Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Tax 2011C-CN130910
ADDhNI.')VA,fN0: ONE Page I ISSUE I)AIT: Auguvr 19, 2013 8119 VA YE: Aug usl 22, 2013' .......... . ... ... ..... ... ........ DID PROPOSAL ADDENDUM N'O,� ONE ISSUE3 DA"I"E" August 19,2013 PROJECTNAME": Sandy Lake Road, DID [IIA"I'U': Augmt22,2013 Pavenjent Repair ('Dcoi(on Tup to Kimbel Kourt) Tax 011.0 [,0(IA'I`I0N: C0PPJ,-,,JL,, TEXAS ISSUE) BY,, ("ity ofCoppell I, Thk adclenclum nlocl[fiels and extends the rUL11114Cmenis of the plans and construvicirk spcc� ficulicay., for (lie al'.)ove refierenzcd prqject, I SUIrp],C this addencluni to, the insitle 01 the rear cover of the constmdiOn specifications or bind it into flic collstrklction.s peed fic,t,ltior.i-i at, the'ClILI (�f tljje Hi(] ["t.()p0Saj.' I Mae recd pt ofall addenda on tile Bid 'Form located in the Bidding Documents, and alsa on the owside u-wer of the euvelope uoutnining! (lie, aid DOCUMCIUS. CONS'.17RUCTION PI,AN'S I hcet 3 of 16 - Quanfities and relplace w4h Cl Y. Subgrade Replaccinent 'will be paid by the Cubic Yard as firdicated in, the pay item dosr ;HplkmL Ako under ftcrri 1-9 "S*0grade Replacement" the Quantity has boorlrevised to 3501) CY. Sc o the revised bidi tabu,latioss kISIrIMII with this addendum- I Sheet 16 of 1, 6 - Detail s Not that the pr0posed geotextile fhbric. sho wn, to be insta"Illed at the ;limit of the sub grade mplacement shall be Slzbsidio(y to the sub grade replacCITIont. ADDANO(AINO: ONE' Page,2 ISSUE DATE: August 19,2013 1190J)'ECTNAXIE: S' ant Lcrke, o ail Pavemen � RePair 8H) 0,4 TE: A ugive 22, 2013 . . . . . .... . ....... . . .. . . ..... -- ... . .. ...... . ... . .......................... — sysuRUCTIC0 tD CIFICATIONS AND C0N,'rR.A(.7D NTS 6. Page 1-22 thrott,gla 1-24 -, Bid Scliedule 70se pages should be, repixed in their onfirety with Ilicoltached revised, pages. Item I- 16A h.as been added as ail alternate h W. The coMmeMrshail bid ekhcH-116w orl- 16A. Ile chy SH award a corktract based on the lowest rcsporisiblo bid, S. Papa 511 - Description of flay Iterns alt Pay Itein -16A Void Filling Witti 1-filth Density Polyunothane "I"bis I)ay ilcm inOudca all Nvork umemary to stabilize existing skilbs, fill voids utaler exisLing PaVOMM, all'd Whel-C al)Jd[Carble, We existltlg cono'ete pavenient to Ilie �'ippropriatc grade. The wwt vVill hmiude ckilling ijedion hoks, pwmong paywSiane inateriM under the Mob, and fiIt g The iQccdon holes, All 'work under this wction should be done in acaudoncc witll acceplable indusn), standaQ. Irk gmwraL driubg hows SWUM iwt exceed 5/8 bwhes in dionicler. l4oles shil beqnced so they do not damage the exi(ing steel reinforci, DHE holes AaH pelmuote bdl(.,)w Hie concrete to allow fior Ming of voids, and ddlingopmadon should be done in a manner W lyzvent Wakota of 1h WWI anhe pavement. F'ormu'late the tilh day mhy polyurehane 0a set and obtain 901,144 US compmMe strength, Win 15 Mutes aher i(Jection. reconitrended compressi've strength unless otherwise ShOW11, OTI 1111 plans. Vr.)id Mfingshall be pu6mmed on aH tramb lines 1willin Hie linihs -afthe 1w(ject as Wkwed hi be p6nL Whmv settlement has occurred on slabs, and efln should be We to bring thQ sWb bwk into Unmunt with Wabs on all side, No sib 6 i5sed ni.orc than 114`' abov the adjacent slabs, the CONTRACTOR, shall grind the edges to make a smomb transition. 11'a sib is raked mote than a !/' above the afacent slabs, it shall be removed and oontracut r's expenqer' Begin Hie injection as S0011 fts I)T'Cleticablo "Iner inixing the nikerial, h1ject the material in an ap;,)rovccl pattern sequmme, and in the quanUty required to fill voids under this Inivenient. Cease irkication whcri inaterial appears at any jolt crack, or wfiaccn( hole, or Mien nioln(oriiig dvvivc-5 indikew shib movement Pivvent 2 tovt or Volyurethane Medal ffinn being jrJecled r,Blo any drainage J!"acifity or dlwr open Swum, Prevent excessive loss cat" nkaterialthrough cracks, joints, ohmr drill d Bles or hack pressure. Slabi (hat are darnogcd by Ifiv drilhug or ljQdioll prueQsaa shall be FISPIced by Me cost to tile city. Meastwoment and payrnwif Or work perl'brined and materials 11iraished for void 1-1141,1g, si"Jafl tic I'llade on the hasis of dw p6ce, bw per LJ kmd A01 he W corn pensa t i on for rurnishiag and/or Tax 201 IC - Sandy, Lake Road UNl"r PR,ICE BID-SCHE,DULE BASE BID Item Bid No. QUantity Pnit Description and Unit pace in, Words Unit Price Total Price Mobifizafion, Complete In Place, NW I LS ................ . .... — Dollars and Cents per LUMP SUM FUrnish, install, and maintain Project Signs, Complete In Place, 11-2 2 EA Dollars and Cents per EAGH Prepare and Implernent'Traffic Control Plan, CairpWe In Place, W I LS Dollars and Gents P SUM LUMP -E —LL-- Prepare and Implement, torm Water Pollution Prevention Plan, Complete In Nace, 1-4 `1 LS Dollars and Cents, per FUMP S(TM Remove & Replace 4" Conc(ete Sidewa*, Complete In Mace 1-5 80 SF Dollars ;Td per SQUARE F06 'r Remove & Replace 8" Concrete Paving, Complete In, Pla ce, 1-5 7�400 Sly DoNlars and Cents per SQUARE YARD: Construct 6" reinforced "stamped" concrete pavernent, Complete In Place, 1-7 40 SY Dollars and Cents er'SQUAREYARD Rout and Seal Pavement Cracks , Complete la Place, 1-8 220 LF Dollars, and Cents �per LINEAR FOOT Remove subg rade, comport and cornpact C-FB, Complete In Place, � 1-9 3500 Gy Dollars ,and Cents 11-22 Bidding Documents Itern Bid Na Quantity Unit Description and Unit Price in Words Unit Price Tatal Price Rernove and Replace, I Wet 1-op and T' roan,. Comp�lete In Rlace, 11-10 2 E-A DoUlars and Cents p2r E A (LH Remove and Replace Iwet, Complete In Place w 1111 11 C A DoMars and Cents per EACH Remove and Replace 21-inch ftnforuedl Concrete Pipe, Complete In Place, 142 6 L Dolll ars and Cents INEAR FOOT Adjust existing vaNvc box to grade, Complete In Place, f-13 2 EA Dollass and. Cents 'per EACH R"tore Disturbed Area, Complete In Place, 1-14 1 LS Dollars and Cenits per Repa'C r eplac*. fooldify and restore, existinp irrigafloo system, Complete In Place, 1-15 1 LS i Dollars and cent's LUMP SUM Furnish and install "Ifir, buttons,, all types, �Corn,plete In, Place, l-17 29M EA Dollars and cents per EACH Furnish and install pavement markings, MI types,, Complete In Place,, 11-118 2 EA Dollars and Cents per EACH Remove and reset street light, Complete In PWce, 1-19, 1 EA 00,11lars and', Cents per Each Remove & resat street sign. Comple(e In Place, 1-20 1 EA . ............... - -- — ------ . ......... - — ----- ----- _m ---------- DoIllars and Cents per EACH 1-,23 Bidding Document .01 1-24 BIdding DOCUrnents RID SUMMARY T(YFAL 13ASU BID (A.) It erns, #11-111-IRIJ M-20"* ***Sclect orily one niethod, olvoid ffl(ling4** TotalTaingible Versonal Property: TOTAL,'FIME Bit) "RYTALTIMIE BID (13) (Days .,($1000,00) 01MIMMMIRVIN BASIS FOR COMPARISON OF III,) S m: A+13: $- The bid with t1w lowc.st amotmt fork-l-B, will b(� corksidemd the to bid, The award of the contract amount ,willbe on dw basis ofthe'Nme bid, (A) oinly, NOTE: Al'IM'l�',Bll)OFM(')[IETII,AN'180 C,A1,ENI)A,RI)A'VSSII,Al,k.,,'13E(','ONStDEREt) NONRESPONSIVE AND WILL BEIREJECTED. 1, Conn-mulications oxicerriiiig, this 13id shall be addressed, to the address, of'131DDF1',R inclic art ed on the applicable signat'Llre page.. 2, BIDDER understands that the Oymer is excrilipt ftom State Limited Sales and ("J'scTax oil tangible personal propefty to be, incorporated into the project. aid taxes are tico, iocludW io the Contract Price (,;vc Instructioriq to Biddew-s). 3, '11c terms used hithi's Bid which arc defimd in the General Conditioris of the Cr jistructioti Contract inclacers as part, olthe Coritract, Documents have the meaaJ1n&q trash gs1cd ttr them, ill thcGericral Conditions. 1"he City, (it" C"oppell reserves the right to delete any 1 --w on of dijs project am �1 may deem rieos sary to :army with h-1 the City's available funds. Should the City elect to dclete, any porlim, the contract qUk111(i(iU,S Will h1C H(IJUSted accorclingly. PROPOSAL GUARANTY A Proposal G'maninty shall he provided in accordance with Item 102.5 of the Slanclard, Specifications for Public Wool is Coustruction — North Central Texas Council of Govc,rullnenh, FOU'll-till E'diti(M. SURMUrUED ON Sigpaftjr(A.r 1-2 1 Bidding ADDEOMDUA4 NO, ONE h,�gv 3 1 UIFDATE';� Augnsr)'92013 PR(AIECTNAME., BIDEWTE: Avgvs?22,,20t3 ............ . . .. . ... ... . ..... . ....... . .. . ............ . . ......... . . . . . . ... . ................... . ... . . ........ uperafing all Libor, materigils, to0s, qttipmerit atid othm 61CMontals rlecessmy to Con'lPle'le 11w Work. END OF ADDENDUM NO, ONE 'Phis addendum Ilorms a, parl,. of the conttact documents. The original Contruct Documents and any pricw adderida remain in Gill force and effect exccl)l as niodified herein which shall take precedeme over any contrary, pro,0 r sions in the prior documents, Keith K, Marvin., Prepared by the (""ity of,coppell Engineering Dcpailnien( ---- . . . ................. . .. -. CONSTR UCTION SPE, C IFICA, TIONS AND CONTRA, CTDOCUMEIVIS WN FOR THE Cl TY OF C OPPELL August 2013' 14 Bidding TABLE OF CONTENTS Section 2 - Contract Documents Standard Form of Agreement (Contract) Page # Section 1 - Bidding Documents 2 -8 Notice to Bidders 1 -3 Instructions to Bidders 1 -4 Bid Form /Proposal/Bid Schedule 1 -18 Bid Affidavit 1 -26 Prevailing Wage Rates 1 -27 Conflict of Interest 1 -32 Section 2 - Contract Documents Standard Form of Agreement (Contract) 2 -2 Certificate of Insurance 2 -8 Instructions for Bonds 2 -9 Performance Bond 2 -10 Payment Bond 2 -12 Maintenance Bond 2 -14 For this project, the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition, the City of Coppell Standard Construction Details (Ord. 42006- 1129), and Appendix `C' Design Criteria and Standards in the City of Coppell Subdivision Ordinance (Ord. 494 -643) shall govern all work to be done, together with any additional Supplementary Conditions, Specific Project Requirements, General Notes, Description of Pay Items and/or Technical