evaluation. Department personnel will conduct evaluations six months after installation, at which time the team will determine whether the product is performing at an acceptable level. 1. Qualification. Department personnel will evaluate the installation according to the following criteria: • Product meets the requirements listed under Article 4350.7 of this Specification. • At least 19 of 20 domes must meet size requirements. • Domes and field area must show little to no surface wear at six months and little wear at one year, if applicable. • Product must have a visually appealing appearance at six months. • Product must be free of bubbles/lifting, cracks, chipped tiles, loose areas, and other non -desirable performance features and maintenance problems. The Department will list materials meeting the requirements of this Specification on the MPL. 2. Failure. Producers not qualified under this Specification may not furnish materials for Department projects and must show evidence of correction of all deficiencies before reconsideration for qualification. E. Disqualification. The Department reserves the right to reevaluate the initial material installation and any subsequent installations in the field to ensure a continued level of acceptable performance. Failure of materials to comply with the requirements of this Specification as a result of periodic evaluation may be cause for removal of those materials from the MPL F. Re -Qualification. A manufacturer or supplier may submit material for re -qualification after documenting the problem and its resolution. Submit documentation identifying the TEXAS DEPARTMENT OF TRANSPORTATION 2-3 EFFECTIVE DATE: JUNE 2012 DEPARTMENTAL A11TERI1 LS SPECIFICATION DETECTABLE WARNING A14TERI1 L cause and corrective action taken. If the Department deems the documentation acceptable, the product will be reevaluated in accordance with Article 4650.5 of this Specification. 4350.6. Pre -Qualification Procedure for Unit Pavers. A. Pre -Qualification Request. Submit a letter of intent to the Texas Department of Transportation, Design Division, Director of Plan Development, 125 East 1 lth Street, Austin, Texas 78701-2483. Include with the request certified test results showing that the pavers meet the requirements of Article 4350.7. B. Evaluation. Department personnel will evaluate the data provided by the manufacturer or supplier and determine if the material meets the requirements of this Specification. 1. Qualification. The Department will list materials meeting the requirements of this Specification on the MPL. 2. Failure. Producers not qualified under this Specification may not furnish materials for Department projects and must show evidence of correction of all deficiencies before reconsideration for qualification. C. Disqualification. The Department reserves the right to evaluate any field installations to ensure a continued level of acceptable performance. Failure of materials to comply with the requirements of this Specification as a result of periodic evaluation may be cause for removal of those materials from the MPL. D. Re -Qualification. A manufacturer or supplier may submit material for re -qualification after documenting the problem and its resolution. Submit documentation identifying the cause and corrective action taken. If the Department deems the documentation acceptable, the product will be reevaluated in accordance with Article 4350.6 of this Specification. 4350.7. Material Requirements. All detectable warning products must meet the following: • Product must be compliant with 2010 ADA Standards for Accessible Design and the 2012 TAS. • Visual Contrast must meet the requirements of 2010 ADA Standards for Accessible Design, Section 705.1.3, and the 2012 TAS. In addition to the above, concrete pavers must meet all requirements of ASTM C 936, and clay fired pavers must meet all requirements in ASTM C 902 for Class SX, Type I, or ASTM C 1272. 