Loading...
MA 09/10-CN100702BID NO. Q- 0510 -01 REINFORCED CONCRETE PAVEMENT REPAIRS CITY OF COPPELL, TEXAS STANDARD FIXED PRICE AGREEMENT FOR THE CONSTRUCTION OF REINFORCED CONCRETE PAVEMENT REPAIRS CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 BID Q- 0510 -01 REINFORCED CONCRETE PAVEMENT REPAIRS City of Coppell, Texas This Agreement is made by and between the City of Coppell, Texas, a home -rule municipality (hereinafter referred to as the "Owner ") and Laughley Bridge and Construction, Inc. , (hereinafter referred to as the "Contractor ") for construction of _REINFORCED CONCRETE PAVEMENT REPAIRS_, (hereinafter referred to as the "Project "), the Owner and the Contractor hereby agreeing as follows: ARTICLE I contractual agreement between the Owner and any person or entity other than the Contractor. THE CONTRACT AND THE CONTRACT DOCUMENTS 1.1 THE CONTRACT 1.1.1 The Contract between the Owner and the Contractor, of which this Agreement is a part, consists of the Contract Documents. It shall be effective on the date this Agreement is executed by the last party to execute it. 1.2. THE CONTRACT DOCUMENTS 1.2.1 The Contract Documents consist of this Agreement, the Invitation to Bid, Requirements and Instructions to Bidders, the Specifications, the Drawings, the Project Manual, all Change Orders and Field Orders issued hereafter, any other amendments hereto executed by the parties hereafter, together with the following (if any): Documents not enumerated in this Paragraph 1.2.1 are not Contract Documents and do not form part of this Contract. 1.3 ENTIRE AGREEMENT 1.3.1 This Contract, together with the Contractor's performance and payment bonds for the Project, all General Conditions, Special Conditions, Plans and Specifications, and Addenda attached thereto, constitute the entire and exclusive agreement between the Owner and the Contractor with reference to the Project. Specifically, but without limitation, this Contract supersedes any bid documents and all prior written or oral communications, representations and negotiations, if any, between the Owner and Contractor not expressly made a part hereof 1.4 NO PRIVITY WITH OTHERS 1.4.1 Nothing contained in this Contract shall create, or be interpreted to create, privity or any other 1.5 INTENT AND INTERPRETATION 1.5.1 The intent of this Contract is to require complete, correct and timely execution of the Work. Any Work that may be required, implied or inferred by the Contract Documents, or any one or more of them, as necessary to produce the intended result shall be provided by the Contractor for the Contract Price. 1.5.2 This Contract is intended to be an integral whole and shall be interpreted as internally consistent. What is required by any one Contract Document shall be considered as required by the Contract. 1.5.3 When a word, term or phrase is used in this Contract, it shall be interpreted or construed, first, as defined herein; second, if not defined, according to its generally accepted meaning in the construction industry; and third, if there is no generally accepted meaning in the construction industry, according to its common and customary usage. 1.5.4 The words "include ", "includes ", or "including ", as used in this Contract, shall be deemed to be followed by the phrase, "without limitation ". 1.5.5 The specification herein of any act, failure, refusal, omission, event, occurrence or condition as constituting a material breach of this Contract shall not imply that any other, non - specified act, failure, refusal, omission, event, occurrence or condition shall be deemed not to constitute a material breach of this Contract. 1.5.6 Words or terms used as nouns in this Contract shall be inclusive of their singular and plural forms, unless the context of their usage clearly requires a contrary meaning. CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 1 BID Q- 0510 -01 REINFORCED CONCRETE PAVEMENT REPAIRS 1.5.7 The Contractor shall have a continuing duty to read, carefully study and compare each of the Contract Documents, the Shop Drawings, the Product Data, and any Plans and Specifications, and shall give written notice to the Owner of any inconsistency, ambiguity, error or omission which the Contractor may discover with respect to these documents before proceeding with the affected Work. The issuance, or the express or implied approval by the Owner or the Owner of the Contract Documents, Shop Drawings or Product Data shall not relieve the Contractor of the continuing duties imposed hereby, nor shall any such approval be evidence of the Contractor's compliance with this Contract. The Owner has requested the Owner to only prepare documents for the Project, including the Drawings and Specifications for the Project, which are accurate, adequate, consistent, coordinated and sufficient for construction. HOWEVER, THE OWNER MAKES NO REPRESENTATION OR WARRANTY OF ANY NATURE WHATSOEVER TO THE CONTRACTOR CONCERNING SUCH DOCUMENTS. By the execution hereof, the Contractor acknowledges and represents that it has received, reviewed and carefully examined such documents, has found them to be complete, accurate, adequate, consistent, coordinated and sufficient for construction, and that the Contractor has not, does not, and will not rely upon any representation or warranties by the Owner concerning such documents as no such representation or warranties have been or are hereby made. Further, the Contractor represents and warrants that it has had a sufficient opportunity to inspect the Project site and assumes any and all responsibility for inadequacies or ambiguities in the plans, drawings or specifications as well as for latent conditions of the site where the work is to be performed. 1.5.8 As between numbers and scaled measurements on the Drawings and in the Design, the numbers shall govern, as between larger scale and smaller scale drawings, the larger scale shall govern. 1.6 OWNERSHIP OF CONTRACT DOCUMENTS 1.6.1 The Contract Documents, and each of them, shall remain the property of the Owner. The Contractor shall have the right to keep one record set of the Contract Documents upon completion of the Project; provided, however, that in no event shall Contractor use, or permit to be used, any or all of such Contract Documents on other projects without the Owner's prior written authorization. ARTICLE II THE WORK 2.1 The Contractor shall perform all of the Work required, implied or reasonably inferable from, this Contract. 2.2 WORK 2.2.1 The term "Work" shall mean whatever is done by or required of the Contractor to perform and complete its duties under this Contract, including the following: construction of the whole or a designated part of the Project; furnishing of any required surety bonds and insurance, and the provision or furnishing of labor, supervision, services, materials, supplies, equipment, fixtures, appliances, facilities, tools, transportation, storage, power, permits and licenses required of the Contractor, fuel, heat, light, cooling and all other utilities as required by this Contract. The Work to be performed by the Contractor is generally described as follows: CONCRETE STREET, ALLEY AND CURB REPAIRS 1.5.9 Neither the organization of any of the Contract Documents into divisions, sections, paragraphs, articles, (or other categories), nor the organization or arrangement of the Design, shall control the Contractor in dividing the Work or in establishing the extent or scope of the Work to be performed by Subcontractors. CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 2 BID Q- 0510 -01 REINFORCED CONCRETE PAVEMENT REPAIRS 2.2.2 The Contractor shall be responsible for paying for and procuring all materials and labor and furnishing all services necessary or appropriate for the full performance of the Work and the for the full completion of the Project. All materials shall be new and materials and workmanship shall be of good quality. Upon request, the Contractor shall furnish satisfactory proof of the type, kind, and quality of materials. ARTICLE III CONTRACT TIME 3.1 TIME AND LIQUIDATED DAMAGES 3.1.1 The Contractor shall commence the Work within 10 days of receipt of a written Notice to Proceed, and shall achieve Substantial Completion of the Work no later than December 31, 2010 The parties acknowledge that time is of the essence in the performance of the terms of this Contract. The term "calendar days" shall mean any and all days of the week or month, no days being excepted. "Hours worked before 8:00 a.m. after 5:00 p.m., all weekends and holidays are subject to overtime. Overtime request must be made in writing and approved by the City of Coppell. Seventy-two hours notice required. All overtime incurred by the City for inspection services shall be paid by the Contractor. If not paid, such cost may be deducted from partial payments." It is contemplated by the parties that the progress of the Work may be delayed by certain conditions beyond the control of the parties; these delays have been contemplated by the parties and considered in the time allotted for performance specified herein and includes, but is not limited to delays occasioned on account of adverse weather, temporary unavailability of materials, shipment delays, and the presence and potential interference of other contractors who may be performing work at the Project site unrelated to this agreement. The number of calendar days from the date on which the Work is permitted to proceed, through the date set forth for Substantial Completion, shall constitute the "Contract Time ". 3.1.2 When the Owner reasonably believes that Substantial Completion will be inexcusably delayed, the Owner shall be entitled, but not required, to withhold from any amounts otherwise due the Contractor an amount then believed by the Owner to be adequate to recover liquidated damages applicable to such delays. if and when the Contractor overcomes the delay in achieving Substantial Completion, or any part thereof, for which the Owner has withheld payment, the Owner shall promptly release to the Contractor those funds withheld, but no longer applicable, as liquidated damages. 3.1.3 No claim shall be made by the Contractor to the Owner, and no damages, costs or extra compensation shall be allowed or paid by the Owner to the Contractor for any delay or hindrance from any cause in the progress or completion of the Work or this Contract. The Contractor's sole remedy in the event of any delay or hindrance shall be to request time extensions by written change orders as provided for hereinafter. Should the Contractor be delayed by an act of the Owner, or should the Owner order a stoppage of the Work for sufficient cause, an extension of time shall be granted by the Owner by written authorization upon written application, which extension shall not be unreasonably denied, to compensate for the delay. 3.1.4 The Owner shall have the authority to suspend the Work wholly or in part for such period or periods of time as it may deem appropriate due to unsuitable conditions considered unfavorable for the proper prosecution of the Work or for the failure of the Contractor to carry out instructions from the Owner or Owner's representative. During any period in which the Work is stopped or during which any of the Work is not actively in progress for any reason, Contractor shall properly protect the site and the Work from damage, loss or harm. 3.2 SUBSTANTIAL COMPLETION 3.2.1 "Substantial Completion" shall mean that stage in the progression of the Work when the Work is sufficiently complete in accordance with this Contract that the Owner can enjoy beneficial use or occupancy of the Work and can utilize the Work for its intended purpose, even though minor miscellaneous work and/or adjustment may be required. 3.3 TIME IS OF THE ESSENCE 3.3.1 All limitations of time set forth in the Contract Documents are of the essence of this Contract. CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 3 BID Q- 0510 -01 REINFORCED CONCRETE PAVEMENT REPAIRS ARTICLE IV CONTRACT PRICE 4.1 THE CONTRACT PRICE 4.1.1 The Owner shall pay, and the Contractor shall accept, as full and complete payment for all of the Work required herein, the Unit Pricing as established in the Bid Summary times the Quantity measured in the field. For fiscal year (FY) 09/10 the City has allotted up to $400,000.00 for this contract. In the event the Contractor is unable to complete the Entire List within this budgeted amount, the list will be truncated, and the maximum payment under this Contract will be $400,000.00. The total price is a variable amount based on available funding and may be higher or lower in renewal years (if applicable). The Unit Price set forth in this Paragraph 4.1 shall constitute the Contract Price which shall not be modified except by written Change Order as provided in this Contract. ARTICLE V PAYMENT OF THE CONTRACT PRICE 5.1 SCHEDULE OF VALUES 5.1.1 Within ten (10) calendar days of the effective date hereof, the Contractor shall submit to the Owner a Schedule of Values allocating the Contract Price to the various portions of the Work. The Contractor's Schedule of Values shall be prepared in such form, with such detail, and supported by such data as the Owner or the Owner may require to substantiate its accuracy. The Contractor shall not imbalance its Schedule of Values nor artificially inflate any element thereof. The violation of this provision by the Contractor shall constitute a material breach of this Contract. The Schedule of Values shall be used only as a basis for the Contractor's Applications for Payment and shall only constitute such basis after it has been acknowledged and accepted in writing by the Owner. 5.2 PAYMENT PROCEDURE 5.2.1 The Owner shall pay the Contract Price to the Contractor as provided below. 5.2.2 PROGRESS PAYMENTS - Based upon the Contractor's Applications for Payment submitted to the Owner, the Owner shall make progress payments to the Contractor on account of the Contract Price. 5.2.3 On or before the 10th day of each month after commencement of the Work, the Contractor shall submit an Application for Payment for the previous month in such form and manner, and with such supporting data and content, as the Owner may require. Therein, the Contractor may request payment for ninety percent (90 %) of that portion of the Contract Price properly allocable to Contract requirements properly provided, less the total amount of previous payments received from the Owner. Such Application for Payment shall be signed by the Contractor and shall constitute the Contractor's representation that the Work has progressed to the level for which payment is requested in accordance with the Schedule of Values, that the Work has been properly installed or performed in full compliance with this Contract, and that the Contractor knows of no reason why payment should not be made as requested. Thereafter, the Owner's Representative will review the Application for Payment and may also review the Work at the Project site or elsewhere to determine whether the quantity and quality of the Work is as represented in the Application for Payment and is as required by this Contract. The Owner's Representative shall determine and certify to the Owner the amount properly owing to the Contractor. The Owner shall make partial payments on account of the Contract Price to the Contractor within thirty (30) days following the receipt and approval of each Application for Payment. The amount of each partial payment shall be the amount certified for payment by the Owner's Representative less such amounts, if any, otherwise owing by the Contractor to the Owner or which the Owner shall have the right to withhold as authorized by this Contract. The certification of the Contractor's Application for Payment shall not preclude the Owner from the exercise of any of its rights as set forth in Paragraph 5.3 herein below. 5.2.4 The Contractor warrants that title to all Work covered by an Application for Payment will pass to the Owner no later than the time of payment. The Contractor further warrants that upon submittal of an Application for Payment, all Work for which payments have been received from the Owner shall be free and clear of liens, claims, security interest or other encumbrances in favor of the Contractor or any other person or entity whatsoever. CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 4 BID Q- 0510 -01 REINFORCED CONCRETE PAVEMENT REPAIRS 5.2.5 The Contractor shall promptly pay each Subcontractor out of the amount paid to the Contractor on account of such Subcontractor's Work, the amount to which such Subcontractor is entitled. In the event the Owner becomes informed that the Contractor has not paid a Subcontractor as herein provided, the Owner shall have the right, but not the duty, to issue future checks in payment to the Contractor of amounts otherwise due hereunder naming the Contractor and such Subcontractor as joint payees. Such joint check procedure, if employed by the Owner, shall create no rights in favor of any person or entity beyond the right of the named payees to payment of the check and shall not be deemed to commit the Owner to repeat the procedure in the future. 5.2.6 No progress payment, nor any use or occupancy of the Project by the owner, shall be interpreted to constitute an acceptance of any Work not in strict accordance with this Contract. 5.3 WITHHELD PAYMENT 5.3.1 The Owner may decline to make payment, may withhold funds, and, if necessary, may demand the return of some or all of the amounts previously paid to the Contractor, to protect the Owner from loss because of (a) defective Work not remedied by the Contractor nor, in the opinion of the Owner, likely to be remedied by the Contractor; (b) claims of third parties against the Owner or the Owner's property; (c) failure by the Contractor to pay Subcontractors or others in a prompt and proper fashion; (d) evidence that the balance of the Work cannot be completed in accordance with the Contract for the unpaid balance of the Contract Price, (e) evidence that the Work will not be completed in the time required for substantial or final completion; (f) persistent failure to carry out the Work in accordance with the Contract; (g) damage to the Owner or a third party to whom the Owner is, or may be, liable. In the event that the Owner makes written demand upon the Contractor for amounts previously paid by the Owner as contemplated in this Subparagraph 5.3.1, the Contractor shall promptly comply with such demand. The Owner shall have no duty to third parties to withhold payment to the Contractor and shall incur no liability for a failure to withhold funds. 