Specifications included herein. Section 3 - City of Coppell's Supplementary Conditions 3 -1 To the NCTCOG General Provisions Section 4 - Specific Project Requirements 4 -1 Section 5 - Description of Pay Items 5 -1 Section 6 - Technical Specifications 6 -1 Project Sign 1 -2 Bidding Documents SECTION 1 BIDDING DOCUMENTS T H E C 1 T Y O F COPPELL 1 -3 Bidding Documents NOTICE TO BIDDERS The City of Coppell is accepting bids for the Tax 2011C Sandy Lake Road Pavement Repair Denton Tap to Kimbel Kourt project. The work shall consist of the reconstruction of 7,400 square yards of 8" concrete pavement removal and replacement, including over excavation of subgrade, and import of CTB. The project also includes mudjacking of suspected void areas, construction of a left turn bay, and installation of traffic buttons and pavement markings. Bidding documents, including Construction Plans, Construction Specifications and Contract Documents, may be obtained for a non - refundable cost of $50.00 from the City of Coppell Purchasing Agent, 255 Parkway Blvd., Coppell, Texas 75019. Digital copies of all bidding documents are available from download from www.BidSvnc.com. Sealed bids addressed to the Purchasing Agent, City of Coppell, Texas, for the construction of Tax 2011C Sandy Lake Road Pavement Repair will be received in the Purchasing Office at the City of Coppell Town Center, 255 Parkway Boulevard, until 9:00am, Thursday, August 22, 2013, and then publicly opened and read aloud. Each Bidder shall submit two identical copies of this bid with the City of Coppell Bid No. 0-- 0813-02 designated clearly on the exterior of the bid envelope. A Pre -Bid Conference has been scheduled for this project at the Coppell City Hall (255 Parkway Boulevard) at 9:00am on Thursday, August 15, 2013. The conference is not mandatory; however, all interested bidders are strongly encouraged to attend. This project will be awarded on an A +B bid format with an incentive of up to $50,000 for early completion as spelled out in the bid documents. The Owner reserves the right to reject any or all bids and to waive formalities. Unreasonable or unbalanced unit prices will be considered sufficient cause for rejection of any bid or bids. NO BID TRANSMITTED BY FAX WILL BE ACCEPTED. Bidders are expected to inspect the site of the work and to inform themselves regarding local conditions and conditions under which the work is to be done. Complete sets of bidding documents must be used in preparing Bids; the City of Coppell assumes no responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. NO SALES TAX ON TANGIBLE PERSONAL PROPERTY INCORPORATED INTO OR MADE A PART OF THE PROJECT. The bidder shall not include or provide for sales tax on tangible personal property to be incorporated into the project. (Note: This procedure may not be used, however, for materials which do not become a part of the finished product, such as, equipment rental or purchase, form materials, etc.). In order to be exempt from the sales tax on such tangible personal property, the contract shall separate and provide separate charges for materials to be incorporated into the project from charges for labor. The City will provide the Contractor with an exemption certificate for the materials. The contractor is expected to issue a resale certificate in lieu of paying a sales tax at the time of purchase. The bidder shall show the cost of materials (tangible personal property) in the space provided on the bid form. The successful bidder's bid form will be used to develop a separated contract and determine the extent of the tax exemption. 1 -4 Bidding Documents BIDDING AND CONTRACT DOCUMENTS INSTRUCTIONS TO BIDDERS 1. Defined Terms. Terms used in these Instructions to Bidders which are defined in the Standard Specifications for Public Works Construction - North Central Texas Council of Governments Fourth Edition and the Supplementary Conditions of Agreement have the meanings assigned to them in these General Conditions. The term "Bidder" means one that submits a Bid directly to Owner, as distinct from a sub - bidder, who submits a bid to a Bidder. The term "Successful Bidder" means the lowest, qualified, responsible Bidder, as determined after review of calendar days, overall price, and qualifications, to whom the Owner (on the basis of the Owner's evaluation as hereinafter provided) makes an award. The term "Bidding Documents" includes the Notice to Bidders, Instructions to Bidders, the Bid Form, the Construction Plans and Specifications, and the proposed Contract Documents (including all Addenda issued prior to receipt of bids). Specific defined terms are: Owner: Wherever the word "OWNER" is used in the specifications and Contract Documents, it shall be understood as referring to the City of Coppell, Texas. Engineer: Wherever the word "Engineer" is used in the Specifications and Contract Documents, it shall be understood as referring to the City Engineer or his authorized representative, City of Coppell, P.O. Box 9478, Coppell, Texas 75019. Inspector: The authorized representative of the City of Coppell assigned to observe and inspect any or all parts of the work and the materials to be used therein. 