4350.8. Archived Versions. Archived versions are available. TEXAS DEPARTMENT OF TRANSPORTATION 3-3 EFFECTIVE DATE: JUNE 2012 DEPARTMENTAL MATERIALS SPECIFICATION BITVMINOVS ADHESIVE FOR PAVEMENT MARKERS DMS - 6130 BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS EFFECTIVE DATE: JANUARY 2008 6130.1. Description. This Specification establishes the requirements for bituminous type hot - melt adhesive used for the placement of pavement markers. Two types are addressed: standard bituminous marker adhesive consisting of an asphalt base with homogeneously mixed mineral filler; and flexible bituminous marker adhesive consisting of a highly polymer modified asphalt. Either adhesive must be suitable for bonding ceramic and plastic markers to hydraulic cement concrete, asphaltic concrete, and chip -sealed road surfaces and be applicable when road surface and marker temperatures are in the approximate range of 4-71°C (40-160°F). The composition of the adhesive must be such that its properties will not deteriorate when heated to and applied at temperatures up to 218°C (425°F) using either air or oil jacketed melters. 6130.2. Units of Measurements. The values given in parentheses (if provided) are not standard and may not be exact mathematical conversions. Use each system of units separately. Combining values from the two systems may result in nonconformance with the standard. 6130.3. Material Requirements. A. Adhesive Properties. The adhesive must be smooth and homogeneous, containing no visible particles, and must comply with the requirements in Table 1. Table 1 Adhesive Properties Property Material Standard Adhesive Flexible Adhesive Test Method min max min max Softening Point, °F ASTM D 36 200 200 Penetration, 100 g, 5 s, 25°C (77F), 0.1 mm ASTM D 5 10 20 15 254 Flow, 5 hr., 70°C (158°F), mm 5 54 Heat Stability Flow, 5 hr., 70°C (158°F), mm 5 5 Viscosity, 10 rpm, 204°C (400°F), Pa -s 7.5 7.5 Flash Point, C.O.C., OF ASTM D 92 550 550 Ductility, 5 cm/min, 77°F, cm AASHTO T 51 - 15 - Flexibility, 1 in. mandrel, 90° bend, 10 s ASTM D 3111 pass 1. Exception to ASTM D 5329; heat the sample as described in ASTM D 5, Section 7.1. 2. Exception to ASTM D 5329; condition the sample as described in "Test Methods." 3. As modified in "Test Methods" 4. Maximum penetration of 30 is allowed provided the result of the flow test is less than 1 mm. TEXAS DEPARTMENT OF TRANSPORTATION 1-3 LAST REVIEWED: SEPTEMBER 2014 DEPARTMENTAL A11TERI1 LS SPECIFICATION BITVMINOVS ADHESIVE FOR Pf1VEMENT Mf1RKERS B. Asphalt Properties. This applies to standard bituminous adhesive only. The filler -free asphalt, obtained from the Extraction and Abson recovery process, as explained in Section 6130.4, must have the properties in Table 2. Table 2 Filler -Free Asphalt Properties Property Minimum Maximum Test Method Penetration, 100 g, 5 s, 25°C, (77 °F), 0.1 mm (in.) 25 75 ASTM D 5 Viscosity, 135°C (275°F) Pa -s (Poises) 1.2(12) ASTM D 2171 Viscosity Ratio, 135°C (275°F) 75 2.2 ASTM D 1754 and ASTM D 2171 C. Filler Properties. This applies to standard bituminous adhesive only. The filler material, obtained using the filler separation technique described in Section 6130.4, must have the properties in Table 3. Table 3 Filler Properties Property Minimum Maximum Test Method Filler Content, wt. % 50 75 As in Section 6130.4. Filler Fineness, % passing: ASTM C 430, as modified in 45 µm o.325) 75 -- Section 6130.4. 75 µm (No. 200) 95 100 -- 150 µm (No. 100) 6130.4. Test Methods. A. Heat Stability Flow. To determine the heat stability flow, place 1000 g of adhesive in a loosely -covered quart can, heat to 218°C (425°F) and maintain at this temperature 4 hours before performing the flow test B. Extraction and Abson Recovery. Use this procedure to separate and recover the base asphalt from the adhesive. Heat the adhesive just to the point where it will easily flow. Transfer between 125 and 150 g into a 1000 -mL (1 -qt.) Erlenmeyer flask containing 400 mL (13.5 fl. oz.) of trichloroethylene with a temperature of 52-66°C (125-150°F). Stir this mixture thoroughly to dissolve the asphalt. Decant the solvent -asphalt mixture. Recover the base asphalt from solvent according to Tex -211-F, but begin with the centrifuge step; the primary distillation is not necessary. Repeat the above extraction - recovery method as necessary to obtain the desired quantity of asphalt. C. Filler Separation Technique. Use this procedure to separate the filler material from the asphalt and determine the filler content of the adhesive. Weigh 10.00 ± 0.01 g of solid adhesive, broken into small pieces, into a centrifuge flask with approximately 100 mL (3.5 fl. oz.) volume such as that specified in ASTM D 1796. Add 50 mL (1.7 fl. oz.) of trichloroethylene to the adhesive. Swirl or stir the mixture with a fine rod, taking care not TEXAS DEPARTMENT OF TRANSPORTATION 2-3 LAST REVIEWED: SEPTEMBER 2014 DEPARTMENTAL A11TERI1 LS SPECIFICATION