5.4 UNEXCUSED FAILURE TO PAY 5.4.1 If within fifteen (15) days after the date established herein for payment to the Contractor by the Owner, the Owner, without cause or basis hereunder, fails to pay the Contractor any amount then due and payable to the Contractor, then the Contractor may after ten (10) additional days' written notice to the Owner, and without prejudice to any other available rights or remedies it may have, stop the Work until payment of those amounts due from the Owner have been received. Late payments shall not accrue interest or other late charges. 5.5 SUBSTANTIAL COMPLETION 5.5.1 When the Contractor believes that the Work is substantially complete, the Contractor shall submit to the Owner's Representative a list of items to be completed or corrected, and shall fix the time within which the Contractor shall complete the items listed therein. Guarantees required by the Contract shall commence on the date of Substantial Completion of the Work. Upon Substantial Completion of the Work, the Owner shall pay the Contractor an amount sufficient to increase total payments to the Contractor to one hundred percent (100 %) of the Contract Price less three hundred percent (300 %) of the reasonable cost as determined by the Owner for completing all incomplete Work, correcting and bringing into conformance all defective and nonconforming Work, and handling all unsettled claims. 5.6 COMPLETION AND FINAL PAYMENT 5.6.1 When all of the Work is finally complete and the Contractor is ready for a final inspection, it shall notify the Owner thereof in writing. Thereupon, the Owner's Representative will make final inspection of the Work and certify to the Owner that the Project is complete and the Contractor is entitled to the remainder of the unpaid Contract CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 5 BID Q- 0510 -01 REINFORCED CONCRETE PAVEMENT REPAIRS Price, less any amount withheld pursuant to this Contract. If the Owner's Representative is required to repeat its final inspection of the Work, the Contractor shall bear the cost of such repeat final inspection(s) which cost may be deducted by the Owner from the Contractor's final payment. 5.6.1.1 If the Contractor fails to achieve final completion within the time fixed in its Certificate of Substantial Completion, the Contractor shall pay the Owner the sum set forth hereinabove as liquidated damages per day for each and every calendar day of unexcused delay in achieving final completion beyond the date set forth herein for final completion of the Work. Any sums due and payable hereunder by the Contractor shall be payable, not as a penalty, but as liquidated damages representing an estimate of delay damages likely to be sustained by the Owner, estimated at or before the time of executing this Contract. When the Owner reasonably believes that final completion will be inexcusably delayed, the Owner shall be entitled, but not required, to withhold from any amounts otherwise due the Contractor an amount then believed by the Owner to be adequate to recover liquidated damages applicable to such delays. If and when the Contractor overcomes the delay in achieving final completion, or any part thereof, for which the Owner has withheld payment, the Owner shall promptly release to the Contractor those funds withheld, but no longer applicable, as liquidated damages. 5.6.2 The Contractor shall not be entitled to final payment unless and until it submits to the Owner its affidavit that all payrolls, invoices for materials and equipment, and other liabilities connected with the Work for which the Owner, or the Owner's property might be responsible, have been fully paid or otherwise satisfied; releases and waivers of lien from all Subcontractors of the Contractor and of any and all other parties required by the Owner; consent of Surety, if any, to final payment. If any third party fails or refuses to provide a release of claim or waiver of lien as required by the Owner, the Contractor shall furnish a bond satisfactory to the Owner to discharge any such lien or indemnify the Owner from liability. 5.6.3 The Owner shall make final payment of all sums due the Contractor within ten (10) days of the execution of a final Certificate for Payment. made in writing against the Owner by the Contractor, pending at the time of final payment, and identified in writing by the Contractor as unsettled at the time of its request for final payment. 5.6.5 Under no circumstance shall Contractor be entitled to receive interest on any payments or monies due Contractor by the Owner, whether the amount on which the interest may accrue is timely, late, wrongfully withheld, or an assessment of damages of any kind. ARTICLE VI THE OWNER 6.1 INFORMATION, SERVICES AND THINGS REQUIRED FROM OWNER 6.1.1 The Owner shall furnish to the Contractor, at the time of executing this Contract, any and all written and tangible material in its possession concerning conditions below ground at the site of the Proj ect. Such written and tangible material is furnished to the Contractor only in order to make complete disclosure of such material and for no other purpose. By furnishing such material, the Owner does not represent, warrant, or guarantee its accuracy either in whole, in part, implicitly or explicitly, or at all, and shall have no liability therefor. The Owner shall also furnish surveys, legal limitations and utility locations (if known), and a legal description of the Project site. 6.1.2 Excluding permits and fees normally the responsibility of the Contractor, the Owner shall obtain all approvals, easements, and the like required for construction and shall pay for necessary assessments and charges required for construction, use or occupancy of permanent structures or for permanent changes in existing facilities. 6.1.3 The Owner shall furnish the Contractor, free of charge, one copy of the Contract Documents for execution of the Work. 6.2 RIGHT TO STOP WORK 5.6.4 Acceptance of final payment shall constitute a waiver of all claims against the Owner by the Contractor except for those claims previously 6.2.1 If the Contractor persistently fails or refuses to perform the Work in accordance with this CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 6 BID Q- 0510 -01 REINFORCED CONCRETE PAVEMENT REPAIRS Contract, or if the best interests of the public health, safety or welfare so require, the Owner may order the Contractor to stop the Work, or any described portion thereof, until the cause for stoppage has been corrected, no longer exists, or the Owner orders that Work be resumed. In such event, the Contractor shall immediately obey such order. 6.3 OWNER'S RIGHT TO PERFORM WORK the timely completion of this Contract, with authority to determine the manner and means of performing such Work, so long as such methods insure timely completion and proper performance. 7.3.2 The Contractor shall exercise all appropriate means and measures to insure a safe and secure jobsite in order to avoid and prevent injury, damage or loss to persons or property. 6.3.1 If the Contractor's Work is stopped by the Owner under Paragraph 6.2, and the Contractor fails within seven (7) days of such stoppage to provide adequate assurance to the Owner that the cause of such stoppage will be eliminated or corrected, then the Owner may, without prejudice to any other rights or remedies the Owner may have against the Contractor, proceed to carry out the subject Work. In such a situation, an appropriate Change Order shall be issued deducting from the Contract Price the cost of correcting the subject deficiencies. If the unpaid portion of the Contract Price is insufficient to cover the amount due the Owner, the Contractor shall pay the difference to the Owner. ARTICLE VII THE CONTRACTOR 7.1 The Contractor is again reminded of its continuing duty set forth in Subparagraph 1.5.7. The Contractor shall perform no part of the Work at any time without adequate Contract Documents or, as appropriate, approved Shop Drawings, Product Data or Samples for such portion of the Work. If the Contractor performs any of the Work knowing it involves a recognized error, inconsistency or omission in the Contract Documents without such notice to the Owner, the Contractor shall bear responsibility for such performance and shall bear the cost of correction. 7.2 The Contractor shall perform the Work strictly in accordance with this Contract. 7.3 The Contractor shall supervise and direct the Work using the Contractor's best skill, effort and attention. The Contractor shall be responsible to the Owner for any and all acts or omissions of the Contractor, its employees and others engaged in the Work on behalf of the Contractor. 7.3.1 The Contractor shall give adequate attention to the faithful prosecution of the Work and 7.4 WARRANTY 7.4.1 The Contractor warrants to the Owner that all labor furnished to progress the Work under this Contract will be competent to perform the tasks undertaken, that the product of such labor will yield only first -class results, that materials and equipment furnished will be of good quality and new unless otherwise permitted by this Contract, and that the Work will be of good quality, free from faults and defects and in strict conformance with this Contract. All Work not conforming to these requirements may be considered defective. 7.5 The Contractor shall obtain and pay for all permits, fees and licenses necessary and ordinary for the Work. The Contractor shall comply with all lawful requirements applicable to the Work and shall give and maintain any and all notices required by applicable law pertaining to the Work. 7.6 SUPERVISION 7.6.1 The Contractor shall employ and maintain at the Project site only competent supervisory personnel. Absent written instruction from the Contractor to the contrary, the superintendent shall be deemed the Contractor's authorized representative at the site and shall be authorized to receive and accept any and all communications from the Owner or the Owner's Representative. 7.6.2 Key supervisory personnel assigned by the Contractor to this Project are as follows: NAME FUNCTION CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 7 BID Q- 0510 -01 REINFORCED CONCRETE PAVEMENT REPAIRS however, approval shall not be evidence that Work installed pursuant thereto conforms with the requirements of this Contract. So long as the individuals named above remain actively employed or retained by the Contractor, they shall perform the functions indicated next to their names unless the Owner agrees to the contrary in writing. In the event one or more individuals not listed above subsequently assume one or more of those functions listed above, the Contractor shall be bound by the provisions of this Subparagraph 7.6.2 as though such individuals had been listed above. 7.7 The Contractor, within fifteen (15) days of commencing the Work, shall submit to the Owner and the Owner's Representative for their information, the Contractor's schedule for completing the Work. The Contractor's schedule shall be revised no less frequently than monthly (unless the parties otherwise agree in writing) and shall be revised to reflect conditions encountered from time to time and shall be related to the entire Project. Each such revision shall be furnished to the Owner and the Owner's Representative. Failure by the Contractor to strictly comply with the provisions of this Paragraph 7.7 shall constitute a material breach of this Contract. 7.8 The Contractor shall continuously maintain at the site, for the benefit of the Owner, one record copy of this Contract marked to record on a current basis changes, selections and modifications made during construction. Additionally, the Contractor shall maintain at the site for the Owner the approved Shop Drawings, Product Data, Samples and other similar required submittals. Upon final completion of the Work, all of these record documents shall be delivered to the Owner. 7.9 SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 7.9.1 Shop Drawings, Product Data, Samples and other submittals from the Contractor do not constitute Contract Documents. Their purpose is merely to demonstrate the manner in which the Contractor intends to implement the Work in conformance with information received from the Contract Documents. 7.9.2 The Contractor shall not perform any portion of the Work requiring submittal and review of Shop Drawings, Product Data or Samples unless and until such submittal shall have been approved 7.10 CLEANING THE SITE AND THE PROJECT 7.10.1 The Contractor shall keep the site reasonably clean during performance of the Work. Upon final completion of the Work, the Contractor shall clean the site and the Project and remove all waste, rubbish, temporary structures, and other materials together with all of the Contractor's property therefrom. Contractor shall dispose of all refuse at a Texas Commission on Environmental Quality approved landfill. The Contractor shall further restore all property damaged during the prosecution of the Work and shall leave the site in a clean and presentable condition. No additional payment shall be made by the Owner for this work, the compensation having been considered and included in the contract price. 7.11 ACCESS TO WORK AND INSPECTIONS 7.11.1 The Owner and the Owner's Representative shall have access to the Work at all times from commencement of the Work through final completion. The Contractor shall take whatever steps necessary to provide access when requested. When reasonably requested by the Owner or the Owner's Representative, the Contractor shall perform or cause to be performed such testing as may be necessary or appropriate to insure suitability of the jobsite or the Work's compliance with the Contract requirements. All overtime incurred by the City for inspection services shall be paid by the Contractor at the rate of $54 per hour. If not paid, such cost may be deducted from partial payments. 7.12 INDEMNITY AND DISCLAIMER 7.12.1 OWNER SHALL NOT BE LIABLE OR RESPONSIBLE FOR, AND SHALL BE INDEMNIFIED, DEFENDED, HELD HARMLESS AND RELEASED BY CONTRACTOR FROM AND AGAINST ANY AND ALL SUITS, ACTIONS, LOSSES, DAMAGES, CLAIMS, OR LIABILITY OF ANY CHARACTER, TYPE, OR DESCRIPTION, INCLUDING ALL EXPENSES OF LITIGATION, COURT COSTS, AND ATTORNEY'S FEES FOR INJURY OR DEATH TO ANY PERSON, OR INJURY OR LOSS TO ANY PROPERTY, RECEIVED OR SUSTAINED BY CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 8 BID Q- 0510 -01 REINFORCED CONCRETE PAVEMENT REPAIRS ANY PERSON OR PERSONS, INCLUDING THE CONTRACTOR, OR PROPERTY, ARISING OUT OF, OR OCCASIONED BY, DIRECTLY OR INDIRECTLY, THE PERFORMANCE OF CONTRACTOR UNDER THIS AGREEMENT, INCLUDING CLAIMS AND DAMAGES ARISING IN WHOLE OR IN PART FROM THE NEGLIGENCE OF OWNER, WITHOUT, HOWEVER, WAIVING ANY GOVERN -MENTAL IMMUNITY AVAILABLE TO THE OWNER UNDER TEXAS LAW AND WITHOUT WAIVING ANY DEFENSES OF THE PARTIES UNDER TEXAS LAW. THE PROVISIONS OF THIS INDEMNI- FICATION ARE SOLELY FOR THE BENEFIT OF THE PARTIES HERETO AND NOT INTENDED TO CREATE OR GRANT ANY RIGHTS, CONTRACTUAL OR OTHERWISE, TO ANY OTHER PERSON OR ENTITY. IT IS THE EXPRESSED INTENT OF THE PARTIES TO THIS AGREEMENT THAT THE INDEMNITY PROVIDED FOR IN THIS CONTRACT IS AN INDEMNITY EXTENDED BY CONTRACTOR TO INDEMNIFY AND PROTECT OWNER FROM THE CONSEQUENCES OF THE CONTRACTOR'S AS WELL AS THE OWNER'S NEGLIGENCE, WHETHER SUCH NEGLIGENCE IS THE SOLE OR PARTIAL CAUSE OF ANY SUCH INJURY, DEATH, OR DAMAGE. IN ADDITION, CONTRACTOR SHALL OBTAIN AND FILE WITH OWNER CITY OF COPPELL A STANDARD CERTIFICATE OF INSURANCE AND APPLICABLE POLICY ENDORSEMENT EVIDENCING THE REQUIRED COVERAGE AND NAMING THE OWNER CITY OF COPPELL AS AN ADDITIONAL INSURED ON THE REQUIRED COVERAGE. 7.12.2 The Contractor will secure and maintain Contractual Liability insurance to cover this indemnification agreement that will be primary and non - contributory as to any insurance maintained by the Owner for its own benefit, including self - insurance. In addition, Contractor shall obtain and file with Owner City of Coppell a Standard Certificate of Insurance and applicable policy endorsement evidencing the required coverage and naming the Owner "City of Coppell" as an additional insured on the required coverage. obligation under this Paragraph 7.12 shall not be limited by a limitation on amount or type of damages, compensation or benefits payable by or for the Contractor or a Subcontractor under workers' compensation acts, disability benefit acts or other employee benefit acts. 7.13 NONDISCRIMINATION 7.13.1 The Contractor shall not discriminate in any way against any person, employee or job applicant on the basis of race, color, creed, national original, religion, age, sex, or disability where reasonable accommodations can be effected to enable the person to perform the essential functions of the job. The Contractor shall further insure that the foregoing nondiscrimination requirement shall be made a part and requirement of each subcontract on this Project. 7.14 PREVAILING WAGE RATES 7.14.1 The Contractor shall comply in all respects with all requirements imposed by any laws, ordinances or resolutions applicable to the Project with regard to the minimum prevailing wage rates for all classes of employees, laborers, subcontractors, mechanics, workmen and persons furnishing labor and services to the Project. The City of Coppell has adopted a Prevailing Wage Rate Schedule, available to the Contractor by request, which specifies the classes and wage rates to be paid to all persons. The Contractor shall pay not less than the minimum wage rates established thereby for each class, craft or type of labor, workman, or mechanic employed in the execution of this Contract. The failure of the Contractor to comply with this requirement shall result in the forfeiture to the City of Coppell of a sum of not less than Sixty Dollars ($60.00) for each person per day, or portion thereof, that such person is paid less than the prevailing rate. Upon request by the Owner, Contractor shall make available for inspection and copying its books and records, including but not limited to its payroll records, account information and other documents as may be required by the Owner to insure compliance with this provision. 