2. Scope of Work. This work will consist of the repair of extensive street failures in Sandy Lake Road, and mudjacking over utility trench lines to avoid additional pavement failures. This work also includes the construction of a left turn bay with median nose, stamped concrete, and relocation of lighting and landscaping to accommodate the construction. The work shall consist of the reconstruction of 7,400 square yards of 8" concrete pavement removal and replacement, including over excavation of subgrade, and import of CTB. The project also includes mudjacking of suspected void areas, construction of a left turn bay, and installation of traffic buttons and pavement markings. Work shall include all components necessary for the "turn key" construction of the project as shown in the plans for the Tax 2011C Sandy Lake Road Pavement Repair Denton Tap to Kimbel Kourt project. It will also be necessary to maintain access to the adjacent properties at all times throughout the project. The project contractor shall be responsible for all traffic control and any additional work necessary to maintain the safe operation of traffic through the project site. 1 -5 Bidding Documents 3. Copies of Bidding Documents. 3.1 Complete sets of the Bidding Documents may be obtained from the City of Coppell Purchasing Agent, 255 Parkway Blvd., Coppell, Texas 75019, for a non - refundable cost of $50.00. Digital copies of all bidding documents are available from download from www.BidSync.com. The following general requirements pertain to the Bidding Documents: A) No bidding documents will be issued later than two (2) days prior to the bid opening date. B) After award of the Contract, the successful Bidder will be furnished five (5) sets of Contract Documents at no charge. Additional sets over five (5) will be furnished for $50.00 per set. C) Bidding documents may be examined free of charge at the offices of the City Engineer, City of Coppell, 265 Parkway Boulevard, Coppell, Texas. 3.2 Complete sets of Bidding Documents must be used in preparing Bids; the City of Coppell assumes no responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. No partial sets of plans, specifications or proposal forms will be issued. 3.3 The Owner, in making copies of Bidding Documents available on the above terms, does so only for the purpose of obtaining Bids on the Work and does not confer a license or grant for any other use. 1 -6 Bidding Documents 4. Qualifications of Bidders. The Bidder shall submit within five (5) days of the Owner's request such evidence as the Owner may require to establish his financial responsibility, experience and possession of such equipment as may be needed to prosecute the work in an expeditious, safe and satisfactory manner. Submissions will be made to City Engineer, City of Coppell, 265 Parkway Boulevard, Coppell, Texas. The required information to be submitted shall consist of, but shall not necessarily be limited to, the following: A. Current Project Experience (within five [5] days if requested). A list of all projects presently under construction by the bidder including approximate cost and completion date shall be submitted upon request. B. Past Project Experience (required to be submitted within five [5] days if requested). The Bidder shall submit a list of comparable projects completed within the previous five years including approximate cost(s), quantities, and completion date(s). C. Equipment (within five [5] days if requested). The Bidder shall provide a list of equipment, which will be used on this project. The Bidder shall demonstrate that he has adequate equipment to complete this project, properly and expeditiously and shall state what additional equipment, if any, that he must rent /lease as may be required to complete this project. D. Financial (within five [5] days if requested). Each Bidder shall be prepared to submit upon request of the Owner a balanced financial statement with no evidence of threatening losses as evidenced by an audited certified financial statement (current within the last six (6) months of bid date). This information will be used to confirm that the Bidder has suitable financial status to meet obligations incidental to performing the work. E. Technical Experience. The Bidder shall demonstrate to the satisfaction of the Owner that he has the technical experience to properly complete this project. F. Proof that the bidder maintains a permanent place of business. 