BITVMINOVS ADHESIVE FOR Pf1VEMENT M4RKERS to lose any solids. Place the sample flask in a balanced centrifuge and spin using a minimum relative centrifugal force of 150 (as determined in ASTM D 1796, Section 6.) Remove the sample flask and decant the solvent, taking care not to lose any solids. Repeatedly add more solvent, centrifuge, and decant until the solvent becomes clear and the filler appears free of asphalt. Dry the recovered filler at 71 ± 3°C (160 ± 5°F) to remove solvent. Weigh the dried filler. Filter the decanted solvent through a filter paper with a 20-25 µm retention factor to verify there is no loss of filler. Calculate the filler content as a percentage of the original sample weight. D. Filler Fineness. Use this procedure to determine the filler fineness. Use the same apparatus as described in ASTM C 430, except also use 75µm (No. 200) and 150 µm (No. 100) sieves. Prepare a water solution containing 1 wt. percent of a nonionic, water- soluble surfactant, such as Triton X-100, beforehand. Thoroughly wet the 1 g dry sample in the surfactant solution and allow it to soak for 30 min. Transfer the filler completely into the 45 µm (No. 325) sieve cup. Wash the sample with the water spray, as described in ASTM C 430, Section 5, for 2 min., adding surfactant solution as needed to disperse any clumped particles. Dry and weigh the sample and perform calculations as directed in ASTM C 430. Repeat the procedure using the other two sieve sizes. 6130.5. Acceptance. Bituminous adhesives are pre -qualified in accordance with Tex -538-C. Consult "Bituminous Marker Adhesive" for a list of materials currently pre -qualified under this procedure. 6130.6. Packaging and Labeling. Package the adhesive in self -releasing cardboard containers with essentially flat and parallel top and bottom surfaces such that the packages will stack properly. Each package must have a net weight of either 23 or 27 kg (50 or 60 lb.) and must weigh within 1 kg (2 lb.) of the stated quantity. Self -releasing cardboard dividers, which will separate each package into sections weighing no more than 7 kg (15 lb.) each, must be part of the packaging. Each package must display: • the manufacturer's name, • net weight, • lot or batch number, and • a product name that clearly identifies the material as either standard or flexible bituminous marker adhesive. 6130.7. Archived Versions. Archived versions are available. TEXAS DEPARTMENT OF TRANSPORTATION 3-3 LAST REVIEWED: SEPTEMBER 2014 SECTION 7 STANDARD FORMS T H E - C I T Y - O F This page intentionally left blank. Contractor's Application for Payment No. Application Application Date: Period: To From (Contractor): Via (Engineer): (Owner): Project: Contract: Owner's Contract No.: Contractor's Project No.: Engineer's Project No.: Application For Payment 1- Approved Chane Orders Number Additions Deductions Cost $ Calendar Das Cost $ Calendar Days TOTALS NET CHANGE BY CHANGE ORDERS Contractor's Certification The undersigned Contractor certifies, to the best of its knowledge, the following: (1) All previous progress payments received from Owner on account of work done under the Contracthave been applied on accountto discharge Contractor's Legitimate obligations incurred in cormectionwith the work covered by prior Applications for Payment: (2) Title to all work, materials and equipment incorporated in said work, or otherwise Listed in or covered by this Application for Payment, will pass to Owner at time of payment free and clear of all Liens, security interests, and encumbrances (except such as are covered by a bond acceptable to Owner indemnifying Owner against any such Liens, security interest, or encumbrances): and (3) ALL the work covered by this Application for Payment is in accordance with the Contract Documents and is not defective. 01 1110 ,I da r, r uiIIIuiIL, r hl ,I, if Ilehull and accur 111 1111 IL 0 h �, nk da i, III ilI/"d and re Ilia i Ili IIL I IIa 01(hII �yIIII10 1111 'I 14,11111" it, a, 0h i I" d Ill 0lIL,Ianu �0adju,uu ills to YIIIi ut 01111n"I dais" for pr 1011, 11 III )IIN,, ill hmadr uul , Irl :nodi d o II a pe.IIdiIie ,, I III] IL, , old"I. Ili IdI lI, "doIII I,a. Contractor 1. ORIGINAL CONTRACT PRICE.......................................................... $ 2. Net change by Change Orders................................................................ $ 3. Current Contract Price (Line 1 t 2) ....................................................... $ 4. TOTAL COMPLETED AND STORED TO DATE (Column F total on Progress Estimates) ................................................. $ 5. RETAINAGE: a. X work Completed.......... $ b. X Stored Material............ $ c. Total Retainage (Line 5.a + Line 5.b) ............................ $ 6. AMOUNT ELIGIBLE TO DATE (Line 4 - Line 5.c) ........................... $ 7. LESS PREVIOUS PAYMENTS (Line 6 from prior Application)....... $ 8. AMOUNT DUE THIS APPLICATION ................................................. $ 9. BALANCE TO FINISH, PLUS RETAINAGE (Column G total on Progress Estimates + Line 5.c above) ..................... $ 10. CALENDAR DAYS USED ON PROJECT 11. CURRENT CONTRACT DAYS (540 +Net Change) 12. PROJECT DAYS REMAINING (Line 11 - Line 12) 12a. CONTRACT DAY INC/DECR PENDING CHG ORDER Payment of is recommended by: Payment of is approved by: Approved by: (Line 8 or other - attach explanation of the other amount) (Engineer) (Date) (Line 8 or other - attach explanation of the other amount) (Owner) (Date) Funding or Financing Entity (if applicable) (Date) EJCDC8 C-620 Contractor's Application for Payment CC' 2013 National Society of Professional Engineers for EJCDC. All rights reserved. 7-1 Progress Estimate - Lump Sum Work Contractor's Application EJCDCZ C-620 Contxactox's Application fox Payment C 2013 National Society of Pxof—ional Encinea'e fox EJCDC. All xiehts x—,,d. 7-2 O®® EJCDCZ C-620 Contxactox's Application fox Payment C 2013 National Society of Pxof—ional Encinea'e fox EJCDC. All xiehts x—,,d. 7-2 Progress Estimate - Unit Price Work Contractor's Application EJCDCZ C-620 Confr.ctox's Application fox Payment C 2013 N.tion. l8ocietyof Pmfession.l Enei,, exsfox EJCDC. Allxights,ese c d. 7-3 Stored Material Summary Contractor's Application For (Contract): Application Nuitiber Application Period Application Date Description ofMateriads or Equipment Stored EJCDCJ C-620 Contractor's Application for Payment C 2013 National Society of Professional Engineers for EJCDC. All rights reserved. 7-4 E I "1 C"�. CERTIFICATE OF SUBSTANTIAL COMPLETION Owner: Owner's Contract No.: Contractor: Contractor's Project No.: Engineer: Engineer's Project No.: Project: Contract Name: This [preliminary] [final] Certificate of Substantial Completion applies to: ❑ All Work ❑ The following specified portions of the Work: Date of Substantial Completion The Work to which this Certificate applies has been inspected by authorized representatives of Owner, Contractor, and Engineer, and found to be substantially complete. The Date of Substantial Completion of the Work or portion thereof designated above is hereby established, subject to the provisions of the Contract pertaining to Substantial Completion. The date of Substantial Completion in the final Certificate of Substantial Completion marks the commencement of the contractual correction period and applicable warranties required by the Contract. A punch list of items to be completed or corrected is attached to this Certificate. This list may not be all-inclusive, and the failure to include any items on such list does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract. The responsibilities between Owner and Contractor for security, operation, safety, maintenance, heat, utilities, insurance, and warranties upon Owner's use or occupancy of the Work shall be as provided in the Contract, except as amended as follows: [Note: Amendments of contractual responsibilities recorded in this Certificate should be the product of mutual agreement of Owner and Contractor; see Paragraph 15.03.D of the General Conditions.] Amendments to Owner's responsibilities: ❑ None ❑As follows Amendments to Contractor's responsibilities: ❑ None ❑As follows: The following documents are attached to and made a part of this Certificate: [punch list; others] This Certificate does not constitute an acceptance of Work not in accordance with the Contract Documents, nor is it a release of Contractor's obligation to complete the Work in accordance with the Contract. LIM Title: Date: EXECUTED BY ENGINEER: RECEIVED: RECEIVED: (Authorized signature) 1.2 Title: Date: Owner (Authorized Signature) I'0 Title: Date: Contractor (Authorized Signature) EJCDC' C-625, Certificate of Substantial Completion. Prepared and published 2013 by the Engineers Joint Contract Documents Committee. 