7.15 JOB SITE SAFETY PRECAUTIONS 7.12.3 In claims against any person or entity indemnified under this Paragraph 7.12 by an employee of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, the indemnification 7.15.1 The Contractor shall at all times exercise reasonable precautions for the safety of its employees, laborers, subcontractors, mechanics, workmen and others on and near the jobsite and shall comply with all laws, ordinances, regulations, and CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 9 BID Q- 0510 -01 REINFORCED CONCRETE PAVEMENT REPAIRS standards of federal, state and local safety laws and regulations. The Contractor shall provide such machinery guards, safe walk -ways, ladders, bridges, and other safety devices as may be necessary or appropriate to insure a safe and secure jobsite and shall require its subcontractors to comply with this requirement. The Contractor shall immediately comply with any and all safety requirements imposed by the Owner during the progress of the Work. Order in accordance with the procedures set forth by this Contract. The Contractor's failure to provide such notice and to request such Change Order shall constitute a waiver of any and all claims associated therewith. ARTICLE VIII 7.16 WARNING DEVICES AND BARRICADES 7.16.1 The Contractor shall furnish and maintain such warning devices, barricades, lights, signs, pavement markings, and other devices as may be necessary or appropriate or required by the Owner to protect persons or property in, near or adjacent to the jobsite, including . No separate compensation shall be paid to the Contractor for such measures. Where the Work is being conducted in, upon or near streets, alleys, sidewalks, or other rights -of -way, the Contractor shall insure the placement, maintenance and operation of any and all such warning devices as may be required by the City of Coppell and shall do so until no longer required by the City. Such devices shall be in compliance with and conform to the manual and specifications for the uniform system of traffic control devices adopted by the Texas Department of Transportation. 7.17 PROTECTION OF UTILITIES AND OTHER CONTRACTORS 7.17.1 The Contractor shall use best efforts to leave undisturbed and uninterrupted all utilities and utility services provided to the jobsite or which presently exists at, above or beneath the location where the Work is to be performed. In the event that any utility or utility service is disturbed or damaged during the progress of the Work, the Contractor shall forthwith repair, remedy or restore the utility at Contractor's sole expense. 7.17.2 The Contractor understands and acknowledges that other contractors of the Owner or of other entities may be present at the jobsite performing other work unrelated to the Project. The Contractor shall use best efforts to work around other contractors without impeding the work of others while still adhering to the completion date established herein. In the event that the Contractor's work is or may be delayed by any other person, the Contractor shall immediately give notice thereof to the Owner's Representative and shall request a written Change CONTRACT ADMINISTRATION 8.1 THE OWNER'S REPRESENTATIVE 8.1.1 When used in this Contract the term "Owner's Representative" does not necessarily denote a duly licensed, trained or certified architect; as used herein, the term shall be used interchangeably and shall mean a designated Architect, Engineer, Construction Inspector or Contract Administrator (who may not be an architect or engineer) for the Owner, said person to be designated or re- designated by the Owner prior to or at any time during the Work hereunder. The Owner's Representative may be an employee of the Owner or may be retained by the Owner as an independent contractor but, in either event, the Owner's Representative's duties and authority shall be as set forth hereinafter. The Contractor understands and agrees that it shall abide by the decisions and instructions of the Owner's Representative notwithstanding the contractual relationship between the Owner and Owner's Representative. All of the Owner's instructions to the Contractor shall be through the Owner's Representative. 8.2 CONTRACT ADMINSTRATION 8.2.1 The Owner's Representative, unless otherwise directed by the Owner in writing, will perform those duties and discharge those responsibilities as set forth in this Contract and shall be the Owner's representative from the effective date of this Contract until final payment has been made. 8.2.2 The Owner and the Contractor shall communicate with each other in the first instance through the Owner's Representative. 8.2.3 The Owner's Representative shall be the initial interpreter of the requirements of the drawings and specifications and the judge of the performance thereunder by the Contractor. The Owner's Representative shall render written or graphic interpretations necessary for the proper CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 10 BID Q- 0510 -01 REINFORCED CONCRETE PAVEMENT REPAIRS execution or progress of the Work with reasonable promptness on request of the Contractor. 8.2.4 The Owner's Representative will review the Contractor's Applications for Payment and will certify to the Owner for payment to the Contractor, those amounts then due the Contractor as provided in this Contract. 8.2.5 The Owner's Representative shall have authority to reject Work which is defective or does not conform to the requirements of this Contract. If the Owner deems it necessary or advisable, the Owner's Representative shall have authority to require additional inspection or testing of the Work for compliance with Contract requirements. 8.2.6 The Owner's Representative will review and approve, or take other appropriate action as necessary, concerning the Contractor's submittals including Shop Drawings, Product Data and Samples. Such review, approval or other action shall be for the sole purpose of determining conformance with the design concept and information given through the Contract Documents. 8.2.7 The Owner's Representative will prepare Change Orders and may authorize minor changes in the Work by Field Order as provided elsewhere herein. 8.2.8 The Owner's Representative shall, upon written request from the Contractor, conduct inspections to determine the date of Substantial Completion and the date of final completion, will receive and forward to the Owner for the Owner's review and records, written warranties and related documents required by this Contract and will issue a final Certificate for Payment upon compliance with the requirements of this Contract. 8.2.9 The Owner's Representative's decisions in matters relating to aesthetic effect shall be final if consistent with the intent of this Contract. 8.3 CLAIMS BY THE CONTRACTOR 8.3.1 The Owner's Representative shall determine all matters in dispute with regard to the execution, progress, or sufficiency of the Work or the interpretation of the Contract Documents, including but not limited to the plans and specifications. Any dispute shall be submitted in writing to the Owner's Representative within seven (7) days of the event or occurrence or the first appearance of the condition giving rise to the claim or dispute who shall render a decision within a reasonable time thereafter. The Owner's Representative decisions shall be final and binding. In the event that Contractor objects to the determination as to any submitted dispute, Contractor shall submit a written objection to the Owner within ten (10) days of receipt of the Owner's Representative's determination in order to preserve the objection. Failure to so object shall constitute a waiver of the objection for all purposes. 8.3.2 Pending final resolution of any claim of the Contractor, the Contractor shall diligently proceed with performance of this Contract and the Owner shall continue to make payments to the Contractor in accordance with this Contract. 8.3.3 CLAIMS FOR CONCEALED, LATENT OR UNKNOWN CONDITIONS - The Contractor expressly represents that it has been provided with an adequate opportunity to inspect the Project site and thoroughly review the Contract Documents and plans and specifications prior to submission of its bid and the Owner's acceptance of the bid. Subject to the conditions hereof, Contractor assumes full responsibility and risk for any concealed latent or unknown condition which may affect the Work. No claims for extra work or additional compensation shall be made by Contractor in connection with concealed, latent or unknown conditions except as expressly provided herein. Should concealed, latent or unknown conditions encountered in the performance of the Work (a) below the surface of the ground or (b) in an existing structure be at variance with the conditions indicated by this Contract, or should unknown conditions of an unusual nature differing materially from those ordinarily encountered in the area and generally recognized as inherent in Work of the character provided for in this Contract, be encountered, the Contract Price shall be equitably adjusted by Change Order upon the written notice and claim by either party made within seven (7) days after the first observance of the condition. As a condition precedent to the Owner having any liability to the Contractor for concealed or unknown conditions, the Contractor must give the Owner's Representative an opportunity to observe the condition prior to disturbing it. The failure by the Contractor to make the written notice and claim as provided in this Subparagraph shall constitute a waiver by the Contractor of any claim arising out of or relating to such concealed, latent or unknown condition and the Contractor thereby assumes all risks and additional costs associated therewith. CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 11 BID Q- 0510 -01 REINFORCED CONCRETE PAVEMENT REPAIRS 8.3.4 CLAIMS FOR ADDITIONAL COSTS - If the Contractor wishes to make a claim for an increase in the Contract Price, as a condition precedent to any liability of the Owner therefor, the Contractor shall give the Owner's Representative written notice of such claim within seven (7) days after the occurrence of the event, or the first appearance of the condition, giving rise to such claim. Such notice shall be given by the Contractor before proceeding to execute any additional or changed Work. The failure by the Contractor to give such notice and to give such notice prior to executing the Work shall constitute a waiver of any claim for additional compensation. entitled to any additional delays or damages associated therewith. 8.4 FIELD ORDERS 8.4.1 The Owner's Representative shall have authority to order minor changes in the Work not involving a change in the Contract Price or in Contract Time and not inconsistent with the intent of the Contract. Such changes shall be effected by Field Order and shall be binding upon the Contractor. The Contractor shall carry out such Field Orders promptly. 8.3.4.1 In connection with any claim by the Contractor against the Owner for compensation in excess of the Contract Price, any liability of the Owner for the Contractor's costs shall be strictly limited to direct costs incurred by the Contractor and shall in no event include indirect costs or consequential damages of the Contractor. The Owner shall not be liable to the Contractor for claims of third parties, including Subcontractors. The Owner shall not be liable to the Contractor for any claims based upon delay to the Contractor for any reason whatsoever including any act or neglect on the part of the Owner. 8.3.5 CLAIMS FOR ADDITIONAL TIME - If the Contractor is delayed in progressing any task which at the time of the delay is then critical or which during the delay becomes critical, as the sole result of any act or neglect to act by the Owner or someone acting in the Owner's behalf, or by changes ordered in the Work, unusual delay in transportation, unusually adverse weather conditions not reasonably anticipated, fire or any causes beyond the Contractor's control, then the date for achieving Substantial Completion of the Work shall be extended upon the written notice and claim of the Contractor to the Owner, for such reasonable time as the Owner may determine. Any notice and claim for an extension of time by the Contractor shall be made not more than seven (7) days after the occurrence of the event or the first appearance of the condition giving rise to the claim and shall set forth in detail the Contractor's basis for requiring additional time in which to complete the Project. In the event the delay to the Contractor is a continuing one, only one notice and claim for additional time shall be necessary. If the Contractor fails to make such claim as required in this Subparagraph, any claim for an extension of time shall be waived. The procedures and remedies provided by this provision shall be the sole remedy of Contractor and Contractor shall not assert nor be 8.5 MEDIATION 8.5.1 In the event that a dispute arises under the terms of this Contract, following an adverse determination by the Owner's Representative and proper preservation of the issue as required herein, the parties agree to submit to mediation. In such event, the parties shall agree to a designated person to serve as mediator and each party shall be responsible for payment of one -half of the total mediation fees. The parties shall submit the dispute to mediation as soon as practical and in no event later than one (1) year after the Owner's written decision on the matter. At least one designated representative of each party must attend and participate in good faith in an effort to resolve the matters in dispute. 8.5.2 In no event shall the foregoing provision justify or authorize any delay in the progress of the Work; the parties shall abide by the decision of the Owner in accomplishing the timely completion of the Project. ARTICLE IX SUBCONTRACTORS 9.1 DEFINITION 9.1.1 A Subcontractor is an entity which has a direct contract with the Contractor to perform a portion of the Work. No Subcontractor shall be in privity with the Owner. 9.2 AWARD OF SUBCONTRACTS 9.2.1 Upon execution of the Contract, the Contractor shall furnish the Owner, in writing, the CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 12 BID Q- 0510 -01 REINFORCED CONCRETE PAVEMENT REPAIRS names of persons or entities proposed by the Contractor to act as a Subcontractor on the Project. The Owner shall promptly reply to the Contractor, in writing, stating any objections the Owner may have to such proposed Subcontractor. The Contractor shall not enter into a subcontract with a proposed Subcontractor with reference to whom the Owner has made timely objection. The Contractor shall not be required to subcontract with any party to whom the Contractor has objection. 9.2.2 All subcontracts shall afford the Contractor rights against the Subcontractor which correspond to those rights afforded to the Owner against the Contractor herein, including those rights afforded to the Owner by Subparagraph 12.2.1 below. All subcontracts shall incorporate by reference the provisions hereof and shall provide that no claims, causes or demands shall be made by any Subcontractor against the Owner. 9.2.3 The Contractor shall indemnify, defend and hold harmless the Owner from and against any and all claims, demands, causes of action, damage, and liability asserted or made against the Owner by or on behalf of any Subcontractor. ARTICLE X CHANGES IN THE WORK 10.1 CHANGES PERMITTED 10.1.1 Changes in the Work within the general scope of this Contract, consisting of additions, deletions, revisions, or any combination thereof, may be ordered without invalidating this Contract, by Change Order or by Field Order. 10.1.2 Changes in the Work shall be performed under applicable provisions of this Contract and the Contractor shall proceed promptly with such changes. 10.2 CHANGE ORDER DEFINED 10.2.1 Change Order shall mean a written order to the Contractor executed by the Owner, issued after execution of this Contract, authorizing and directing a change in the Work or an adjustment in the Contract Price or the Contract Time, or any combination thereof. The Contract Price and the Contract Time may be changed only by written Change Order. 10.3 MINOR CHANGES 10.3.1 The Owner's Representative shall have authority to order minor changes in the Work not involving a change in the Contract Price or an extension of the Contract Time and not inconsistent with the intent of this Contract. Such minor changes shall be made by written Field Order, and shall be binding upon the owner and the Contractor. The Contractor shall promptly carry out such written Field Orders. 10.4 EFFECT OF EXECUTED CHANGE ORDER 10.4.1 The execution of a Change Order by the Contractor shall constitute conclusive evidence of the Contractor's agreement to the ordered changes in the Work, this Contract as thus amended, the Contract Price and the Contract Time. The Contractor, by executing the Change Order, waives and forever releases any claim against the Owner for additional time or compensation for matters relating to or arising out of or resulting from the Work included within or affected by the executed Change Order. 10.5 NOTICE TO SURETY; CONSENT 10.5.1 The Contractor shall notify and obtain the consent and approval of the Contractor's surety with reference to all Change Orders if such notice, consent or approval are required by the Contractor's surety or by law. The Contractor's execution of the Change Order shall constitute the Contractor's warranty to the Owner that the surety has been notified of and consents to, such Change Order and the surety shall be conclusively deemed to have been notified of such Change Order and to have expressly consented thereto. ARTICLE XI UNCOVERING AND CORRECTING WORK 11.1 UNCOVERING WORK 11.1.1 If any of the Work is covered contrary to the Owner's Representative's request or to any provisions of this Contract, it shall, if required by the Owner's Representative or the Owner, be uncovered CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 13 BID Q- 0510 -01 REINFORCED CONCRETE PAVEMENT REPAIRS for inspection and shall be properly replaced at the Contractor's expense without change in the Contract Time. 11.1.2 If any of the Work is covered in a manner not inconsistent with Subparagraph 11.1.1 above, it shall, if required by the Owner's Representative or the Owner, be uncovered for inspection. If such Work conforms strictly with this Contract, costs of uncovering and proper replacement shall by Change Order be charged to the Owner. If such Work does not strictly conform with this Contract, the Contractor shall pay the costs of uncovering and proper replacement. removing and correcting the defective or nonconforming Work, and (b) the difference between the fair market value of the Project as constructed and the fair market value of the Project had it not been constructed in such a manner as to include defective or nonconforming Work. If the remaining portion of the unpaid Contract Price, if any, is insufficient to compensate the Owner for its acceptance of defective or nonconforming Work, the Contractor shall, upon written demand from the Owner, pay the Owner such remaining compensation for accepting defective or nonconforming Work. ARTICLE XII 11.2 CORRECTING WORK 11.2.1 The Contractor shall immediately proceed to correct Work rejected by the Owner's Representative as defective or failing to conform to this Contract. The Contractor shall pay all costs and expenses associated with correcting such rejected Work, including any additional testing and inspections, and expenses made necessary thereby. 