1 -7 Bidding Documents 5. Conflict of Interest. City Charter states that no officer or employee of the City shall have a financial interest, direct or indirect, in any contract with the City, nor shall be financially interested, directly or indirectly, in the sale to the City of any land, or rights or interest in any land, materials, supplies or services. This prohibition does not apply when the interest is represented by ownership of stock in a corporation involved, provided such stock ownership amounts to less than one percent (1 %) of the corporation stock. Any violation of this prohibition will constitute malfeasance in office. Any officer or employee of the City found guilty thereof should thereby forfeit his office or position. Any violation of this prohibition with the knowledge, expressed or implied, of the persons or corporations contracting with the City shall render the contract voidable by the City Manager or the City Council. By submitting a bid, the Contractor represents that no employee or officer of the City has an interest in the Contractor. 6. Examination of Contract Documents and Site. 6.1 Access to the site shall be from Denton Tap Road, MacArthur Blvd., and Sandy Lake Road. It shall be the Contractor's responsibility before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to become familiar with local conditions that may affect cost, progress, performance or furnishing of the Work, (c) consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work, (d) study and carefully correlate Bidder's observations with the Contract Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. Failure to make these examinations shall in no way relieve any Bidder from the responsibility of fulfilling all of the terms of the contract, without additional cost to the OWNER. 6.2 Information and data reflected in the Contract Documents with respect to Underground Facilities at or contiguous to the site is based upon information and data furnished to the Owner by Owners of such underground Facilities or others, and the Owner does not assume responsibility for the accuracy or completeness thereof. All existing structures, improvements, and utilities shall be adequately protected, at the expense of the Contractor, from damage that might otherwise occur due to construction operations. Where construction comes in close proximity to existing structures or utilities, or if it becomes necessary to move services, poles, guy wires, pipe lines, or other obstructions, it shall be the Contractor's responsibility to notify and cooperate with the utility or structure owner. The utility lines and other existing structures shown on the plans are for information only and are not guaranteed by the City to be complete or accurate as to location and /or depth. It shall be the Contractor's responsibility to verify locations and depths sufficiently in advance of construction such that necessary adjustments may be made to allow for the proper installation of proposed improvements as indicated in the plans. The Contractor shall be liable for damage to any utilities resulting from the construction of this project. 1 -8 Bidding Documents 6.3 Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any additional examinations, investigations, explorations, tests and studies and obtain any additional information and data which pertain to the physical conditions (surface, subsurface and underground facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing of the Work and which Bidder deems necessary to determine its Bid for performing and furnishing the Work in accordance with the time, price and other terms and conditions of the Contract Documents. 6.4 On request in advance, the Owner will provide each Bidder access to the site to conduct explorations and tests as each Bidder deems necessary for submission of a Bid. Bidder shall fill all holes, clean up and restore the site to its former conditions, according to the City standards, upon completion of such explorations. 6.5 The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by Contractor in performing the Work, are identified in the Contract documents. 6.6 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 6, that without exception the Bid is premised upon performing and furnishing the work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 7. Interpretations and addenda. 7.1 All questions about the meaning or intent of the Contract Documents are to be directed to the Purchasing Agent. Interpretations or clarifications considered necessary by the Purchasing Agent in response to such questions will be issued by Addenda mailed or delivered to all bidders recorded as having received the Bidding Documents. Questions received less than two days prior to the date for opening of Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Each Bidder shall acknowledge on the bid proposal that all Addenda issued have been received. 7.2 Addenda may also be issued to modify the Bidding Documents as deemed advisable by the Owner. 8. Contract Time. 8.1 The time of completion of the project will be set through the bidding technique used in the Proposal Form. All work shall be complete within the calendar day count required by the Contractor's Proposal. The calendar day count shall commence ten (10) calendar days after the date of the Notice to Proceed or when the contractor begins work, whichever comes first. A more detailed explanation of the bidding technique and completion time is given in Item 1.6 of the Specific Project Requirements. 