7-5 E I "11) C" N Mflj!i IWN1f 1R IV(,TCuMIOPM Work Change Directive No. Date of Issuance: Effective Date: Owner: Owner's Contract No.: Contractor: Contractor's Project No.: Engineer: Engineer's Project No.: Project: Contract Name: Contractor is directed to proceed promptly with the following change(s): Description: Attachments: [List documents supporting change] Purpose for Work Change Directive: Directive to proceed promptly with the Work described herein, prior to agreeing to changes on Contract Price and Contract Time, is issued due to: [check one or both of the following] ❑Non -agreement on pricing of proposed change. ❑ Necessity to proceed for schedule or other Project reasons. Estimated Change in Contract Price and Contract Times (non-binding, preliminary): Contract Price $ Contract Time days Basis of estimated change in Contract Price: ❑ Lump Sum ❑ Cost of the Work RECOMMENDED: By: By: Engineer (Authorized Signature) Title: Title: Date: Date: Approved by Funding Agency (if applicable) By: Title: [increase] [decrease]. [increase] [decrease]. ❑ Unit Price ❑ Other AUTHORIZED BY: Owner (Authorized Signature) Date: RECEIVED: By: Contractor (Authorized Signature) Title: Date: EJCDC' C-940, Work Change Directive. Prepared and published 2013 by the Engineers Joint Contract Documents Committee. 7-6 r " c.: C i °i° N r>n' COPPE .. . Date of Issuance: Owner: Contractor: Engineer: Project: Change Order No. Effective Date: Owner's Contract No.: Contractor's Project No.: Engineer's Project No.: Contract Name: The Contract is modified as follows upon execution of this Change Order: Description: Attachments: [List documents supporting change] CHANGE IN CONTRACT PRICE CHANGE IN CONTRACT TIMES [note changes in Milestones if applicable] Original Contract Price: Original Contract Times: Substantial Completion: $ Ready for Final Payment: days or dates [Increase] [Decrease] from previously approved Change [Increase] [Decrease] from previously approved Change Orders No. _ to No. _ Orders No. _ to No. Substantial Completion: $ Ready for Final Payment: days Contract Price prior to this Change Order: Contract Times prior to this Change Order: Substantial Completion: $ Ready for Final Payment: days or dates [Increase] [Decrease] of this Change Order: [Increase] [Decrease] of this Change Order: Substantial Completion: $ Ready for Final Payment: days or dates Contract Price incorporating this Change Order: Contract Times with all approved Change Orders: Substantial Completion: $ Ready for Final Payment: days or dates RECOMMENDED: ACCEPTED: By: By: By: Engineer (if required) Owner (Authorized Signature) Title: Title Title Date: Date Date Approved by Funding Agency (if applicable) By: Date: Title: ACCEPTED: Contractor (Authorized Signature) EJCDC' C-941, Change Order. Prepared and published 2013 by the Engineers Joint Contract Documents Committee. 7-7 I ai d f X 59E C,oc1, p I v'^ coi lmim::r Field Order No. Date of Issuance: Effective Date: Owner: Owner's Contract No.: Contractor: Contractor's Project No.: Engineer: Engineer's Project No.: Project: Contract Name' Contractor is hereby directed to promptly execute this Field Order, issued in accordance with General Conditions Paragraph 11.01, for minor changes in the Work without changes in Contract Price or Contract Times. If Contractor considers that a change in Contract Price or Contract Times is required, submit a Change Proposal before proceeding with this Work. Reference: Specification(s) Drawing(s) / Detail(s) Description: Attachments: By: ISSUED: Engineer (Authorized Signature) Title: Date: Copy to: Owner RECEIVED: By: Contractor (Authorized Signature) Title: Date: EJCDC' C-942, Field Order. Prepared and published 2013 by the Engineers Joint Contract Documents Committee. 7-8 Addenda Denton Tap Intersection Improvements Project No. ST -19-01 Bid No. Q-1121-02 11/13/20 ADDENDUM NO. 1 Date: November 13, 2020 Project: Denton Tap Intersection Improvements Project Bid Date: Thursday, November 19, 2020, 2:00 pm Addendum No. 1 Page 1 of 24 The following additions, deletions, modifications, or clarifications shall be made to the appropriate sections of the plans and specifications and shall become a part of the Contract Documents. Bidders shall acknowledge receipt of this Addendum in the space provided in BID SUBMITTAL section of the Project Manual. GENERAL CLARIFICATIONS TO PROJECT Question 1: What is the estimated cost range? The estimate is not available. Question 2: What is the proposed construction start date? Proposed construction