11.2.2 If within one (1) year after Substantial Completion of the Work any of the Work is found to be defective or not in accordance with this Contract, the Contractor shall correct it promptly upon receipt of written notice from the Owner. This obligation shall survive final payment by the Owner and termination of this Contract. With respect to Work first performed and completed after Substantial Completion, this one year obligation to specifically correct defective and nonconforming Work shall be extended by the period of time which elapses between Substantial Completion and completion of the subject Work. 11.2.3 Nothing contained in this Paragraph 11.2 shall establish any period of limitation with respect to other obligations which the Contractor has under this Contract. Establishment of the one year time period in Subparagraph 11.2.2 relates only to the duty of the Contractor to specifically correct the Work. 11.3 OWNER MAY ACCEPT DEFECTIVE OR NONCONFORMING WORK 11.3.1 If the Owner chooses to accept defective or nonconforming Work, the Owner may do so. In such event, the Contract Price shall be reduced by the greater of (a) the reasonable cost of CONTRACT TERMINATION 12.1 TERMINATION BY THE CONTRACTOR 12.1.1 If the Work is stopped for a period of ninety (90) days by an order of any court or other public authority, or as a result of an act of the Government, through no fault of the Contractor or any person or entity working directly or indirectly for the Contractor, the Contractor may, upon ten (10) days' written notice to the Owner, terminate performance under this Contract and recover from the Owner payment for the actual reasonable expenditures of the Contractor (as limited in Subparagraph 10.3.2 above) for all Work executed and for materials, equipment, tools, construction equipment and machinery actually purchased or rented solely for the Work, less any salvage value of any such items. 12.1.2 If the Owner shall persistently or repeatedly fail to perform any material obligation to the Contractor for a period of fifteen (15) days after receiving written notice from the Contractor of its intent to terminate hereunder, the Contractor may terminate performance under this Contract by written notice to the Owner. In such event, the Contractor shall be entitled to recover from the Owner as though the Owner had terminated the Contractor's performance under this Contract for convenience pursuant to Subparagraph 12.2.1 hereunder. 12.2 TERMINATION BY THE OWNER 12.2.1 FOR CONVEMENCE 12.2.1.1 The Owner may for any reason whatsoever terminate performance under this Contract by the Contractor for convenience. The Owner shall give written notice of such termination CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 14 BID Q- 0510 -01 REINFORCED CONCRETE PAVEMENT REPAIRS to the Contractor specifying when termination becomes effective. 12.2.1.2 The Contractor shall incur no further obligations in connection with the Work and the Contractor shall stop Work when such termination becomes effective. The Contractor shall also terminate outstanding orders and subcontracts. The Contractor shall settle the liabilities and claims arising out of the termination of subcontracts and orders. The Owner may direct the Contractor to assign the Contractor's right, title and interest under terminated orders or subcontracts to the Owner or its designee. 12.2.1.3 The Contractor shall transfer title and deliver to the Owner such completed or partially completed Work and materials, equipment, parts, fixtures, information and Contract rights as the Contractor has. 12.2.1.4 (a) The Contractor shall submit a termination claim to the Owner specifying the amounts due because of the termination for convenience together with costs, pricing or other data required. If the Contractor fails to file a termination claim within one (1) year from the effective date of termination, the Owner shall pay the Contractor, an amount derived in accordance with subparagraph (c) below. (b) The Owner and the Contractor may agree to the compensation, if any, due to the Contractor hereunder. (c) Absent agreement to the amount due to the Contractor, the Owner shall pay the Contractor the following amounts: (i) Contract prices for labor, materials, equipment and other services accepted under this Contract; (ii) Reasonable costs incurred in preparing to perform and in performing the terminated portion of the Work, and in terminating the Contractor's performance, plus a fair and reasonable allowance for overhead and profit thereon (such profit shall not include anticipated profit or consequential damages), provided however, that if it appears that the Contractor would have not profited or would have sustained a loss if the entire Contract would have been completed, no profit shall be allowed or included and the amount of compensation shall be reduced to reflect the anticipated rate of loss, if any; (iii) Reasonable costs of settling and paying claims arising out of the termination of subcontracts or orders pursuant to Subparagraph 12.2.1.2 of this Paragraph. These costs shall not include amounts paid in accordance with other provisions hereof. The total sum to be paid the Contractor under this Subparagraph 12.2.1 shall not exceed the total Contract Price, as properly adjusted, reduced by the amount of payments otherwise made, and shall in no event include duplication of payment. 12.2.2 FOR CAUSE 12.2.2.1 If the Contractor persistently or repeatedly refuses or fails to prosecute the Work in a timely manner, abandons the jobsite and fails to resume work within five (5) days of written notice thereof by the Owner, fails to grant or allow access to the jobsite by the Owner or Owner's Representative, fails to supply enough properly skilled workers, supervisory personnel or proper equipment or materials, fails to make prompt payment to Subcontractors or for materials or labor, persistently disregards laws, ordinances, rules, regulations or orders of any public authority having jurisdiction, or otherwise is guilty of a violation of a material provision of this Contract, then the Owner may by written notice to the Contractor, without prejudice to any other right or remedy, terminate the employment of the Contractor and take possession of the site and of all materials, equipment, tools, construction equipment and machinery thereon owned by the Contractor and may finish the Work by whatever methods it may deem expedient. In such case, the Contractor shall not be entitled to receive any further payment until the Work is finished. 12.2.2.2 If the unpaid balance of the Contract Price does not exceed the cost of finishing the work, such difference shall be paid by the Contractor to the CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 15 BID Q- 0510 -01 REINFORCED CONCRETE PAVEMENT REPAIRS Owner. This obligation for payment shall survive the termination of the Contract. 12.2.2.3 In the event the employment of the Contractor is terminated by the Owner for cause pursuant to Subparagraph 12.2.2 and it is subsequently determined by a Court of competent jurisdiction that such termination was without cause, such termination shall thereupon be deemed a Termination for Convenience under Subparagraph 12.2.1 and the provisions of Subparagraph 12.2.1 shall apply. ARTICLE XIII Worker's Compensation as set forth in the Worker's Compensation Act. Commercial General $1,000,000 Each Accident/Occurrence. Liability (Public) $1,000,000 Aggregate $1,000,000 Products & Completed Operations Aggregate. Owner's Protective $600,000 per occurrence Liability Insurance $1,000,000 aggregate Excess/Umbrella Liability $1,000,000 per occurrence w /drop down coverage INSURANCE 13.1 CONTRACTOR SHALL MAINTAIN INSURANCE 13.1.1 The Contractor at his own expense shall purchase, maintain and keep in force during the life of this contract, adequate insurance that will protect the Contractor and/or any Additional Insured from claims which may arise out of or result from operations under this contract. The insurance required shall provide adequate protections from all claims, whether such operations be by the Contractor or by any Additional Insured or by any Subcontractor or by anyone directly or indirectly employed by any of them, which may be encountered in the performance of this contract in the amounts as shown below in Paragraph 13.2.1. 13.1.2 The Contractor shall not commence work on any Contract in the City of Coppell until the Contractor has obtained all the insurance required under this paragraph and such insurance has been approved by the City. 13.2 TYPES AND AMOUNTS OF CONTRACTOR'S INSURANCE Endorsement CG 2503 Amendment Aggregate Limit of Insurance per Project or Owner's and Contractor's Protective Liability Insurance for the Project. Automobile Liability $500,000 Combined single limit per occurrence. 13.3 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. 13.4 WRITTEN NOTIFICATION Each insurance policy shall contain a provision requiring that thirty (30) days prior to expiration, cancellation, non - renewal or any material change in coverage, a notice there of shall be given by certified mail to the Division of Purchasing, City of Coppell, 255 Parkway Blvd., Coppell, Texas, 75019. 13.2.1. The Contractor shall furnish and maintain during the life of the contract adequate Worker's Compensation and Commercial General Liability (Public) Insurance in such amounts as follows: Type of Insurance Amount 13.5 PREMIUMS AND ASSESSMENTS Companies issuing the insurance policies shall have no recourse against the City for payment of any premiums or assessments for any deductibles which are at the sole responsibility and risk of the Contractor. CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 16 BID Q- 0510 -01 13.6 CERTIFICATE OF INSURANCE REINFORCED CONCRETE PAVEMENT REPAIRS Proof that the insurance is in force shall be furnished to the City on City of Coppell Standard Certificate of Insurance Forms. In the event any insurance policy shown on the Certificate of Insurance has an expiration date that is prior to the completion and final acceptance of the project by the City of Coppell, the contractor shall furnish the City proof of identical continued coverage no later than thirty (30) days prior to the expiration date shown on the Certificate of Insurance. 13.7 PRIMARY COVERAGE The coverage provided herein shall be primary and noncontributory with any other insurance maintained by the City of Coppell, Texas, for its benefit, including self insurance. 13.8 WORKER'S COMPENSATION INSURANCE COVERAGE 13.8.1 The Contractor shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the proj ect; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the Texas Workforce Commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workforce Commission at 800 -832- 2829 to receive information on the legal requirement for coverage, to verify whether your employer has CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 17 BID Q- 0510 -01 REINFORCED CONCRETE PAVEMENT REPAIRS provided the required coverage, or to report an the project and for one year employer's failure to provide coverage." thereafter; and (8) contractually require each person with whom it contracts to provide services on a project, to: (G) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the prof ect; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e)(3) of this rule; (D) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the Contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of (H) contractually require each other person with whom it contracts, to perform as required by sub- paragraphs (A) - (H) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. ARTICLE XIV MISCELLANEOUS 14.1 LAWS AND ORDINANCES 14.1.1 The Contractor shall at all times and in all respects observe and comply with all federal, state and local laws, ordinances, and regulations applicable to the Project and Work. The Contractor shall further insure that all Subcontractors observe and comply with said laws, ordinances and regulations. 14.2 GOVERNING LAw 14.2.1 The Contract shall be governed by the laws of the State of Texas. Venue for any causes of action arising under the terms or provisions of this Contract or the Work to be performed hereunder shall be in the courts of Dallas County, Texas. 14.3 SUCCESSORS AND ASSIGNS 14.3.1 The Owner and Contractor bind themselves, their successors, assigns and legal representatives to the other party hereto and to successors, assigns and legal representatives of such other party in respect to covenants, agreements and obligations contained in this Contract. The Contractor shall not assign this Contract without written consent of the Owner. CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 18 BID Q- 0510 -01 14.4 SURETY BONDS REINFORCED CONCRETE PAVEMENT REPAIRS 14.4.1 If the Contract Price exceeds the sum of $25,000.00, the Contractor shall furnish separate Performance and Payment Bonds to the Owner, according to the requirements set out in the bid documents and state statutes to guaranty full and faithful performance of the Contract and the full and final payment of all persons supplying labor or materials to the Project. Each bond required by the bid documents or state statute shall set forth a penal sum in an amount not less than the Contract Price. Each bond furnished by the Contractor shall incorporate by reference the terms of this Contract as fully as though they were set forth verbatim in such bonds. In the event the Contract Price is adjusted by Change Order executed by the Contractor, the penal sum of both the performance bond and the payment bond shall be deemed increased by like amount. The performance and payment bonds furnished by the Contractor shall be in form suitable to the Owner and shall be executed by a surety, or sureties, reasonably suitable to the Owner and authorized to do business in the State of Texas by the State Board of Insurance. 14.4.2 If the Contract Price exceeds the sum of $25,000.00, the Contractor, upon execution of the Contract and prior to commencement of the Work, shall furnish to the Owner a two -year Maintenance Bond in the amount of fifty percent (50 %) of the Contract Price covering the guaranty and maintenance prescribed herein, written by an approved surety authorized and duly licensed to conduct business in the State of Texas. The cost of said maintenance bond shall be included in the Contractor's unit bid prices and shall be paid by the Contractor. 14.5 SEVERABILITY 14.5.1 The provisions of this Contract are herein declared to be severable; in the event that any term, provision or part hereof is determined to be invalid, void or unenforceable, such determination shall not affect the validity or enforceability of the remaining terms, provisions and parts, and this Contract shall be read as if the invalid, void or unenforceable portion had not be included herein. 14.6 AMENDMENTS 14.6.1 This Contract may be amended by the parties only by a written agreement duly executed by both parties. The failure of the Owner to object to any nonperformance or nonconforming work or to enforce any provision hereof shall in no event be regarded as or construed to be a waiver, release or modification of any term or provision in this Contract, nor shall such failure to object or enforce estop the Owner from insisting on strict compliance with this Contract or from recovering damages, costs or expenses arising as a result of such nonperformance or nonconforming work. 14.7 NOTICES 14.7.1 All notices required by this Contract shall be presumed received when deposited in the mail properly addressed to the other party at the address set forth herein or set forth in a written designation of change of address delivered to all parties. CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 19 BID Q- 0510 -01 REINFORCED CONCRETE PAVEMENT REPAIRS EXECUTED in single or multiple originals, this day of , 2010. CITY OF COPPELL APPROVED: CONTRACTOR: CO $trwajot3 ' 1114 L. C v. w (Signature) r " 7 o� - ?a- - (Type/Print Name and Title) Coe City M ager 0 J ATTEST: 4. - o b0lw l City Secretary T .r) - 9"- X23 �o� (Street Address) � Q� ► cx� 0 (City /State /Zip) CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 20 BID Q- 0510 -01 REINFORCED CONCRETE PAVEMENT REPAIRS CORPORATE ACKNOWLEDGMENT THE STATE OF :T Y a S COUNTY OF Qr L BEFORE ME, the undersigned authority, a Notary Public in and for said County and State, on this day personally appeared: G. �•.�•.haFLe�y (Print Name) (Print Title) of L& c C ��,�• .T�.�,f.t, the Contractor designated hereinabove, known to me to be the person and officer whose name is subscribed to the foregoing instrument and acknowledged to me that the same was the act of the said Contractor, a corporation, that he was duly authorized to perform the same by appropriate resolution of the board of directors of such corporation and that he executed the same as the act and deed of such corporation for the purposes and consideration therein expressed, and in the capacity therein stated. SEAL OF OFFICE of CYNTHIA J CATES NOTARY PUBLIC t STATE OF TEXAS MY COMM. EXP.12- 6-2012 Notary Publi For I -� i f County, X a My Commission expires: zx 12— CITY MANAGER'S ACKNOWLEDGMENT THE STATE OF TEXAS COUNTY OF DALLAS BEFORE ME, the undersigned authority, a Notary Public in and for said County and State, on this day personally appeared the undersigned, , City Manager of the City of Coppell, Texas, a municipal corporation, known to me to be the person and officer whose name is subscribed to the foregoing instrument and acknowledged to me that the same was the act of the said City of Coppell, Texas, a municipal corporation, that he /she was duly authorized to perform the same by appropriate resolution of the City Council of the City of Coppell and that he /she executed the same as the act of the said City for purpose and consideration therein expressed, and in the capacity therein stated. 