1 -9 Bidding Documents 8.2 Prior to the issuance of the Notice to Proceed by the Owner, the Contractor shall submit a detailed Progress and Schedule chart to the Owner for approval. 8.3 Extension of the contract time shall be based on a Change Order or written amendment as specified in Item 1.36 of the General Provisions. 9. Liquidated Damages. Provisions for liquidated damages are set forth in the Contract and Item 1.6 of the Specific Project Requirements. 10. Substitute or "Or- Equal" Items. The Contract, if awarded, will be on the basis of materials and equipment described in the Drawings or specified in the Specifications without consideration of possible substitute or "or- equal" items. Whenever it is indicated in the Drawings or specified in the Specifications that a substitute or "or- equal" item of material or equipment may be furnished or used by Contractor if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the Effective Date of the Agreement. No substitutions should be considered during the bidding process. 11. Subcontractors, Suppliers, and Others. 11.1 If the Owner requests the identity of any Subcontractors, Suppliers, or other persons or organizations to be submitted to the Owner in advance of the specified date prior to the Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so requested, shall within seven (7) days after the request submit to the Owner a list of all such Subcontractors, Suppliers and other persons and organizations proposed for those portions of the Work for which such identification is requested. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, supplier, person or organization if requested by the Owner. If the Owner, after due investigation, has reasonable objection to any proposed Subcontractor, Supplier, other person or organization, Owner may, before the Notice of Award is given, request the apparent Successful Bidder to submit an acceptable substitute in which case the apparent Successful Bidder shall submit an acceptable substitute. Bidder's Bid price may be increased (or decreased) by the difference in cost occasioned by such substitution, and the Owner may consider such price adjustment in evaluating Bids and making the contract award. If the apparent Successful Bidder declines to make any such substitution, the Owner may award the contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers, other persons and organizations. The declining to make requested substitutions will not constitute grounds for sacrificing the Bid security of any Bidder. 11.2 No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor has reasonable objection. 1 -10 Bidding Documents 12. Bid Proposal. 12.1 Two (2) completed Bid Proposals must be submitted in a sealed envelope as described in Item 15. The blank spaces in the Bid Form shall be filled in for each item for which a quantity is given and the Bidder shall state the price for which he proposes to do each item of work. All blanks on the bid form must be completed in ink or typed. No substitutions, revisions, or omissions from the plans and/or specifications will be accepted unless authorized in writing by the Owner. 12.2 The legal status of the Bidder, that is, as a corporation, partnership, or individual, must be stated on the Bid Form. A corporation Bidder must name the state in which the organization is chartered. Bids which are signed for a corporation shall have the correct corporate name thereof, its post office address, and the signature of the president or other authorized officer of the corporation, manually written below the corporate name in the following manner: "By If the bid is made by an individual, his post office address shall be given. Bids which are not signed by the individuals making them shall have attached thereto a power of attorney evidencing authority to sign the bid in the name of the person for whom it is signed. If the bid is made by a firm or partnership, the name and post office address of the managing member of the firm or partnership shall be given or the bid may be signed by an attorney -in- fact. If signed by an attorney -in -fact, there shall be attached to the bid a power of attorney evidencing authority to sign the bid, executed by the members of the firm or partners. 13. Provision Concerning Escalator Clauses. Bids containing any condition which provides for changes in the stated bid prices due to increase or decrease in the costs of materials, labor, or other items required for this project, may be rejected and returned to the Bidder without being considered. 