start date will be January 2021. Question 3: When will the franchise utility relocations in conflict with the proposed work be completed? City is currently working with franchise utility relocations and City anticipates relocations to be completed before the construction begins at each intersection. Question 4: The Bid Item description for Pay Item No. 112 - Restore Irrigation System states the Contractor shall contact property owners or system operators prior to construction to determine the limits of the existing systems to identify and document any damage. The Contractor has no way of accurately determining the scope of work necessary to repair damaged systems prior to submitting a bid. Will the City consider changing this to an Allowance item? Bid Form will be updated to remove Bid Item 112 — Restore Irrigation System and replaced with an allowance item. Denton Tap Intersection Improvements Project No. ST -19-01 Bid No. Q-1121-02 11/13/20 Addendum No. 1 Page 2 of 24 Question 5: The Project Communications and Traffic Control bid items include the use of Message Boards to notify the travelling public. How many Message Boards will be required, and for what duration? No message boards will be required by the Owner. Question 6: Bid Item 9 is for replacing existing trees. What type and size of tree will be required? Also which location(s) will receive the new trees? Refer to drawing sheet #2, Tree Replacement Notes. Question 7: The Ramp Grading plans on sheets 21 and 22 show proposed stamped and stained concrete behind the back of curb. Bid Item 24 is for 8" Crosswalk, and Bid Item 25 is for 6" Median. Which Bid Item will be used for this work? All quantity of stamped and stained concrete paving located behind back of curb shall be Bid Item 25. Question 8: Pay Item 64 is for furnishing and installing Low Profile Type 1 Portable Concrete Barrier. Plan Sheet 66, Note 7 states to install the barrier to protect the signal pole during construction. Is the installed barrier permanent, or is it to be removed after construction? To be removed after construction. Question 9: Instructions to Bidders, 11.2 - Electronic Bids states a version of the Bid Proposal in Excel format has been provided on BidSync. I haven't found this version. Where can I find it, or when will it be provided? Bid proposal in excel format has not been provided. Bidders will complete bid form in project manual, from page 1-19 through 1-34. Question 10: Bid Item 10, R.O.W. Prep and Bid Item 113, Restore Parkways each have a bid quantity of 44 Stations. How was the quantity calculated? My take -off resulted in a quantity of approximately 31 Stations. If the bid quantity is incorrect, please adjust it to the correct quantity or make each item 1 lump sum. It would be detrimental to the Contractor to have bid items with so much subsidiary work underrun in pay quantity? Bid quantity will be updated with Addendum No. 1 to 33 stations. Denton Tap Intersection Improvements Project No. ST -19-01 Bid No. Q-1121-02 Addendum No. 1 11/13/20 Page 3 of 24 MODIFICATIONS TO CONTRACTUAL DOCUMENTS PROPOSAL SUBMITTAL INSTRUCTIONS TO BIDDERS DELETE the third (3rd) sentence in §7.1 in its entirety and REPLACE with "The deadline for submitting questions shall be Monday, November 16, 2020 at 5:OOpm.". BID FORM DELETE Pages 1-19 to 1-33 in their entirety and REPLACE with attached Pages 1-19 to 1-33. BID SUMMARY DELETE Page 1-34 in its entirety and REPLACE with attached Page 1-34. DESCRIPTION OF PAY ITEMS DELETE Pages 5-29 to 5-33 in their entirety and REPLACE with attached Pages 5-29 to 5-34. MODIFICATIONS TO TECHNICAL SPECIFICATIONS NONE MODIFICATIONS TO CONSTRUCTION DRAWINGS NONE REFERENCE MATERIAL NONE END OF ADDENDUM NO. 1 Denton Tap Intersection Improvements Project No. St -19-01 Bid No. Q-1121-02 Addendum No. 11/17/2020 Page 1 of ADDENDUM NO. 2 Date: November 17, 2020 Project: Denton Tap Intersection Improvements Project Bid Date: Thursday, November 19, 2020, 2:00 pm The following additions, deletions, modifications, or clarifications shall be made to the appropriate sections of the plans and specifications and shall become a part of the Contract Documents. Bidders shall acknowledge receipt of this Addendum in the space provided in BID SUBMITTAL section of the Project Manual. GENERAL CLARIFICATIONS TO PROJECT Question 12: Question #3 sought to find out when the franchise utility relocations would be complete. The response