2010. My Commission expires: GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of , A.D., J (k , A.D., 2010. Notary Public in and for the State of Texas CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 21 BID Q- 0510 -01 REINFORCED CONCRETE PAVEMENT REPAIRS PERFORMANCE BOND STATE OF TEXAS Bond No. TXIFSU0483456 COUNTY OF DALLAS KNOW ALL MEN BY THESE PRESENTS: That Laughley Bridge and Construction, Inc. whose address is 1593 Hunterglen, Aledo, TX 76008 hereinafter called rincip , an International Fidelity Insurance Company , a corporation organized and existing under the laws of the State Of New Jersey and fully licensed to transact business in the State of Texas, as Surety, are held and tirmly bound unto the CITY OF COPPELL, TEXAS a municipal corporation organized and existing under the laws of the State of Texas, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called "Owner", in the penal Sum Of Three Hundred Fifty Nine Thousand Nine Hundred Twenty and no/100 do arS ( _ 35-9,920.00 in lawful money o t e United States, to a pal m Dallas County, Texas, for a payment o 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 Owner, dated the day of , 2010, which is made a part hereof by reference, for the construction of certain public improvements that are generally described as follows: Construction of the: Reinforced Concrete Pavement Repair Project FY 09/10 Bid No. Q- 0510 -01 NOW, THEREFORE, if the Principal shall well, trul and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions any 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 one (1) year from the date of final completion and final acceptance of the Work by Owner; and, if the Principal shall fully indemnify and save 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 of deficiency, 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. CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD - COPPELL, TEXAS 15019 Page 22 BID Q- 0510 -01 REINFORCED CONCRETE PAVEMENT REPAIRS AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to Contract or to the Work 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 to 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 Article 5160 of Vernon's Annotated Civil Statutes, and any other applicable statues of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Tarrant County or Dallas County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19 -1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in Four (4) copies, each one of which shall be deemed an original, this, the day of , 2010. PRINCIPAL. Laughley Bridge and Construction, Inc CJ #��j Title lcc -S,DeT SURETY International Fidelity Insurance Com pany By: C Gl W y is WaTson ow er Title: Attorney -In -Fact ATTEST: ATT T: — B everly 7mnle The Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and service of the process is: NAME: Lloyd Ray Pitts, Jr., Aon Risk Services Southwest, Inc. ADDRESS: 2711 N. Haskell Ave.,Ste. 800, Dallas, TX 75204 NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name. CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 23 BID Q- 0510 -01 REINFORCED CONCRETE PAVEMENT REPAIRS PAYMENT BOND STATE OF TEXAS Bond No. TXIFSU0483456 COUNTY OF DALLAS KNOW LauQhlev Bri ALL MEN BY THESE PRESENTS: That whose address is and Construction, Inc. 1593 Hunterglen, Aledo, TX 76008 herelna er called Pnnclpal, and International Fidelity Insurance Company , a corporation organized and existing under the laws of the State of New Jersey an lly licensed to transact business in the State of Texas, as Surety, are held and ly bound unto the CITY OF COPPELL, TEXAS a municipal corporation organized and existing under the laws of the State of Texas, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called "Owner ", in the penal Sum Of Three Hundred Fifty Nine Thousand Nine Hundred Twenty and no /100 do arS 359,920.00 in lawful money of the United States, to be paid in Dallas County, Texas, for e 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 Owner, dated the day of , 2010, which is made a part hereof by reference, for the construction oTcertain public improvements that are generally described as follows: Construction of the: Reinforced Concrete Pavement Repair Project FY 09/10 Bid No. Q- 0510 -01 NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill 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 an d 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; the 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 Contract or to the Work performed thereunder, or the Plans, Specifications, Drawings, etc., accompanying the same, shall in anywise 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. CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 24 BID Q- 0510 -01 REINFORCED CONCRETE PAVEMENT REPAIRS This Bond is given pursuant to the provisions of Article 5160 of Vernon's Annotated Civil Statutes, and any other applicable statues of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Tarrant. County or Dallas County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19 -1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN )WITNESS WHEREOF, this instrument is executed in Four (4) copies, each one ofwhich shall be deemed an original, this, the day of , 2010. PRINCIPAL SURETY Laughley Bridge and Construction, I nc. International Fidelity Insurance Company By: By: Cynuhfa Watson ow er Title Title: Attorney -In -Fact ATTEST: ATTE'ST: — Sever y 1r e The Resident Agent of e Surety in Dallas or Denton County, Texas, for delivery of notice and service of the process is: NAME: Lloyd Ray Pitts, Jr., Aon Risk Services Southwest, Inc. ADDRESS 2711 N. Haskell Ave., Ste. 800, Dallas, TX 75204 NOTE: Date of Payment Bond must be date of Contract. 1f Resident Agent is not a corporation, give a person's name. CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 25 BID Q- 0510 -01 REINFORCED CONCRETE PAVEMENT REPAIRS MAINTENANCE BOND STATE OF TEXAS } Bond No. TXIFSU0483456 COUNTY OF DALLAS } KNOW ALL MEN BY THESE PRESENTS: THAT Laughley Bridge and Construction, Inc. as Principal, and International Fidelity Insurance Company , a corporation organized under the laws of New Jersey as sureties, do hereby expressly acknowledge themselves to be held and bound to pay unto the City of Coppel Texas , a Municipal Corporation, Texas, the sum of One Hundred Seventy Nine Thousand Nine Hundred Sixty Dollars and no/100 Cents ($ 179, 960 . 00 _, , for the payment of which sum will and truly be made unto said aug eylnc la ge and Cons r � gh alfi 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 Contractor has this day entered into a written contract with the said Owner for construction of the: Reinforced Concrete Pavement Repair Project FY 09 /10 Bid No. Q- 0510 -01 which contract and the plans and specifications therein mentioned, adopted by the city of Coppell, Texas are hereby expressly made a part thereof as through the same were written and embodied herein. WHEREAS, under the plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair, the work herein contracted to be done and performed, for a period of two (2) years from the date of the acceptance of said work, and to do all necessary repairs and/or reconstruction in whole or in part of said improvements that should be occasioned by settlement of foundation, defective workmanship or materials furnished in the construction or any part thereof or any of the accessories thereto constructed by the Contractor. It being understood that the purpose of this section is to cover all defective conditions arising by reason of defective material and charge the same against the said Contractor, and sureties on this obligation, and the said Contractor and sureties hereon shall be subject to the liquidation damages mentioned in said contract for each day's failure on its' part to comply with the terms of said provisions of said contract. Now, therefore, if the said Contractor shall keep and perform its' said agreement to maintain said work and keep the same in repair for the said maintenance period of two (2) years, as provided, then these presents shall be null and void, and have not further effect, but if default shall be made by the said Contractor in the performance of its' contract to so maintain and repair said work, then these presents shall have full force and effect, and said City of Coppell, Texas 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. IN WITNESS WHEREOF, the said Laughley Bridge and construction, Inc. has caused these presents to be executed by and the said International Fidelity Insurance Company has caused these presents to be executed by its Attorney in fact and the said Attorney in fact Cynthia Watson Fowler , has hereunto set his hand, the day of .2010. CITY OF COPPELL - PURCHASING DEPARTMENT - 255 PARKWAY BOULEVARD - COPPELL, TEXAS 75019 Page 26 DID Q- 0510 -01 REINFORCED CONCRETE PAVEMENT REPAIRS PRINCIPAL SURETY Laughley Bridge and Construction, Inc. International Fidelity Insurance Company f / By: By. �"y a a t son'Frow e r Title: Title: Attorney -In -Fact WITNESS: ATTEST: rty - rrimote NOTE: Date of Maintenance Bond must not be prior to date of Contract. CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 27 Tel (973) 624 -7200 POWER OF ATTORNEY INTERNATIONAL FIDELITY INSURANCE COMPANY HOME OFFICE: ONE NEWARK CENTER, 20TH FLOOR NEWARK, NEW JERSEY 07102 -5207 KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing laws of the State of New Jersey, and having its principal office in the City of Newark, New Jersey, does hereby constitute and appoint- BEVERLY M. TRIMBLE, CYNTHIA WATSON FOWLER, LLOYD RAY PITTS, JR., CHRISTINE DAVIS, RICARDO J. REYNA, LUKE J. NOLAN, JR., JERRY P. ROSE, DON E. CORNELL, LISA M. BONNOT, ROBBI MORALES Dallas, TX. its true and lawful attorney(s) -in -fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and he of such instrument(s) to pursuance of these hall r be u as binding the said I FIDELITY INSURANCE principal fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its This Power of Attorney, is executed, and may be revoked, pursuant to and by authority of Article 3- Section 3, of the By -Laws adopred by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting called and held on the 7th day of February, 1974. The President or any Vice President, Executive Vice President, Secretary or Assistant Secretary, shall have power and authority (1) To appoint Attorneys -in -fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and, (2) To remove, at any time, any such attorney -in -fact and revoke the authority given. Further, this Power of Attorn ey is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted at a meeting duly called and held on the 29th day of April, 1982 of which the following is a true excerpt: Now therefore the signatures of such officers and the seal of the Company may be affixed to any such ower of attorney or any binding upon relating thereto by such power o d Power d ifiedrbyyfacsimile or certificate signatures and facsimile signatures or be valid and upon the valid Company in the p fu future with t re respect to any bond or undertaking to which it is attached. ITY /NAG IN TESTIMONY WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY has caused this instrument to he signed and its corporate seal to be affixed by its authorized officer, this 16th day of October, A.D. 2007. SEAL m INTERNATIONAL FIDELITY INSURANCE COMPANY y a -304 c-., STATE OF NEW JERSEY , Cl) County of Essex Secretary the swDrrn, the is he October 2007 before me n described and authorized ed officer of the I X NTERNATIONAL s FIDELITY INSURANCE COMPANY; the I affix d h to said instrument is the Corporate Seal of said Company; that the said Corporate Seal and his signature were duly affixed by order o the Board of Directors of said Company. AR0 IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, at the City of Newark, New Jersey the day and year first above written. O NOTARY PUBLIC _ A NOTARY PUBLIC OF NEW JERSEY CERTIFICATION My Commission Expires Nov. 21, 2010 1, the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the By -Laws of said Company as set forth in said Power of Attorney, with the ORIGINALS ON IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect IN TESTIMONY WHEREOF, I have hereunto set my hand this day of Assistant Secretary IMPORTANT NOTICE To obtain information or make a complaint: You may call International Fidelity Insurance Company's toll-free telephone number for information or to make a complaint at: 1 -800- 333 -4167 You may also write to International Fidelity Insurance Company at: Attn: Claims Department One Newark Center, 20" Floor Newark, NJ 07102 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1- 800 - 252 -3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714 -9104 Fax: (512) 475 -1771 Web: http: / /www.tdi.state.tx.us E -mail: ConsumerProtection @ tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the (agent) (company) (agent or the company) first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document. AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede llamar al numero de telefono gratis de International Fidelity Insurance Company's para informacion o pars someter una queja al: 1- 800 - 333 -4167 Usted tambien puede escribir a International Fidelity Insurance Company: Attn: Claims Department One Newark Center, 20 Floor Newark, NJ 07102 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: 1- 800 - 252 -3439 Puede escribir al Departamento de Seguros de Texas: P. O. Box 149104 Austin, TX 78714 -9104 Fax: (512) 475 -1771 Web: http: / /www.tdi.state.tx.us E -mail: ConsumerProtection @tdi.state.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el (agente) (la compania) (agente o la compania) primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU FIANZA DE GARANTIA: Este aviso es solo para proposito de information y no se convierte en parte o condicion del documento adjunto. ACOR CERTIFICATE OF LIABILITY INSURANCE DATE (MM /DD /YYYY) 7/1/2010 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Bradley Insurance Agency 1415 Summit Avenue ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Fort Worth, TX 76102 LIMITS A 817 - 332 -8288 INSURERS AFFORDING COVERAGE NAIC# INSURED Laugh ley Bridge & Construction, Inc INSURER A: Compan Property & Casualty EACH OCCURRENCE Laughley, Charles INSURER B: Texas Mutual Insurance Company $ 10 0 , 00 0 P.O. BOX 123800 INSURER C: PERSONALSADVINJURY Fort Worth TX 76121 INSURER D: 817/ 401 -3306 INSURER E: GEN'LAGGREGATE LIMIT APPLIES PER: X POLICY P JECT RO- LOC COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR DD'L I NSRD TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE MM /DD/YY POLICY EXPIRATION DATE MM/DD/YY LIMITS A X GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY I CLAIMSMADE CI OCCUR DJG2084337 02/05/10 02/05/11 EACH OCCURRENCE $ 1 , 000 , 000 TRENTEu PREMISES Ea occurence $ 10 0 , 00 0 MEDEXP(Anyoneperson) $ 5,000 PERSONALSADVINJURY $ 1,000,000 GENERAL AGGREGATE $ 2 , 000 , 000 GEN'LAGGREGATE LIMIT APPLIES PER: X POLICY P JECT RO- LOC PRODUCTS - COMP /OPAGG $ 2 , 000 , 000 AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY ANY AUTO AUTO ONLY -EA ACCIDENT $ OTHER THAN EA ACC AUTO ONLY: AGG $ $ EXCESS /UMBRELLA LIABILITY OCCUR CI CLAIMS MADE DEDUCTIBLE RETENTION $ EACH OCCURRENCE $ AGGREGATE $ $ $ B WORKERS COMPENSATION AND EMPLOYERS'LIABILITY ANY PROPRIETORIPARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? D es,describe under ECIALPROVISIONSbelow SBP0001166538 03/06/10 03/06/11 WC X O Y LIMIT OTH- TR LIMITS ER E.L. EACH ACCIDENT $ 500,000 E.L. DISEASE - EA EMPLOYE $ 50 0 , 0 0 0 E.L. DISEASE - POLICY LIMIT $ 500,000 OTHER DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS CERTIFICATE HOLDER CANCELLATION City of Coppell SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION 255 Parkway Blvd. DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MA3 DAYS WRITTEN Coppe 11, TX 7 5019 NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ACORD25(2001 /08) �ORD CORPORATION 1988 ACO BDM CERTIFICATE OF LIABILITY INSURANCE DATE PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Clint Bradley Farmers Agency 1415 Summit Avenue ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Fort Worth, TX 76102 LIMITS 817- 332 -8288 INSURERS AFFORDING COVERAGE NAIC# INSURED Laughley Bridge & Construction, Inc. INSURER A: Texas County Mutual EACH OCCURRENCE Laughley, Charles INSURER B: $ P.O. BOX 123800 INSURER C: PERSONAL& ADV INJURY Fort Worth, TX 76121 INSURER D: 817/ 401 -3306 INSURER E: GEN'L AGGREGATE LIMIT APPLIE S PER: POLICY JE PRO CT LOC COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR ADID1 NSRD TYPE OF INSURANCE POLICY NUMBER POLICYEFFECTIVE DATE MM /DD/YY POLICY EXPIRATION DATE MM /DD/YY LIMITS GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS MADE CI OCCUR EACH OCCURRENCE $ PREMISES Ea occurence $ MED EXP(Any one person) $ PERSONAL& ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIE S PER: POLICY JE PRO CT LOC PRODUCTS - COMP /OPAGG $ A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIREDAUTOS NON -OWNED AUTOS 604720599 03/06/10 03/06/11 COMBINED SINGLE INGLELIMIT (Eaaacccide $ 1,000,000 BODILY INJURY (Per person) $ X BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN EAACC AUTO ONLY: AGG $ $ EXCESS /UMBRELLA LIABILITY OCCUR CI CLAIMS MADE DEDUCTIBLE RETENTION $ EACH OCCURRENCE $ AGGREGATE $ $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? If yes,describe under SPECIAL PROVISIONS below O STATUS OTH- TO ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYE $ E.L. DISEASE - POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONS / LOCATIONS/ VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS CERTIFICATE HOLDER CANCELLATION City of Coppell 255 Parkway Blvd. Coppell, TX 75019 ACORD25 (2001/08) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAI O DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZE P RESENTA ©A CORPORATION 1988 r r BID NO. Q- 0510 -01 REINFORCED CONCRETE PAVEMENT REPAIRS BID SHEET TYPE 1 STREET FAILURES Item Description Concrete Quantity Bid Price TOTAL Remove and Replace Curb and Gutter Thickness SY Per SY failures I -1 Remove and Replace 6" 2,485 It S t- jt( Base Bid Street failures Detail Sheet 2120 J Z �Za �ZZo list provided (l ist provid 1 -2 Remove and Replace *Per 1,300 Additional Street failures Additional Thickness (list provided) Inch o f Thickness I� I -3 Remove and Replace * *Full Depth 350 Additional "high- Street failures z (o (see Spec. #16) I Z� early" Total Type I Street Failures FExample: 9•• Concrete: Base Bid 1 -1 + 3 times (bid 1 -2) = Cost * *Where "high early" is used, payment will be based on the amount bid for item 1 -1 plus 1 -3 (plus 1 -2 where required) TYPE Il ALLEY FAILURES Item Description Concrete Quantity Bid Price TOTAL Remove and Replace Curb and Gutter Thickness SY Per SY failures I1 -1 Remove and Replace 6" 2,595 Measured per Standard Construction t- jt( Alley failures Detail Sheet 2120 4 8 L� {, y i %� list provided) (l ist provid TYPE III CURB and GUTTER FAILURES Item Description Quantity LF Bid Price Per LF TOTAL Ill -1 Remove and Replace Curb and Gutter failures 1,103 A A --' Measured per Standard Construction Detail Sheet 2120 (l ist provid CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 BID NO. Q- 0510 -01 REINFORCED CONCRETE PAVEMENT REPAIRS TYPE IV BRICK PAVER REPLACEMENT Item Description Quantity Bid Price TOTAL SY Per SY IV -1 Remove and Dispose of Brick Pavers Including Underlying Concrete Support 760 See attached intersection layout and detail �J L t sheets + 1 (p lans provided IV -2 Install Integral Colored Stamped Concrete pavement. 