14. Estimates of Quantities. The quantities listed in the Bid Form will be considered as approximate and will be used for the comparison of bids, unless stated otherwise in the description of pay items. Payments will be made to the Contractor only for the actual quantities of work performed or materials furnished in accordance with the contract. The quantity of work to be done and the materials may be increased or decreased as provided for in the Contract Documents. If an item is noted as a "Plans Quantity" then only the quantity shown in the unit bid price schedule will be paid. 1 -11 Bidding Documents 15. Submission of Bids. Bids will be received by the Purchasing Agent, and shall be submitted to the Purchasing Agent, City of Coppell, at the Town Center, 255 Parkway Boulevard, P.O. Box 9478, Coppell, Texas 75019 until, 9:OOam, Thursday, August 22, 2013, and then publicly opened and read aloud. Two identical copies of the bid enclosed in an opaque sealed envelope and marked with the Project title, City of Coppell Bid No. 0- 0813 -02 and the name and address of the Bidder shall be submitted. If the Bid is sent through the mail or other delivery system the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED Construction of. Tax 2011C Sandy Lake Road Pavement Repair on the face of it and addressed to the Purchasing Agent, City of Coppell, Texas. Bid submission shall include Bid Form, Bid Affidavit, Bid Bond and Conflict of Interest Form. 16. Modification and Withdrawal of Bids. 16.1 Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. 16.2 If, within twenty -four hours after the Bids are opened, any Bidder files a duly signed written notice with the Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of the Bid, that Bidder may withdraw his bid. Thereafter, that Bidder will be disqualified from further bidding on the work. 17. Rejection of Bids. Bids may be rejected if they show alterations of form, additions not called for, conditional bids, incomplete bids, erasures or irregularities of any kind. The Owner reserves the right to waive any irregularities in the bids as received and to reject any and all bids without qualification(s). More than one bid from an individual, firm or partnership, corporation or association, under the same or different names, will not be considered. Reasonable grounds for believing that a Bidder is interested in more than one such bid may cause the rejection of all bids in which said Bidder is interested. Bids in which prices are obviously unbalanced may be rejected. Bids submitted without a Proposal Guaranty, per NCTCOG's Item 102.5 of the Standard Specifications for Public works will be rejected. 18. Bids to Remain Subject to Acceptance. All Bids will remain subject to acceptance for ninety (90) calendar days after the day of the Bid opening, but the Owner may, in its sole discretion, release any Bid prior to that date. 1 -12 Bidding Documents 19. Award of Contract. 19.1 For the purpose of award, each bid submitted shall consist of two parts whereby: Base Bid (A) = Bid Proposal = The correct summation of the products of the estimated quantities shown in the proposal, multiplied by their bid unit prices. Time Bid (B) = Calendar Days x Daily Value = The time for completion in calendar days written on the Bid Form in the space provided multiplied by $1000.00 for each calendar day. The lowest evaluated bid (total Bid) will be determined by the Owner as the lowest sum of the Base Bid (A) plus Total Calendar Days x $1000.00 (B) The City will make an award based on what is most advantageous to the city. 19.2 The Owner reserves the right to reject any and all Bids, to waive any and all informalities except for the time of submission of the Bid and to negotiate contract terms with the Successful Bidder. The Owner also reserves the right to reject all nonconforming, non - responsive, unbalanced or conditional Bids. Also, the Owner reserves the right to reject the Bid of any Bidder if the Owner believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or has doubtful financial ability or fails to meet any other pertinent standard or criteria established by the Owner. Discrepancies in the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 19.3 In evaluating Bids, the Owner will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices, and other data, as may be requested in the Bid form or prior to the Notice of Award. Time of completion will be a consideration in the award of the bid. 19.4 The Owner may consider the qualifications and experience of any Subcontractors, Suppliers, or other persons or organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as requested by the Owner. The Owner also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 19.5 The Owner may conduct such investigations as the Owner deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial stability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to the Owner's satisfaction within the prescribed time. 1 -13 Bidding Documents 19.6 If contract is to be awarded, it will be awarded to the lowest and best qualified Bidder whose evaluation by the Owner indicates to the Owner that the award will be in the best interests of the Project. 19.7 If the contract is to be awarded, the Owner will give the Successful Bidder a Notice of Award within ninety (90) calendar days after the date of the Bid opening. 