given was that they would be done before work would begin at each intersection, which is an obvious answer. There are significant utility conflicts with power poles right behind the curb that are also holding several communication lines that will take an extensive amount of time to get relocated, particularly along Bethel School Rd. Do you have an actual start date and anticipated date of completion of the franchise utility relocations for all of the impacted intersections? A more concise response would be appreciated. City is coordinating the franchise utility relocations at Bethel School Road. The relocations are anticipated to be completed within the next 2 to 4 months. Question 13: For the vehicle detection equipment - can it be an approved equal? or something that has already been approved by city use that is being currently used by the City of Coppell? Please refer to project manual specifications, City will not accept any approved equal. Question 14: Will a slip form paving machine be required or will a vibratory screed be acceptable? Slip form paving machine is the preferred method. Alternative paving methods are allowable but require approval by the Owner. All paving shall conform with the plans and specifications. Denton Tap Intersection Improvements Project No. St -19-01 Bid No. Q-1121-02 Addendum No. 11/17/2020 Page 2 of Question 15: In the "INSTRUCTIONS TO BIDDERS" section of the project manual under Item 4 — Minimum Qualifications of Bidders, are items A thru E required to be submitted with the proposal? Item 14 last sentence seems to indicate the five days rule. If so, what exactly is expected for item B.1.h? Refer to Instructions to Bidders Item 14 (page 1-10) for items to include in bid submission. Additional information may be requested of the Bidder as outlined in Item 4 (page 1-4). Bidders are encouraged to have this evidence ready by Bid Opening. Question 16: Item 11.1 and Item 14 both state that two (2) copies of the bid proposal are required to be submitted with the proposal. In the prebid meeting, it was stated that one copy and a digital copy were required to be submitted. Please clarify how many copies and in what format is required. One original and one digital copy to be included in response Question 17: How/when do we get an invitation to the Zoom Meeting bid opening as referenced under Item 14? Send an email request to Charles Ellis at cellis@coppelltx.gov. Once input by the AIV group, an invitation will be forwarded to the requestor. MODIFICATIONS TO CONTRACTUAL DOCUMENTS NONE MODIFICATIONS TO TECHNICAL SPECIFICATIONS NONE MODIFICATIONS TO CONSTRUCTION DRAWINGS NONE REFERENCE MATERIAL NONE END OF ADDENDUM NO. 2 Denton Tap Intersection Improvements Project No. ST -19-01 Bid No. Q-1121-02 11/18/2020 ADDENDUM NO. 3 Date: November 18, 2020 Project: Denton Tap Intersection Improvements Project Bid Date: Thursday, November 19, 2020, 2:00 pm Addendum No. 3 Page 1 of 21 The following additions, deletions, modifications, or clarifications shall be made to the appropriate sections of the plans and specifications and shall become a part of the Contract Documents. Bidders shall acknowledge receipt of this Addendum in the space provided in BID SUBMITTAL section of the Project Manual. GENERAL CLARIFICATIONS TO PROJECT NONE MODIFICATIONS TO CONTRACTUAL DOCUMENTS PROPOSAL SUBMITTAL BID FORM DELETE Pages 1-19 to 1-33 in their entirety and REPLACE with attached Pages 1-19 to 1-33. DESCRIPTION OF PAY ITEMS DELETE Pages 5-29 to 5-33 in their entirety and REPLACE with attached Pages 5-29 to 5-33. MODIFICATIONS TO TECHNICAL SPECIFICATIONS NONE MODIFICATIONS TO CONSTRUCTION DRAWINGS NONE REFERENCE MATERIAL NONE END OF ADDENDUM NO. 3 C',P FE L File ID: 2021-5472 Version: 1 File Name: Mayor & CC City of Coppell, Texas Master File Number: 2021-5472 Type: Agenda Item Reference: 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Mayor and Council Re po its In Control: City Council File Created: 01/05/2021 Final Action: Title: Report by the City Council on recent and upcoming events. Notes: Sponsors: Attachments: Contact: Drafter: Related Files: History of Legislative File Enactment Date: Enactment Number: Hearing Date: Effective Date: Ver- Acting Body: Date: Action: Sent To: Due Date: Return Result: sion: Date: Text of Legislative File 2021-5472 Title Report by the City Council on recent and upcoming events. Summary City of Coppell, Texas Page 1 Printed on 1/8/2021