650 See attached intersection layout and (63 9 9 D detail sheets 4 " i Tans provided IV -3 Brick Paver Replacement b a See attached intersection layout and 10 � detail sheets tans provided Total Type IV Brick Paver Replacement o� Note: All work must be completed by December 31, 2010 BID SUMMARY Os Total Bid for TYPE I (Remove & Replace Street Failures) $ t (o l , 9 m Total Bid for TYPE II (Remove & Replace Alley Failures) $ MR- S Oo Total Bid for TYPE III (Remove & Replace Curb & Gutter) $ ZZ t p(Qo o� Total Bid for TYPE IV (Brick Paver Replacement) $ 5 , I-oc> b� TOTAL BID (Items I -IV) $ CITY OF COPPELL - PURCHASING DEPARTMENT - 255 PARKWAY BOULEVARD - COPPELL, TEXAS 75019 BID NO. Q- 0510 -01 REINFORCED CONCRETE PAVEMENT REPAIRS Communications concerning this Bid shall be addressed to the address of BIDDER indicated on the applicable signature page. BIDDER understands that the Owner is exempt from State Limited Sales and Use Tax on tangible personal property to be incorporated into the project. Said taxes are not included in the Contract Price (see Instructions to Bidders). The terms used in this Bid which are defined in the General Conditions of the Construction Contract included as 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 or adjust quantities 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. SUBMITTED ON 2010 by C- Comony Information 0 - I2-3 't-ax - W &t'1-E . ( X U IZ( - 3 i9a 0 Phone Number: T ^ . — 3 ?2a U Fax Number: 60 11 - O T CITY OF COPPELL . PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 BID NO. Q- 0510 -01 REINFORCED CONCRETE PAVEMENT REPAIRS T H E C 1 T Y O F BID Q- 0510 -01 REINFORCED CONCRETE PAVEMENT REPAIRS BIDDERS PLEASE NOTE: ONE COPY OF THE FOLLOWING BID SHEETS HAVE BEEN ENCLOSED FOR YOUR CONVENIENCE (SPECIFICATIONS AND CONFLICT OF INTEREST FORM) TWO COPIES MUST BE RETURNED TO THE PURCHASING DEPARTMENT NO LATER THAN: 2:00 P.M., THURSDAY, MAY 6, 2010. CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 BID NO. Q- 0510 -01 REINFORCED CONCRETE PAVEMENT REPAIRS SPECIFICATIONS FOR REINFORCED CONCRETE PAVEMENT REPAIRS 1. All repairs are to be saw cut full depth a minimum of 12" beyond the failure or to the next joint if within 3' and are to be square or rectangular in shape. 2. Complete removal of all pavement within the repair area is to be accomplished leaving clean vertical sides. Damaged vertical sides will be re- sawed, removed and replaced at the contractor's expense. Limit of pay will only be to the original saw line. Spoils from this activity and subgrade removal will be disposed of off -site at the contractor's expense. 3. Removal of brick pavers shall include complete removal of all pavers and underlying concrete support below pavers within the replacement area. The thickness of concrete removal below the pavers is generally between 6 and 8 inches in thickness. See the included detail sheet for additional information. This is to be accomplished leaving clean vertical sides. Damaged vertical sides will be re- sawed, removed and replaced at the contractor's expense. Limit of pay will only be to the original saw line. Pavers, concrete, and spoils from this activity shall be disposed of off -site at the contractor's expense. 4. Subgrade shall be removed to a depth of 6" below bottom of the existing pavement in the entire repair area and cement treated base (CTB) is to be placed and compacted (to 95% standard proctor density) in place of the removed subgrade. If the removal leaves a void deeper than the 6" requirement, or if unstable material is encountered that has to be removed, then flexbase shall be placed and compacted (to 95% standard proctor density) to bring subgrade up to 6" below bottom of the existing pavement. 5. Where brick pavers and underlying concrete is removed, the existing subgrade shall be compacted to 95% standard proctor density. CTB will then be placed and compacted (to 95% standard proctor density) to the bottom of the proposed stamped concrete. 6. Vertical sides of repair area are to be doweled with #4 bars, epoxy embedded 6" into the sides at 12" centers. A 24" #6 smooth dowel with dowel sleeve will be used at any transverse expansion joint that may be disturbed. See City of Coppell Standard Specifications. 7. Reinforcement steel shall be minimum 43 bar on 18" centers with 30 diameters bar laps. ( #3 - 12" lap) and shall be supported by bar chairs spaced adequately to support the weight of the concrete during placement. 8. Concrete shall consist of Type IIIA Cement Class 'C' Concrete at a rate of 6 sacks per CY and a compressive strength of 3600 PSI at 28 days. After placement of concrete, the entire new concrete section shall receive a coat of approved white pigmented curing compound applied by use of a sprayer capable of producing an even and thorough coverage. Six cylinders shall be obtained for testing on the 7'', 14 and 28` day. Testing to be provided by contractor, at the sole expense of the contractor, one density taken per repair location, concrete cylinders per day of pour, or 100 cubic yards, through a City - approved laboratory Pavement may be placed in service if a strength of 3000 PSI is obtained on the 7 or 14 day breaks. If a strength of 3600 PSI is reached on the 7 or 14 day breaks, then no additional test will be required. If the 28 -day break does not obtain 3600 PSI the pavement shall be removed and replaced at the contractor's expense. *Note: When street repair includes curb and gutter repair, the curb and gutter will be paid under the bid item for paving. Measurement will be based on the measurement of flatwork plus the curb height. For example: a 3'x 3' section that includes curb will be paid at 3'x 3'6" or 10.5 square feet. The quantity of curb included in the bid is for those areas where only the curb needs to be replaced and will be constructed per Standard CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 BID NO. Q- 0510 -01 REINFORCED CONCRETE PAVEMENT REPAIRS Construction Detail Sheet 2120. Payment will then be based on the price bid per linear foot of curb and gutter. Stamped concrete shall consist of the installation of integrally colored stamped concrete in the locations as shown in the plans. Color shall be Red Clay — Bomanite Integral Color with Bomanite Natural Gray Release (or an approved equal). All patterns shall be Running Bond Used Brick. Approved equal shall only be considered after review of specifications and a test section that demonstrates the ability to match color and pattern. All concrete for construction shall be Class 'A' concrete having a minimum of 6 sacks of cement per cubic yard and a minimum compressive strength of 3,600 psi at 28 days. No fly ash shall be permitted. In areas where the new concrete abuts existing concrete, the vertical sides are to be doweled with #4 bars epoxy embedded 6" into the sides at 12" centers. Reinforcement steel shall be a minimum #4 bar, on 18" centers with 12" bar laps and shall be supported by bar chairs adequately spaced to support the weight of concrete during placement. The concrete header shown on Detail Sheet 6 of 6 and the furnishing and placing reinforcement are subsidiary to this pay item. Work shall be in compliance with all applicable TxDOT specifications and NCTCOG Items 2.2 and 5.8. 10. Brick paver replacement shall consist of the installation of the Charcoal Holland Stone I pavers along the turn radii of the intersections. The row width of the existing pavers varies from one (1) to two (2) rows. Quantities for the brick pavers are based on the installation of one (1) row of pavers. See the included details and photographs for additional information. The new pavers shall be saw cut and not chopped and shall be set on no more than 1" of clean sharp sand. All new pavers installed at curb ramps shall include truncated domes on the exposed surface. 11. Construction joints shall be per the City of Coppell Standard Specifications with silicon sealer at all joints as well as replacement redwood at transverse expansion joints. If no longitudinal joint is existing on the existing paving, a longitudinal joint will still be required on the new sections of full width paving. 12. Any buttons, striping or other traffic control device removed during construction shall be replaced to match pre- existing conditions. 13. Construction joints shall be per the City of Coppell Standard Specifications with silicon sealer at all joints as well as replacement redwood at transverse expansion joints. If no longitudinal joint is existing on the existing paving, a longitudinal joint will still be required on the new sections of full width paving. 14. Any buttons, striping or other traffic control device removed during construction shall be replaced to match pre- existing conditions. 15. A comprehensive traffic control plan consistent with the TMUTCD is to be submitted for Engineering review for all job sites. Implementation of the traffic control plan and all traffic control devices necessary for a safe work environment shall be provided at the sole expense of the contractor. No streets will be allowed full closure. 16. Where deemed necessary by the City, the contractor shall use high -early strength concrete. The mix shall be capable of reaching 3,000 psi strength within 12 hours of placement. Measurement and payment shall be as per Items I -1 and 1 -2. Extra payment will be paid under I -3 on a per square yard basis as compensation for the high -early concrete. 17. A 24 -month maintenance bond at 50% of total contract value, on a form provided by the City, shall be provided by the successful bidder. CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 BID NO. Q- 0510 -01 REINFORCED CONCRETE PAVEMENT REPAIRS 18. Reference the City of Coppell Standard Construction Details and Subdivision Ordinance for further clarification. 19. All irrigation systems damaged will be repaired to as good or better by the contractor and to the satisfaction of the property owner. It is the contractor's responsibility to obtain utility locations. Any damage to existing utilities will be the sole responsibility of the contractor. Contractor will be responsible for backfilling behind the curb, where curb has been removed and replaced, and sodding the disturbed area with like turf. 20. It will be the responsibility of the contractor to provide written notification to affected residents in the vicinity of the repair prior to the beginning of work. Information to be included will be beginning and end dates of project, road closure information - either total or partial, and contact number(s). A draft copy of the notice will be submitted, reviewed and approved by the Project Engineer and City Inspector prior to its distribution to residents. 21. Once work in one area has commenced, it shall be completed and restored within 10 days. 22. Verbal response to citizen complaints must be made within 24 hours; issues must be rectified within 48 -72 hours if the complaint is found to be valid. 23. All items necessary to complete the work including but not limited to testing, pavement markings, traffic control plan, repair of irrigation systems, sodding, etc. are subsidiary to the price bid. 24. All the work contained in this contract lies within the city limits of the City of Coppell, Texas and shall be constructed according to the City of Coppell approved construction standards and specifications and the Standard Specifications for Public Works Construction, Fourth Addition and any amendments as adopted by the North Central Texas Council of Governments. LABOR CLASSIFICATION AND MINIMUM WAGE SCALE The City of Coppell is the contracting agency for this construction project. The following statute requires any contracting agency to specify the generally prevailing rate of wages in contracts that are bid. Vernon's Texas Civil Statutes - Article 5159a: "Construction of Public Works in State and Municipal or Political Subdivisions; Prevailing Wage Rate to be maintained." Pursuant to the requirements of this statute, the City of Coppell, has ascertained the following rates of wages are paid to various classifications of workers in the locality of this project. Not less than the following hourly rates shall be paid for the various classifications of work required by this project. Workers in classifications where rates are not identified shall be paid not less than the general prevailing rate of "laborer" for the various classifications of work therein listed. The hourly rate for legal holiday and overtime work shall be not less than one and one -half (1 & 1/2) times the base hourly rate. The rates specified are journeyman rates. Apprentices may be used on the project and may be compensated at a rate determined mutually by the worker and employer, commensurate with the experience and skill of the worker but not at a rate less than 60% of the journeyman's wage as shown. At no time shall a journeyman supervise more than one (1) apprentice. All apprentices shall be under the direct supervision of a journeyman working as a crew. CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 BID NO. Q- 0510 -01 REINFORCED CONCRETE PAVEMENT REPAIRS Pursuant to the requirements of this statute, the City of Coppell, has ascertained the following rates of wages are paid to various classifications of workers in the locality of this project: Air Tool Operator .............. $ 10.06 Asphalt Distributor Operator... $ 13.99 Asphalt paving machine Operator $ 12.78 Asphalt Raker .................. $ 11.01 Asphalt Shoveler ............... $ 8.80 Batching Plant Weigher......... $ 14.15 Broom or Sweeper Operator...... $ 9.88 Bulldozer Operator ........... $ 13.22 Carpenter ...................... $ 12.80 Concrete Finisher, Paving...... $ 12.85 Concrete Finisher, Structures.. $ 13.27 Concrete Paving Curbing Machine Operator ............... $ 12.00 Concrete Paving Finishing Machine Operator ............... $ 13.63 Concrete Paving Joint Sealer Operator ....................... $ 12.50 Concrete Paving Saw Operator... $ 13.56 Concrete Paving Spreader Operator ....................... $ 14.50 Concrete Rubber ................ $ 10.61 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator ....................... $ 14.12 Electrician .................... $ 18.12 Flagger ........................ $ 8.43 Form Builder /Setter,Structures. $ 11.63 Form Setter, Paving & Curb..... $ 11.83 Foundation Drill Operator, Crawler Mounted ................ $ 13.67 Foundation Drill Operator, Truck Mounted .................. $ 16.30 Front End Loader Operator...... $ 12.62 Laborer, common ................ $ 9.18 Laborer, Utility ............... $ 10.65 Mechanic ....................... $ 16.97 Milling Machine Operator, Fine Grade ..................... $ 11.83 Mixer operator ................. $ 11.58 Motor Grader Operator, Fine Grade .......................... $ 15.20 Motor Grader Operator, Rough... $ 14.50 Oiler .......................... $ 14.98 Painter, Structures............ $ 13.17 Pavement Marking Machine Operator ....................... $ 10.04 Pipelayer ...................... $ 11.04 Reinforcing Steel Setter, Paving ......................... $ 14.86 Reinforcing Steel Setter, Structure ...................... $ 16.29 CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 BID NO. Q- 0510 -01 REINFORCED CONCRETE PAVEMENT REPAIRS Roller Operator, Pneumatic, Self - Propelled ................. $ 11.07 Roller Operator, Steel Wheel, DESCRIPTION Al -1 Flat Wheel /Tamping ............. $ 10.92 Roller Operator, Steel Wheel, Al -2 8/21/2007 Plant Mix Pavement ............. $ 11.28 Scraper Operator ............... $ 11.42 Servicer ....................... $ 12.32 Slip Form Machine Operator..... $ 12.33 Spreader Box operator.......... $ 10.92 Tractor operator, Crawler Type. $ 12.60 Tractor operator, Pneumatic.... $ 12.91 Traveling Mixer Operator....... $ 12.03 Truck driver, lowboy - Float..... $ 14.93 Truck driver, Single Axle, Al -8 8/8/2008 Heavy .......................... $ 11.47 Truck driver, Single Axle, 8/15/2008 MacArthurNilla e Dr Light .......................... $ 10.91 Truck Driver, Tandem Axle, MacArthur /Allen 8 Semi - Trailer ................... $ 11.75 Truck Driver, Transit - Mix...... $ 12.08 Wagon Drill, Boring Machine, Post Hole Driller Operator..... $ 14.00 Welder ......................... $ 13.57 Work Zone Barricade Servicer... $ 10.09 REPAIR LISTS STREET REPAIRS STREET DATE ADDRESS SY DESCRIPTION Al -1 8/14/2006 Parkwa /Parkview 20 Street failure WB lane (temp. patch done) Al -2 8/21/2007 Parkway 16 Street failure - 3 areas WB near Lodge Al -3 9/26/2007 Samuel /MacArthur 6 Street failure (temp. patch done Al -4 1/8/2008 Samuel/Sandy Lake 15 Street failure SB 100' from Sandy Lake left lane Al -5 3/24/2008 Lodge 264 2 Street failure (temp. patch done A1-6 5/7/2008 Samuel /Meadow Ridge 22 Street failure SB b/t Meadow Ridge & school A1-7 8/5/2008 MacArthurNilla e Pkwy 2 Street failure Al -8 8/8/2008 Cove 351 2 Street failure (temp. patch done Al -9 8/15/2008 MacArthurNilla e Dr 9 Street failure (2 temp. patches NB MacArthur) Al -10 3/19/2009 MacArthur /Allen 8 Street failure (temp. patch NB just south of Allen) CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 BID NO. Q- 0510 -01 REINFORCED CONCRETE PAVEMENT REPAIRS A2 -1 8/21/2003 Lode 12 Street failure Northbound lane A2 -2 11/16/2006 Parkview PI 416 90 Street failure A2 -3 1/9/2007 Waterview 525 -529 110 Street failure (temp. patch done) A2 -4 1/9/2007 Waterview 533 55 Street failure (temp. patch done) A2 -5 4/23/2007 Lodge 317 11 Street failure (Northbound temp patch) A2 -6 4/23/2007 Parkway/Lodge 2 Street failure (westbound -temp. patch) A2 -7 8/20/2007 Parkway 1000' west of MacArthur 1 Street failure (temp. patch done A2 -8 7/29/2008 Waterview 526 -530 2 Street failure (temp. patch done) A2 -9 10/29/2008 Sandy Lake/Lodge EB 1 Street failure EB Rt lane (temp. patch done) A3 -1 3/8/2008 Samuel/Sandy Lake 5 Street failure (temp. patch done) STREET DATE ADDRESS SY DESCRIPTION 131 -1 4/22/2005 Sandy Lake 2 Street failure B1 -2 7/13/2006 Sandy Lake 300' E. of Heartz 134 Major street failure 131 -3 4/24/2007 Moore Rd Northbound 22 Street failure (temp. patch done 131 -4 9/25/2007 Heather Glen /Braewood 20 Street failure 131 -5 7/31/2008 Woodhurst 430 -462 60 Major Street failure 131 -6 10/31/2008 Sandy Lake/Highland Meadow 26 Subgrade failure at brick pavers (temp.patch done) 61 -7 11/21/2008 Bethel E. East of Brick Pavers 44 Street failure panel sinkin B1 -8 11/21/2008 Bethel E. West of Brick Pavers 40 Street failure at manhole 131 -9 3/11/2009 Falls 1420 45 Street failure at drive approach B1 -10 3/25/2009 Bethel School 627 21 Street failure (temp. patch done) B1 -11 3/25/2009 Bethel School 718 23 Street failure (temp. patch done B1 -12 4/12/2009 Mallard (B /t Pelican & Blue Ja 31 Street failure (temp. patch done) B1 -13 4/15/2009 MacArthur /Starleaf 4 Street failure SB MacArthur at Starleaf center lane B1 -14 6/8/2009 Highland Meadow Cir /Sandy Lake 53 Street failure sinking EB Rt.turn In of Sandy Lake B1 -15 10/2/2009 MacArthur 20 Street failure NB left lane (temp. patch done) B1 -16 2/15/2010 Bethel School / Heartz Rd 5 Street failure (temp. patch done) B1 -17 3/1/2010 Villawood 716 31 Street sinking/cracked B1 -18 3/22/2010 MacArthur / Beltline 1 Street failure (temp. patch NB 300' S of Beltline) 62 -1 7/21/2003 Mead owview/M oo re 48 Street failure (W side of Meadowview @ Moore) large pothole CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 BID NO. Q- 0510 -01 REINFORCED CONCRETE PAVEMENT REPAIRS B2 -2 8/31/2005 Willet 28 Sinking alley entrance B2 -3 4/24/2007 Moore Rd (Southbound) 3 Street failure (temp. patch done) B2 -4 2/7/2008 Denton Tap/Sandy Lake 2 Street failure (temp. patch done) B2 -5 3/11/2008 Barrin ton 1307 18 Street failure (temp. patch done) B2 -6 8/15/2008 Sandy Lake /Heartz 2 Street failure WB (temp. patch done B3 -1 6/2/2004 Mockin bird 124 Street failure (between Hawk & Allen B3 -2 3/10/2008 Mocking bird /Beltline 1 Minor street failure at RR tracks (temp. patch) STREET DATE ADDRESS Sy DESCRIPTION C1 -1 2/8/2005 Hartford 452 21 Street Failure C1 -2 10/19/2006 Ro al /Gateview 5 Street failure (temp. patch done) C1 -3 10/19/2006 Beltline /Wrap ler 1 Street failure (temp. patch done) C14 6/19/2007 Armstrong 722 -726 8 Street Failure new manhole C1 -5 1/7/2008 Manchester 119 32 Street failure C1 -6 1/9/2008 Spanish Moss 343 89 Sinking/broken (bad sub grade) C1 -7 3/19/2008 Southern Belle 230 33 Street failure (temp. patch done 5/18/09) C1 -8 5/7/2008 AshleyANhispering Hills 45 Street failure (temp. patch done C1 -9 6/25/2008 Airline 450 17 Street failure (temp. patch done) C1 -10 7/23/2008 Airline 505 33 Street failure (around manhole -temp patch done) C1 -11 11/2/2008 Ashley 310 20 Street failure (temp, patch done) C1 -12 11/13/2008 Greenwa /Exchan e Cir 9 Street failure 3 places (temp. patch done) C1 -13 12/1/2008 Plantation 312 16 Street failure (temp. patch done) C1 -14 12/3/2008 Ro al /North oint 24 Street failure (temp. patch done) C1 -15 2/23/2009 Royal 621 21 Street failure (temp. patch done) C1 -16 3/9/2009 Freeport B/t Fritz & Gateway 20 Street failure 2 areas (temp. patch done) C1 -17 3/17/2009 Freeport Pkwy S 1275 14 Street failure 3 areas (2 South side & 1 North side) C1 -18 3/17/2009 Royal/Gateway Royal/Gateway 22 Street failure (temp. patch done) C1 -19 3/18/2009 Freeport 600 17 Street failure (temp- patch done) C1 -20 3/18/2009 Ro al S. 650 9 Street failure (temp. patch done C1 -21 5/13/2009 Fieldcrest Loop 211 4 Street failure (temp. patch done) C1 -22 5/22/2009 Bethel School W. (Ace Hardware) 185 Major street failure (3 temp. patches done) C1 -23 9/11/2009 Branchwood Tr] 120 50 Street failure (temp. patch done) C1 -24 10/6/2009 Wran g ler /Executive 45 Street failure (temp. patch done C1 -25 10/8/2009 Branchwood Trl 121 74 Street failure (temp. patch done) C1 -26 1/4/2010 Airline 550 18 Street failure (temp. patch done) CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 BID NO. Q- 0510 -01 REINFORCED CONCRETE PAVEMENT REPAIRS C1 -27 1/25/2010 Dividend 97 Street Failure 500 ft. East of Royal (temp.patch done) C1 -28 2/4/2010 Plantation /Southern Belle 80 Street failure S of Southern Belle (some grinding) C1 -29 3/10/2010 Freeport (B /t Gateway & Southwestern 5 Street Failure (temp. patch NB left lane) C1 -30 3/10/2010 Freeport (B /t Wrangler & Gateway NB) 30 Street failure (temp. patch NB left lane 2 areas) C2 -1 2/8/2005 Winding Hollow/Sandy Lake 48 Street failure C2 -2 2/4/2008 Harris /Brooks 3 Street failure (temp. patch done C2 -3 10/16/2008 Wrangler Dr/Wrangler Cir 3 Street failure (temp. patch done) C2 -4 6/23/2009 Forest Bend /Hazlewood Cove 1 Street failure (temp. patch done) C2 -5 1/4/2010 Airline 500 6 Street failure (temp. patch done) A1-9 1/4/2008 Parkview PI 429 -431 89 Broken (temp. asphalt patch) STREET DATE ADDRESS SY DESCRIPTION D1 -1 3/31/2004 Auburn 11 Street failure behind median D1 -2 3/24/2009 Auburn Way 9 Street failure 2 areas b/t Parkway & Martel D1 -3 1/27/2010 Kilbrid e Ct 133 11 Street failure D2 -1 2/8/2005 Town Center E. /Denton Tap 13 Paver & Street repair D2 -2 1/31/2006 Copperstone 402 26 Street failure D2 -3 1/27/2010 Kilbrid e 816 3 Street failure 2,377 ALLEY REPAIRS ALLEY DATE ADDRESS SY DESCRIPTION Al -1 7/14/2004 Lansdowne (alley entrance to 108) 223 Sinking /broken A1-2 10/8/2006 QuietValley 303 56 Broken (temp. asphalt patch) A1-3 11/3/2006 Parkwood 426 8 Sinking /broken (temp. patch done) A1-4 6/7/2007 Alex 359 67 Sinking /cracked Al -5 6/29/2007 Kailey Way 6 Broken (temp. asphalt patch) A1-6 7/12/2007 Harwell 375 16 Broken (temp. asphalt patch) Al -7 9/17/2007 Meadow Run Cir 102 48 Broken (widen alley entrance) Al -8 1/2/2008 Phillips 600 42 Sinking /broken A1-9 1/4/2008 Parkview PI 429 -431 89 Broken (temp. asphalt patch) Al -10 3/17/2008 Meadow Run Cir 211 34 Sinking Al -11 4/28/2008 Deforest 660 22 Broken (temp. asphalt patch) Al -12 5/29/2009 Raintree Cir 502 25 Broken (2 temp. asphalt patches) Al -13 5/29/2009 Sand Point 108 63 Broken Al -14 8/6/2009 Pecan Hollow 404 -408 16 Sinking /broken (temp. patch done) Al -15 8/17/2009 Phillips 612 4 Sinking /broken (temp. patch done) CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 BID NO. Q- 0510 -01 REINFORCED CONCRETE PAVEMENT REPAIRS Al -16 11/19/2009 Woodmoor 720 23 Sinking (temp. overlay done for drainage) A2 -1 3/24/2003 Moore N. 344 45 Sinking /broken A2 -2 2/8/2005 Meadowood 304 6 Sinking /broken A2 -3 10/4/2005 Grace 573 21 Broken A24 2/15/2006 Creek Crossing 1041 7 Broken A2 -5 4/22/2006 Glen Lakes 659 -663 23 Sinking /broken A2 -6 8/31/2006 Raintree Cir 523 14 Sinking A2 -7 2/27/2007 Tennyson PI 123 14 Sinking /broken (temp. patch done) A2 -8 2/27/2007 Tennyson PI 142 18 Sinking /broken (temp. patch done) A2 -9 4/1/2008 Dickens 137 14 Broken (temp. asphalt patch) A3 -1 9/28/2004 Alendale 730 60 Ponding /cracking ALLEY DATE ADDRESS SY DESCRIPTION B1 -1 8/23/2006 Highland Meadow 204 34 Sinking /broken (temp. patch done) B1 -2 7/12/2007 Mockingbird 160 8 Broken around manhole (temp. patch) B1 -3 8/10/2007 Elmvale Ct. 909 35 Curb at alley entrance & alley is broken B1 -4 10/24/2007 Shadowcrest 500 blk 134 Sinking /broken (temp. repair 10/24/07) B1 -5 11/13/2007 Willow Springs 229 7 Broken /sinking (temp. repair done) B1 -6 10/23/2008 Hill 805 23 Broken (temp. patch done) B1 -7 2/24/2009 Bethel School E. 830 7 Broken (temp. patch done) B1 -8 4/14/2009 Redcedar Way 939 17 Broken Alley entrance B1 -9 4/29/2009 Penuel 237 23 Broken to the west of 237 (temp. patch) B1 -10 5/4/2009 Sandy Knoll 469 45 Sinking (temp. patch done) B1 -11 6/1/2009 Hemlock 1010 -1016 103 Sinking /broken (temp. patch done) B1 -12 6/25/2009 Foxtail 200 9 Sinking /broken (temp. patch done) B1 -13 6/25/2009 Timber Ridge 221 13 Broken /sinking (2 temp. patches) B1 -14 6/26/2009 Villawood 644 34 Broken at alley entrance B1 -15 7/10/2009 Brittany 226 7 Broken (temp. patch done) B1 -16 8/14/2009 Mockingbird 224 5 Sinking /broken (temp. patch done) B1 -17 8/21/2009 Simmons 236 156 Broken (temp. asphalt patch) B1 -18 9/18/2009 Havencrest 544 -548 14 Broken B1 -19 10/30/2009 Cardinal 724 -728 45 Sinking (bring back to grade) B1 -20 12/11/2009 Mockingbird b/t Sparrow & Swallow 2 Sinking /Broken alley entrance B1 -21 1/20/2010 Edgewood 311 8 Broken (temp. asphalt patch) B1 -22 1/20/2010 Lakewood 321 8 Borken (temp. asphalt patch) B1 -23 1/21/2010 Westwood Ct 336 (update) 134 Major failure (temp. patch done) B1 -24 1 1/21/2010 Woodway 456 11 Broken (temp. asphalt patch) B1 -25 3/16/2010 Redcedar Way 833 -837 56 Sinking B2 -1 3/18/2002 Glendale 165 12 Broken (pothole) B2 -2 6/9/2005 Mallard 846 -902 4 Broken - failure B2 -3 4/5/2006 Willow Springs 433 58 Broken /sinking (temp. repair done) B2 -4 4/24/2006 MacArthur N. 205 3 Broken (temp. asphalt patch) B2 -5 6/25/2007 Pheasant 618 3 Sinking /broken CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 BID NO. Q- 0510 -01 REINFORCED CONCRETE PAVEMENT REPAIRS ALLEY DATE ADDRESS SY DESCRIPTION C1 -1 8/3/2005 Southern Belle 233 78 Sinking /broken C1 -2 9/25/2008 Newport 185 8 Broken (temp. patch done) C1 -3 11/2/2008 Whispering Hills /Ashley 11 Broken /sinking 2 places (temp. patch) C1 -4 7/22/2009 Delta Ct 231 8 Broken (temp. asphalt patch) C1 -5 7/22/2009 Plantation Ct 304 5 Broken (temp. asphalt patch) C1 -6 7/22/2009 Plantation Ct 308 4 Broken (temp. asphalt patch) C1 -7 3/3/2010 Carrington 137 -141 16 Broken (temp. patch done) C2 -1 3/6/2003 Carriage Ct. 204 11 Sinking /broken flume needs replacing C2 -2 5/23/2006 Wynnpage 138 34 Sinking /cracked C2 -3 6/27/2007 Whispering Hills 252 12 Sinking /broken C2 -4 2/1/2008 Archer 501 36 Cracked & broken (minor patch done) C3 -1 6/14/2004 Carriage Ct. 200 90 Sinking C3 -2 4/28/2005 Wynnpage 131 34 Cracked ALLEY DATE ADDRESS SY DESCRIPTION D1 -1 10/14/2008 Waverly 620 23 Broken (temp. asphalt patch) D1 -2 4/5/2009 Loxley 506 45 Sinking /broken D1 -3 10/8/2009 Natches Trace 149 167 Major failure (temp. patch done) D1 -4 1/12/2010 Martel 314 update 30 Broken (temp. patch done) D2 -1 5/28/2009 Bricknell169 1 Broken 2,595 CURB REPAIRS CURB DATE ADDRESS LF DESCRIPTION Al -1 11/8/2007 Parkway in front of 255 6 Curb broken both sides of median nose A1-2 1/2/2008 Quiet Valley 306 10 Curb broken Al -3 9/18/2008 MacArthur /Deforest 10 Curb broken SB MacArthur N of Deforest Al -4 10/31/2008 Parkway 255 8 Curb broken A1-5 11/18/2008 Parr 638 -642 4 Curb broken Al -6 11/21/2008 Laguna 950 16 Curb broken Al -7 12/3/2008 Laguna 954 14 Curb broken both sides of drivewa A1-8 12/11/2008 Cove 227 8 Curb broken Al -9 3/16/2009 Marlee Cir 701 12 Curb broken Al -10 5/31/2009 Village Parkway 1044 16 Curb broken Al -11 6/5/2009 Rockcrest 351 10 Curb broken Al -12 6/24/2009 Parkview PI 340 12 Curb broken by mailbox Al -13 7/27/2009 Spyglass Cove 898 6 Curb broken Al -14 8/2/2009 Woodmoor 724 12 Curb broken Al -15 8/12/2009 Parkway 471 22 Curb broken corner of Parkway & Lodge) Al -16 12/12/2009 Prestwick Ct 623 8 Curb broken Al -17 2/15/2010 Parkway 255 200 Curb broken/separating from pavers Al -18 3/15/2010 Meadow Run Cir 135 4 Curb broken A2 -1 2/10/2006 Parkview PI 432 9 Curb & gutter broken/sinkin CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 BID NO. Q- 0510 -01 REINFORCED CONCRETE PAVEMENT REPAIRS A2 -2 8/28/2006 Meadowwood 316 14 Curb sinking/broken A2 -3 6/6/2008 Waterford (median) 6 Curb broken CURB DATE ADDRESS LF DESCRIPTION B1 -1 4/9/2006 Pepperwood 333 10 Curb sinking/broken B1 -2 5/1/2006 Cambria 446 20 Curb broken B1 -3 6/19/2007 Creekside 234 30 Curb broken B1 -4 6/29/2007 Tupelo 921 10 Curb sinkin B1 -5 1/23/2008 Cardinal 705 20 Curb sinkin B1 -6 3/31/2008 Woodhurst 407 20 Curb broken B1 -7 5/5/2008 Mapleleaf 114 8 Curb broken B1 -8 5/5/2008 Sugarberry 816 10 Curb broken B1 -9 6/9/2008 Ed ewood 158 10 Curb sinking/broken B1 -10 6/18/2008 Falls 1420 12 Curb broken B1 -11 5/29/2009 Pheasant 621 10 Curb broken B1 -12 6/4/2009 Woodhurst 323 12 Curb broken B1 -13 6/10/2009 Simmons 149 12 Curb sinking/broken B1 -14 6/12/2009 Havencrest 544 22 Curb broken B1 -15 9/9/2009 Hunters Ridge Cir 433 14 Curb broken B1 -16 9/29/2009 Stonecrest 1304 6 Curb broken B1 -17 11/20/2009 Hill 229 4 Curb broken B1 -18 11/30/2009 Quail 611 5 Curb broken B1 -19 2/16/2010 Woodway 465 32 Curb sinkin CURB DATE ADDRESS LF DESCRIPTION C1 -1 6/9/2006 Forest Ridge 413 12 Curb broken C1 -2 8/9/2007 Forest Ridge 461 24 Curb broken C1 -3 1/7/2008 Manchester 119 80 Curb sinking/broken C1 -4 1/16/2008 Airline 555 20 Curb broken C1 -5 3/12/2008 Woodland Cv 114 14 Curb broken C1 -6 3/19/2008 Southern Belle 230 15 Curb broken C1 -7 3/24/2008 Country Ln 503 16 Curb broken C1 -8 4/25/2008 Dakota 473 8 Curb broken C1 -9 2/9/2009 Coo er 401 8 Curb broken at corner & front. Needs ADA ramp C1 -10 5/29/2009 River Rd 232 12 Curb broken C2 -1 2/8/2005 Sandy Lake /Denton SW corner 3 Curb & gutter broken/sinkin C2 -2 7/14/2006 Branchwood 141 20 Curb sinking/broken C3 -1 6/13/2009 Edinburgh 524 22 Curb chipped CURB DATE ADDRESS LF DESCRIPTION D1 -1 9/9/2007 Fallkirk /Kilbridge corner 9 Curb broken D1 -2 5/1/2008 Canemount 619 4 Curb broken D1 -3 5/29/2008 Bankers Cottage 715 6 Curb broken on side (corner lot) D1 -4 6/18/2008 Turnberry 205 4 Curb broken D1 -5 7/22/2008 Buttonwood 407 16 Curb broken, cut sidewalk at curb & install expansion joint D1 -6 3/16/2009 Clifton Ct 607 12 Curb broken D1 -7 9/21/2009 Hardwick Ct 530 8 Curb broken D1 -8 1/20/2010 Denton Tap 600 28 Curb broken on median left hand SB lane CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 BID NO. Q- 0510 -01 REINFORCED CONCRETE PAVEMENT REPAIRS D1 -9 1/27/2010 Applecross Ct 842 6 Curb broken also on sidewalk list D1 -10 1/27/2010 Applecross Ct 843 14 Curb broken D1 -11 1/27/2010 Dalmalley 866 20 Curb broken D1 -12 1/27/2010 Falkirk Ct 833 4 Curb broken D1 -13 1/27/2010 Kilbrid e Ln 816 4 Curb broken at Falkirk intersection D1 -14 1/27/2010 Kilbrid e Ln 828 4 Curb broken D1 -15 1/27/2010 Kilbrid e Ln 902 14 Curb broken 2 areas D1 -16 1/28/2010 Dalmalley 817 8 Curb broken D1 -17 1/28/2010 Kilbrid a Ln 751 4 Curb broken D1 -18 1/28/2010 Turnberry 101 6 Curb broken D3 -1 1/27/2010 Lairds 135 4 Curb cracked 1,103 BRICK PAVER REPLACEMENT LOCATION 1 - (plan sheet 1 of 6): S. BELT LINE RD @ WRANGLER DR — REMOVE EXISTING 218 S.Y., REPLACE WITH 19 S.Y OF 9" CONCRETE, 187 S.Y. OF 9" STAMPED CONCRETE, 8 S.Y. OF PAVER REPLACEMENT LOCATION 2 - (plan sheet 2 of 6): PARKWAY BLVD. @ LODGE RD — REMOVE EXISTING 221 S.Y., REPLACE WITH 44 S.Y. OF 6" CONCRETE, 177 S.Y. OF 6" STAMPED CONCRETE LOCATION 3 - (plan sheet 3 of 6): PARKWAY BLVD. @ MOORE RD — REMOVE EXISTING 180 S.Y., REPLACE WITH 32 S.Y. OF 6" CONCRETE, 148 S.Y. OF 6" STAMPED CONCRETE LOCATION 4 - (plan sheet 4 of 6): RIVERCHASE DR. NEAR FAIRWAYS DR. — REMOVE EXISTING 90 S.Y., REPLACE WITH 9 S.Y OF 6" CONCRETE, 90 S.Y. OF 6" STAMPED CONCRETE LOCATION 5 - (plan sheet 5 of 6): RIVERCHASE DR. NEAR CLUB ENTRANCE — REMOVE EXISTING 49 S.Y., REPLACE WITH 4 S.Y. OF 6" CONCRETE, 45 S.Y. OF 6" STAMPED CONCRETE See Plan Sheet 6 of 6 for details that apply to all brick paver replacement areas. Quantities of regular concrete listed above have been included in the Bid Item for "Remove & Replace Street Failures" and will be paid at the unit price established under that item. CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 2009 - 201 0 STREET, CURB, ALLEY REPAIR REPAIR MAP QUADRANT A SCALE: 1" = 1,000 FEET C6pff' d u LEGEND -- CITY LIMIT CDuNTY LINE QUADRANT LIMIT Ct w°y A1�1 Al -17 Dr Or A2 - 7 x F> ! Pork Al 12 AL -'I 2 -2 A -9 QW0 IeyRd t x 1 -2 A -1 A l-2 1 -2 2.2 A2- A 115 >A7 -5 6 x Al-4 1 -5 BRICK PAVER REPLACEMENT SEE SHEET 2 CF 6 A2 -1 �R Cedar gc Ct wl. _Ct x Al -14 Cedw Ime Ct X1 3 B1 8 17 E y g i 1 -13 f g x C°mb i° Dr " T n w ° s D E NTO N COUNTY CURL, DATE ADDRESS LINEAR FT Al -1 11108/2007 Parkway (median) 6 Al -2 01/02/2008 Quiet Valley 306 10 Al -3 09/1812008 MacArthur /Deforest 10 Al -4 10/31/2008 Parkway 255 8 Al -5 11118/2008 Parr 638 -642 4 Al -6 11/21/2008 Laguna 950 16 Al -7 12/0312008 Laguna 954 14 Al -8 12/11/2008 Cove 227 8 Al -9 03/16/2009 Marlee Cir 701 12 Al -10 05/31/2009 Village Parkway 1044 16 Al -11 06/05/2009 Rockcrest 351 10 Al -12 06/24/2009 Parkview PI 340 12 Al-13 0712712009 Spyglass Cove 898 6 DALLAS COUNTY "' "` 08/02/2009 Woodmoor724 12 08112/2009 Parkway 471 22 12/12/2009 Prestwick Ct 623 8 7 02/15/2010 Parkway 255 200 Ai -18 03115/2010 Meadow Run Cir 135 4 A2 -1 02/1012006 Parkview PI 432 9 i A2 -2 08/2812006 Meadowwood 316 14 �?- 06/0612008 Waterford (median) 6 2 -3 1 -17 x 1-16 ALLEY DATE ADDRESS SQ YRDS r. Dr $t Al -1 07/14/2004 Lansdowne @ alley entrance to 108 223 Al -2 10/08/2006 QuietValley 303 56 st ekL" Al -3 11/03/2006 Parkwood 426 8 1 .3 A14 06/07/2007 Alex 359 67 x 2- Al -5 06/29/2007 Kailey Way 6 Al '15 Al - 6 07/12/2007 Harwell 375 16 l-8 ` A1-7 09/17/2007 Meadow Run Cir 102 48 x wk.'ewn A1-8 01/02/2008 Phillips 600 42 s Al -9 01/04/2008 Parkview PI 429 -431 89 Al- Al-10 03/17/2008 Meadow Run Cir 211 34 Al -11 04/28/2008 Deforest 660 22 b Al-12 05129/2009 Raintree Cir 502 25 x 1 x 1 A Ct Al -13 05/2912009 Sand Point 108 63 Al -14 08/0612009 Pecan Hollow 404 -408 16 Al -15 08/17/2009 Phillips 612 4 Al -16 11/19/2009 Woodmoor 720 23 A2 -1 03/2412003 Moore N. 344 45 A21 x A2 -2 02/0812005 Meadowood 304 6 w C. A2 -3 10/0412005 Grace 573 21 A2 -4 02/15/2006 Creek Crossing 1041 7 ckel . °s 10 A2 -5 04/22/2006 Glen Lakes 659 -663 23 A2 -6 08/31/2006 Raintree Cir 523 14 XA1 6 1 - A2 - 7 02/27/2007 Tennyson PI 123 14 7 A2 -8 02127/2007 Tennyson PI 142 18 sn° Nan x 2 A2 -9 04/01/2008 Dickens 137 14 Al , Mi bor Ct A3 -1 09/28/2004 Alendale 730 60 Al ', Ct 7 $ K o STREET DATE ADDRESS SQ YRDS le r w c ' ° A2 -7 Al -1 08/14/2006 Parkway / Parkview 20 Al-2 08/21/2007 Parkway 16 BRICK PAVER REPLACEMEN �r SEE SHEET 3 OF 6 t A1 -8 k Al -3 09126/2007 Samuel /MacArthur 6 Al-4 01/08/2008 Samuel /Sandy Lake 15 xA -1 Al -5 03/24/2008 Lodge 264 2 Al X 2 x Al -6 05/07/2008 Samuel /Meadow Ridge 22 1-6 1 -16 Al -7 08/05/2008 MacArthur/Village Pkwy 2 z Al -14 R� $ A110 Al -8 08108/2008 Cove 351 2 M Al -9 08/15/2008 MacArthurNillage Dr 9 1 Al -10 03119/2009 MacArthur /Allen 8 A 1' A2 -1 08121/2003 Lodge 12 m q , Al -9 A2 -2 11116/2006 Parkview PI 416 90 A2 -3 01/09/2007 Waterview 525 -529 110 Al- A2-4 01/09/2007 Waterview 533 55 It x EY A2 -5 04/23/2007 Lodge 317 11 Al ° A2 -6 04/23/2007 Parkway /Lodge 2 1-4 °"'°" Fot°i View PI un A2 -7 08/20/2007 Parkway 000' west of MacArthur y 1 3 - 1 A2 -8 07/29/2008 Waterview 526 -530 2 A2 -9 10/29/2008 Sandy Lake /Lodge EB 1 2 3 g1 a „, r A3 -1 03/08/2008 Samuel/Sandy Lake 5 61 -7 131 -3 e g X2 131-20 X71 -18 132 -5 FI t 81 13X B X72 B1 -19 B1- Fo C* Libe C" pi. icw Dr L°ngmeadow Dr -15 Dr PAVER BRICK PAVER REPLACEMENT/ B79 B 2.1 CURB DATE ADDRESS LINEAR FT 131 -1 04/0912006 Pepperwood 333 10 131 -2 05/01/2006 Cambria 446 20 B1 -3 06/19/2007 Creekside 234 30 B1 7 1 -3 131 -5 01/23/2008 Cardinal 705 20 131 -6 03/3112008 Woodhurst 407 20 ct 8 B" 05105/2008 Sugarberry 816 1 -20 B 06/09/2008 Edgewood 158 B2 131 - 06/18/2008 Falls 1420 12 B 10 B1 -12 06/04/2009 Woodhurst 323 12 131 - 06/10/2009 Simmons 149 12 B 06/1212009 Havencrest 544 E 131 -10 05/04/2009 Sandy Knoll 469 45 B1 -11 06/01/2009 Hemlock 1010 -1016 103 131 -12 B1 -1R 9 B1 -13 06/25/2009 Timber Ridge 221 13 B1 -14 i > p2-5 B1 -15 1 El B113 p B1 -16 131 -9 g weN yct = X -1 B1 -17 B1 -19 B1 £ B1_S F. cf 09/18/2009 Havencrest 544 -548 14 B2 -3 13 t- i H x BI-4 . 1 -3 B1.8 B11 a 81 Nam Rolf Ln 7 Ct 6rapevv� 1-4 a B1 -16 x Bl- 6 B1 -14 x F. B7 -14 B -6 1 -25 B -13 � 1 10 B1 -5 5 81.24 X 1.17 wit x � - 1 Bt -19 1 -15 .. crows plot or r � 11 BI-23 Ct Ct Pw Bi -12 631 B UPC ry 2 -1 Mwda — car Ei1 - ?G �Ciq B1 -15' - 61-7 b 1 - 16 Rolling ill. CU / A 1 -10 1 -1 e 2 -2 ar .A ... -15 Dr PAVER BRICK PAVER REPLACEMENT/ B79 B 2.1 CURB DATE ADDRESS LINEAR FT 131 -1 04/0912006 Pepperwood 333 10 131 -2 05/01/2006 Cambria 446 20 B1 -3 06/19/2007 Creekside 234 30 131 -4 0612912007 Tupelo 921 10 131 -5 01/23/2008 Cardinal 705 20 131 -6 03/3112008 Woodhurst 407 20 B1 -7 05105/2008 Mapleleaf 114 8 B" 05105/2008 Sugarberry 816 10 B 06/09/2008 Edgewood 158 10 131 - 06/18/2008 Falls 1420 12 81 -11 05/2912009 Pheasant 621 10 B1 -12 06/04/2009 Woodhurst 323 12 131 - 06/10/2009 Simmons 149 12 B 06/1212009 Havencrest 544 22 11120/2009 Hill 229 4 1113012009 Quail 611 5 _ 7719 02/16/2010 Woodway 465 32 ALLEY DATE ADDRESS SQ YRDS 131 -1 08/23/2006 Highland Meadow 204 34 131 -2 07/12/2007 Mockingbird 160 8 131 -3 08/10/2007 Elmvale Ct. 909 35 131 -4 10/24/2007 Shadowcrest 500 blk 134 131 -5 11/13/2007 Willow Springs 229 7 131 -6 10/23/2008 Hill 805 23 131 -7 02124/2009 Bethel School E. 830 7 131 -8 04/14/2009 Redcedar Way 939 17 131 -9 04129/2009 Penue1 237 23 131 -10 05/04/2009 Sandy Knoll 469 45 B1 -11 06/01/2009 Hemlock 1010 -1016 103 131 -12 06/25/2009 Foxtail 200 9 B1 -13 06/25/2009 Timber Ridge 221 13 B1 -14 06126/2009 Villawood 644 34 B1 -15 07/10/2009 Brittany 226 7 B1 -16 08/14/2009 Mockingbird 224 5 B1 -17 08/21/2009 Simmons 236 156 B1 -18 09/18/2009 Havencrest 544 -548 14 B1 -19 10/3012009 Cardinal 724 -728 45 B1 -20 12/1112009 Mockingbird b/t Sparrow 81 Swallow 2 B1 -21 01/20/2010 Edgewood 311 8 B1 -22 01/20/2010 Lakewood 321 8 B1 -23 01/21/2010 Westwood Ct 336 (update) 134 B1 -24 01/21/2010 Woodway 456 11 B1 -25 03/16/2010 Redcedar Way 833 -837 56 132 -1 03/18/2002 Glendale 165 12 132 -2 06/0912005 Mallard 846 -902 4 B2 -3 04/05/2006 Willow Springs 433 58 B2-4 04/24/2006 MacArthur N. 205 3 B2 -5 06/25/2007 Pheasant 618 3 131 -3 04/2412007 Moore Rd (Northbound) 22 131-4 09/25/2007 Heather Glen /Braewood 20 131 -5 07/3112008 Woodhurst 430 -462 60 131 -6 10/31/2008 Sandy Lake / Highland Meadow 26 B1 -7 11/2112008 Bethel E. East of Brick Pavers 44 131 -8 11/21/2008 Bethel E. West of Brick Pavers 40 B1 -9 03/11/2009 Falls 1420 45 B1 -10 03125/2009 Bethel School 627 21 B1 -11 03/2512009 Bethel School 718 23 B1 -12 04/1212009 Mallard (B /t Pelican & Blue Jay) 31 B1 -13 04/15/2009 MacArthur /Starleaf 4 B1 -14 06/0812009 Highland Meadow Cir /Sandy Lake 53 B1 -15 1010212009 MacArthur 20 B1 -16 02/1512010 Bethel School /Heartz 5 B1 -17 03/0112010 Villawood 716 31 B1 -18 03/22/2010 MacArthur /Beltline 1 132 -1 07/21/2003 Meadowview /Moore 48 B2 -2 08131/2005 Willet 28 132 -3 04/24/2007 Moore Rd (Southbound) 3 132-4 02107/2008 Denton Tap /Sandy Lake 2 132 -5 03/11/2008 Barrington 1307 18 B2 -6 08115/2008 Sandy Lake /Heartz 2 B3 -1 06/02/2004 Mockingbird 124 133 -2 03/10/2008 Mockingbird /Beltline 1 2009 0 STREET, CURB, ALLEY REPAIR REPAIR MAP QUADRANT B SCALE: I" = 1,000 I.00a COPPELL LEGEND -- CITY LIMIT -' °— COUNTY LINE — QUADRANT LIMIT -23 C1 X 2009-201 C STREET, CURB, ALLEY REPAIR REPAIR MAP QUADRANT C SCALE: I" = 1 ,000 I ,000 coPPELL n -15 RI, Ct LEGEND estan - CITY LIMIT Coo NTY LINE C1 Nhky - CIUADRANT LIMIT CA C2 -3 x -19 -18 -2 CITY LIMIT STREET DATE ADDRESS SQ YRDS CURB DATE ADDRESS LINEAR FT C1 -' 06/09/2006 Forest Ridge 413 12 C 08/09/2007 Forest Ridge 461 24 C1 -4 01/07/2008 Manchester 119 80 C1 -5 01/16/2008 Airline 555 20 C1 -6 03/12/2008 Woodland Cv 114 14 r 03119/2008 Southern Belle 230 15 C1 -8 03/24/2008 Country Ln 503 16 C1 -9 04/25/2008 Dakota 473 8 C1 -10 02/09/2009 Cooper 401 8 C1 -11 05/2912009 River Rd 232 12 C2 -1 02/08/2005 Sandy Lake /Denton SW corner 3 C- 07/14/2006 Branchwood 141 20 C1 -14 06113/2009 Edinburgh 524 22 -18 -2 CITY LIMIT STREET DATE ADDRESS SQ YRDS C1 -1 02/08/2005 Hartford 452 21 C1 -2 10/19/2006 Royal /Gateview 5 C1 -3 10/19/2006 Beltline/Wrangler 1 C1 -4 06/19/2007 Armstrong 722 -726 8 C1 -5 01/07/2008 Manchester 119 32 C1 -6 01/09/2008 Spanish Moss 343 89 C1 -7 03/19/2008 Southern Belle 230 33 C1 -8 0510712008 Ashley/Whispering Hills 45 C1 -9 06125/2008 Airline 450 17 C1 -10 07123/2008 Airline 505 33 C1 -11 11/02/2008 Ashley 310 20 C1 -12 11/13/2008 Greenway /Exchange Cir 9 C1 -13 12/01/2008 Plantation 312 16 C1 -14 12/03/2008 Royal /Northpoint 24 C1 -15 02/2312009 Royal 621 21 C1 -16 03/09/2009 Freeport Bit Fritz & Gateway 20 C1 -17 03/17/2009 Freeport Pkwy S 1275 14 C1 -18 03117/2009 Royal /Gateway 22 C1 -19 03/1812009 Freeport 600 17 C1 -20 03/18/2009 Royal S. 650 9 Cl -21 0511312009 Fieldcrest Loop 211 4 C1 -22 05/22/2009 Bethel School W. (Ace Hardware) 185 C1 -23 09/11/2009 Branchwood Trl 120 50 C1 -24 10106/2009 Wrangler /Executive 45 C1 -25 10/08/2009 Branchwood Trl 121 74 C1 -26 01/04/2010 Airline 550 18 C1 -27 01/25/2010 Dividend 97 C1 -28 02104/2010 Plantation /Southern Belle 80 C1 -29 03/1012010 Freeport (Bft Gateway & Southwestern 5 C1 -30 03/10/2010 Freeport (Blt Wrangler & Gateway NB) 30 C2 -1 02/0812005 Winding Hollow /Sandy Lake 48 C2 -2 02104/2008 Harris /Brooks 3 C2 -3 10/16/2008 Wrangler Dr/Wrangler Cir 3 C2-4 06/23/2009 Forest Bend /Hazlewood Cove 1 C2 -5 01/0412010 Airline 500 6 an -24 PAVER Town 4 C11 1 ' i X 1 -7 _ 1 -28 C3 -2 x ALLEY DATE ADDRESS SQ YRDS C1 -1 08/03/2005 Southern Belle 233 78 C1 -2 09/25/2008 Newport 185 8 C1 -3 11/02/2008 Whispering Hills /Ashley 11 C1-4 07/22/2009 Delta Ct 231 8 C1 -5 07/22/2009 Plantation Ct 304 5 C1 -6 07122 /2009 Plantation Ct 308 4 C1 -7 03/03/2010 Carrington 137 -141 16 C2 -1 03/06/2003 Carriage Ct. 204 11 C2 -2 05123/2006 Wynnpage 138 34 C2 -3 06/27/2007 Whispering Hills 252 12 C2-4 02/01/2008 Archer 501 36 C3 -1 0611412004 Carriage Ct. 200 90 C3 -2 04/28/2005 Wynnpage 131 34 2009 0 STREET, CURB, ALLEY REPAIR REPAIR MAP QUADRANT D SCALE: I" = 1 .000 Opp FEET COPPELL .�r DENTON COUNT/ DALLAS COUNTY DATE ADDRESS LINEAR FT 09/09/2007 Fallkirk/Kilbridge corner 9 05/01/2008 Canemount 619 4 05/29/2008 Bankers Cottage 715 6 06118/2008 Turnberry 205 4 07/22/2008 Buttonwood 407 16 03116/2009 Clifton Ct 607 12 09/21/2009 Hardwick Ct 530 8 01/20/2010 Denton Tap 600 28 01/27/2010 Applecross Ct 842 6 01/27/2010 Applecross Ct 843 14 01/2712010 Dalmalley 866 20 01/27/2010 Fallkirk Ct 833 4 01/2712010 Kilbridge Ln 816 4 01/27/2010 Kilbridge Ln 828 4 01/2712010 Kilbridge Ln 902 14 01/28/2010 Dalmalley 817 8 0112812010 Kilbridge Ln 751 4 01/2812010 Turnberry 101 6 iss- 01127/2010 Lairds 135 4 Dl 15 Dl-10 D3.1 D1 -3 DI-9 D1. D1 -14 Fdl n A D1 -11 D D1 -1 D1 -1 Fd Dr KIWI g. Ln D -16 "I x 1 D1 -4 1 -17 Oil Ab C1 II—k. —C1 ALLEY DATE ADDRESS SQ YRDS F •Irl a.D, D1 -7 Di -1 10/14/2008 Waverly 620 23 D1 -2 04/05/2009 Loxley 506 45 D7 -3 10/08/2009 Natches Trace 149 167 1 1 `' ' D1 2 1.1 D1 4 01/12/2010 Martel 314 update 30 I I Y D2 -1 05/28/2009 Bricknell 169 1 STREET DATE ADDRESS SID YRDS ri +` s F D7 -1 03131/2004 Auburn 11 D7 -2 0312412009 Auburn Way 9 D1 -3 01/2712010 Kilbridge Ct 133 11 F- D2 -1 02/08/2005 Town Center E. /Denton Tap 13 h� Z s Izl 7 0 D2 -2 01131/2006 Copperstone 402 26 D2 -3 01/27/2010 Kilbridge 816 3 U U F Z N Q Q J Cl -2 1.23 \ 1 -3 C1- kCt C2 -2 C.- Arbor M*... Dr LEGEND — CITY LIMIT — COUNTY LINE • QUADRANT LIMIT Remove existing Charcoal Holland Stone I pavers along turn radius. Existing Uni -Decor Antique Red paver ramp to remain. Typical at two corners of intersection. See Section "B" on Sheet 6. ', o WV 0 r � %xistingUni-Decor Antique Red paver ramp to remain. Remove existing Charcoal Holland Stone I and Uni -Decor Antique Red pavers within all three crosswalk areas. Sawcut full depth of existing pavement and remove pavement within the paver area. See Section "A" on Sheet 6. O SDMH i o SSMH wranglor or e ;or Antique Red pavers to be replaced with stamped concrete. Remove Charcoal Holland Stone y c pavers and replace with 9" concrete. Uni -Decor Antique Red pavers to remain. Existing S Belt Line @ Wrangle Rd NO. I REVISION BY E z S Belt Line Rd 8'- A A J 0 O , 0 DATE m 88 o� Y N CL U 'C N I— LD C � (V � � n d c- c o Q: J N m ESTIMATED QUANTITIES REMOVAL UNIT Existing Paver and Concrete Removal S.Y. 218 REPLACEMENT UNIT 9" Concrete lS.Y.l 19 Sta mped Concrete I S.Y. 1 187 Paver Replacement I S.Y. 1 8 O Proposed S Belt Line @ Wrangler Rd T H 9 C r T Y o STREET AND ALLEY REPAIR PROGRAM SCALE: 1: = 40' E`001FIFELL DESIGNED: KRM BRICK PAVER REPLACEMENT DRAWN: K S Belt Line Rd a@ Wrangler Drive DATE: 03 -1-1 0 r ` FILE: MF 09 -10 PAVER REP CITY OF COPPELL DALLAS COUNTY, TEXAS Traffic Control Notes 1. Maintain no less than one lane of traffic in all directions during construction. 2. Contractor to submit traffic control plan for city review prior to implementation. 3. No additional payment will be made for traffic control. PROJECT NO. SHEET 1 OF 6 * s CJ View from SW corner looking Fast �� �, Itlll Illlt�'ilrlp Uni -Decor Antique Red pavers to be replaced with -' stamped concrete. � Remove Charcoal Holland Stone I pavers and replace with 9" concrete. Uni -Decor Antique Red pavers to remai�. z 9" Stamped Concrete. See Section "C" on Sheet 6. Typical all three crosswalks. j3DMH ,SSMH 9" reinforced concrete. Typical all four corners of intersection. I 8' Existing Uni -Decor Antique Red paver ramp to remain. Typical all four corners of intersection. 70' R.O.W. I No 1 f Remove existing Uni —De*Antique Red pavers within all four crosswalk areas. Sawcut full depth of existing pavement and remove pavement within the paver area. See Section "A" on o SMH\ WV O A h L r 'T x i q q n SSMH Remove existing Uni —Decor Antique Red pavers. Replace with 6" concrete. Typical at all corners of intersection. F pa �aY ejpd C? v \ i 1 n Uni -Decor Antique Red pavers to be replaced with stamped concrete. / 4 4 Existing ° Parkway Blvd @ Lodge Rd • N North pw;; replaced with Uni -Decor Antique Red pavers to be replaced with 6' concrete alm— � g 0 8 a #1 6" Stamped Concrete. See Section ,WV ` "C" on Sheet 6. Typical all four C S 9: ti 6" reinforced concrete. Typical all four corners of intersection Existing Concrete ramp to remain. Typical all four intersections. ESTIMATED QUANTITIES REMOVAL UNIT Existing Paver and Concrete Removal S.Y. 221 REPLACEMENT UNIT 6" Concrete S.Y. 44 6" Stamped Concrete S.Y. 177 Paver Replacement S.Y. N/A m Rr) Proposed Parkway Blvd @ Lodge Rd T H E. C I T T . o R STREET AND AL C OFFELL LEY REPAIR PROGRAM SCALE: 1" = 40' DESIGNED: KRM BRICK PAVER REPLACEMENT DRAWN: KWR E Parkway lvd n Lod Rd DATE: 03 -10 Y �% g NO. REVISION BY DATE a ° FILE: MF 09 -10 PAVER REP CITY OF COPPELL DALLAS COUNTY, TEXAS 1 � North Traffic Control Notes 1. Maintain no less than one lane of traffic in all directions during construction with the exception of Lodge Road North of Parkway Boulevard. Maintain one lane of traffic on that leg of the intersection. 2. Contractor to submit traffic control plan for city review prior to implementation. 3. No additional payment will be made for traffic control. PROJECT NO. SHEET 2 OF 6 0 it `a 0 0 P O 9 U ='I L • ''` . imp v Remove existing Uni —Decor Antique Red pavers within all four crosswalk areas. Sawcut full depth of existing pavement and remove pavement within the paver area. See Section "A" on Sheet 6. . ` 8' A', \ A Remove existing Uni —Decor Antique Red pavers. Replace with 6" concrete. Twical at three corners of intersection . d d SSMH 0 +�s f , Existing Parkway Blvd @ Moore Rd i a IN 1 w 7f Uni -Decor Antique Red pavers to be replaced with stamped concrete. rig cite iq_reeiarn - �_ _ E Parkway Blvd Uni-Deoor Antique Red pavers to be replaced Ath stamped concrete. Uni -Decor Antique Red pavers to be replaced wRh 6" concrete. Proposed Parkway Blvd @ Moore Rd T H K. C I T Y- O F STREET AND ALLEY REPAIR PROGRAM COFFELL SCALE: 1" = 40' DESIGNED: KRM BRICK PAVER REPLACEMENT DRAWN: KWR E Parkway lvd n Moore Rd DATE: 03 -10 Y v NO. REVISION BY DATE n ` FILE: MF 09 -10 PAVER REP CITY OF COPPELL DALLAS COUNTY, TEXAS Traffic Control Notes 1. Maintain no less than one lane of traffic in all directions during construction. 2. Contractor to submit traffic control plan for city review prior to implementation. 3. No additional payment will be made for traffic control. PROJECT NO. SHEET 3 OF 6 a 0 1< W a 0 0 a 0 C l 0 view trom west corner IooKing Iasi Charcoal Holland Stone I pavers, Unl -Decor Antique Red pavers, and asphalt to be replaced with stamped concrete. Remove existing asphalt outside of paver area and replace with 6" concrete. Charcoal Holland Stone I pavers and Unl -Decor Antique Red pavers to remain. _- _....'• . °` Wk r r,� It I sc Remove existing Charcoal Holland Stone I pavers and Uni —Decor Antique Red pavers. Replace with 6" concrete. Fypical at both corners of intersection. Remove existing Charcoal Holland Stone I pavers and Uni —Decor Antique Red pavers within both crosswalk areas. Sowcut full depth of existing pavement and remove pavement within the paver area. See Section "A" on Sheet 6. Existing Riverchase Dr 6" Stampe Section "C ESTIMATED QUANTITIES REMOVAL UNIT Existing Paver and Concrete Removal S.Y. 49 REPLACEMENT UNIT 6" Concrete S.Y. 4 6" Stamped Concrete S.Y. 45 Paver Replacement S.Y. I N/A i i Proposed Riverchase Dr ND ALLEY REPAIR PROGRAM " N0. REVISION W DATE �r " WV 0 a View from east comer looRina Wes Charcoal Holland Stone I pavers, Unl -Decor Antlque Red pavers, and asphalt to be replaced with stamped concrete. Remove existing asphalt outside of paver area and replace with 6" concrete. I Holland Stone I pavers and Uni -Decor Red pavers to remain. T H t C I T Y O F STREET A COFFELL SCALE: 1" = 40' DESIGNED: KRM BRICK PAVER REPLACEMENT DRAWN: KWR Riverchase Dr DATE: 03 -10 e k a ° FILE: ME 09 - PAVER REP CITY OF COPPELL DALLAS COUNTY, TEXAS Traffic Control Notes 1. Maintain no less than one lane of traffic in all directions during construction. 2. Contractor to submit traffic control plan for city review prior to implementation. 3. No additional payment will be made for traffic control. PROJECT NO. SHEET 5 OF 6 Existing Pavers Remove existing pavers and sand bedding course. Saw cut full depth of existing pavement and remove pavement within the paver area. Existing Reinf. Concrete Saw Cut v =Zia= eo Remove Pavement Existing Subgrade n TYPICAL SECTION - EXISTING BRICK PAVERS n NTS ~ #3 bars @ 24" centers each way with 12" bar laps. Stamped Concrete ° Flexible Base 91 Compacted Subgrade Route cold joint with 1/4" saw blade minimum. Do not cut reinforcing steel. Seal with approved silicone sealer. Dowel into existing concrete with #4 bars @ 12" centers. Existing Reinf. Concrete Existing Subgrade Pavement bars to be bent down into header. Header and pavement to be monolithic. TYPICAL SECTION - STAMPED CONCRETE n NTS C NOTES: 1. If existing edge of pavement is not in good condition, locate saw cut behind existing edge far enough to make a clean edge. 0 J a W a 0 i 0 9 g 2. Existing 6" depth is typical, however depth may vary to as much as 12 ". No additional payment will be made for extra depth of concrete. 3. Pavers that are to be reset shall be set on no more than 1 "clean, sharp sand. v� Remove existing pavers and sand bedding course. Saw cut full depth of existing pavement and remove pavement within the paver area. Existing Reinf. Concrete Existing Subgrade B TYPICAL SECTION - EXISTING CURB RAMPS ° NTS ° Keyway 8" Reinf. Concrete r 8" Reinf. Concrete Flexible Base TYPICAL DETAIL - NON - CONTINUOUS POUR to Route cold joint with 114" saw blade minimum. Do not cut reinforcing steel. Seal with approved silicone sealer. Dowel into 8" reinf. concrete with #4 bars @ 12" centers. #3 bars @ 24" centers each way with 12" bar laps. v Route cold joint with 114" saw blade minimum. Do not cut reinforcing steel. Seal with approved silicone sealer. Dowel into 8" reinf. concrete with #4 bars @ 12" center Remove Existing Pavers = Saw Cut v 0o Remove Pavement Stamped Concrete Flexible Base E-1 Remove existing Holland Stone I (Charcoal) along turn radius (Row width varies - 1 or 2 rows). Uni -Decor Antique Red paver ramp to remain. Sidewalk (Normal Section) 4" Holland Stone I (Charcoal) along turn radius (Row width varies - 1 or 2 rows). / Uni -Decor Antique Red paver ramp to remain. Sidewalk (Normal Section) 4" sting Reinf. Concrete Existing Subgrade Compacted Subgrade Dowel into existing concrete with 8" Reinf. Concrete #4 bars @ 12" centers. Pavement bars to be bent down into header. Header and pavement to be monolithic. D TYPICAL SECTION - STAMPED CONCRETE NTS Varies (back of curb to stamped concrete) 2' Min. T MW T H K I T V. O F STREET AND ALLEY REPAIR PROGRAM PROJECT COFFELL S 1" = 40' BRICK PAVER REPLACEMENT N0. DESIGNED: KRM DRAWN: KWR Typical Sections & Details - Stamped Concrete Yp p SHEET ` DATE: 03 -10 6 6 NO. REVISION BY DATE FILE: MF 09 - 10 PAVER REP CITY OF COPPELL DALLAS COUNTY, TEXAS OF to Route cold joint with 114" saw blade minimum. Do not cut reinforcing steel. Seal with approved silicone sealer. Dowel into 8" reinf. concrete with #4 bars @ 12" centers. #3 bars @ 24" centers each way with 12" bar laps. v Route cold joint with 114" saw blade minimum. Do not cut reinforcing steel. Seal with approved silicone sealer. Dowel into 8" reinf. concrete with #4 bars @ 12" center Remove Existing Pavers = Saw Cut v 0o Remove Pavement Stamped Concrete Flexible Base E-1 Remove existing Holland Stone I (Charcoal) along turn radius (Row width varies - 1 or 2 rows). Uni -Decor Antique Red paver ramp to remain. Sidewalk (Normal Section) 4" Holland Stone I (Charcoal) along turn radius (Row width varies - 1 or 2 rows). / Uni -Decor Antique Red paver ramp to remain. Sidewalk (Normal Section) 4" sting Reinf. Concrete Existing Subgrade Compacted Subgrade Dowel into existing concrete with 8" Reinf. Concrete #4 bars @ 12" centers. Pavement bars to be bent down into header. Header and pavement to be monolithic. D TYPICAL SECTION - STAMPED CONCRETE NTS Varies (back of curb to stamped concrete) 2' Min. T MW