20. Incentives / Disincentives. The owner desires to expedite construction on this contract to minimize the inconvenience to the traveling public and to reduce the time of construction. In order to achieve this, an incentive /disincentive provision is established for this contract. Total Contract Time: The contract time of completion shall be set based on the number of days bid by the successful bidder. For the Purposes of this project the Daily Value is $1000.00. In the event the Contractor takes less than the total calendar days bid to construct the improvements there will be incentives assessed of $1000.00 per day to a maximum of $50,000.00. A disincentive of $1000.00 per calendar day shall apply for any work that exceeds the calendar day count as established herein. There shall be no maximum disincentive. 21. Execution of Agreement. Within fifteen (15) days after written notification of award of the contract, the Successful Bidder shall execute and furnish to the Owner three (3) original signed contracts and a Certificate of Insurance. 22. Affidavit of Bills Paid. Prior to final acceptance of this project by the Owner, the Contractor shall execute an affidavit that all bills for labor, materials, and incidentals incurred in the project construction have been paid in full, and that there are no claims pending. 23. Bid Compliance. Bid must comply with all Federal, State, county and local laws. Contractor shall not hire nor work any illegal alien. 24. Notice to Proceed. Upon execution of the Contract, the Owner will issue a written Notice to Proceed to the Contractor requesting that he proceed with the construction. The Calendar day count on the 1 -14 Bidding Documents project shall commence within ten (10) calendar days after the date of the Notice to Proceed or when the contractor begins work, whichever occurs first. 25. Sales Tax. The bidder shall not include or provide for sales tax on tangible personal property to be incorporated into the project. In order to be exempt from the sales tax on such tangible personal property, the contract shall separate and provide separate charges for materials to be incorporated into the project from charges for labor. The City will provide the Contractor with an exemption certificate for the materials. The contractor is expected to issue a resale certificate in lieu of paying a sales tax at the time of purchase. The bidder shall show the cost of materials to be incorporated into the contract (tangible personal property) in the space provided on the bid form. The successful bidders bid form will be used to develop a separated contract and will determine the extent of the tax exemption. Upon execution of the construction contract, the successful bidder shall provide a per item breakdown of 1) materials incorporated into the project; and 2) labor, equipment, supervision and materials not incorporated into the project. 26. Silence of Specification. The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practices are to prevail. All interpretations of these specifications shall be made on the basis of this statement by Owner or their authorized representative. 27. Change Orders. No oral statement of any person shall modify or otherwise change, or affect the terms, conditions or specifications stated in the resulting Contract. All change orders to the Contract will be made in writing by the Owner. 28. Assignment. The Successful Bidder shall not sell, assign, transfer or convey this Contract, in whole or in part, without the prior written consent of Owner. 29. Venue. This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Dallas County, Texas. 30. Maintenance Bond. The Contractor shall provide a two -year Maintenance Bond in the amount of 50% of the value of the work at the completion of the project. The bond must be provided prior to final payment by the City. 31. Testing Requirements. 1-15 Bidding Documents The Owner shall make arrangements with an independent laboratory acceptable for testing as required by the construction plans and standard specifications. The Contractor shall bear all related costs of retests or reinspections. The Contractor shall notify the ENGINEER in a timely manner of when and where tests or inspections are to be made so that they may be present. One copy shall be provided to the Contractor of all reports and laboratory test results. Testing by the City does not alleviate the contractor's responsibility for his own quality assurance /quality control testing. Contractor shall replace any deficient construction items at his own expense. 32. Overtime. "Hours worked before 8:00 a.m. or after 5:00 p.m., all weekends and holidays are subject to overtime. Overtime request or scheduled testing must be made in writing and approved by the City of Coppell. Seventy -two hours notice required. All overtime incurred by the City for inspection services shall be paid by the Contractor at a rate of $54 per hour. If not paid, such cost may be deducted from partial payments." 33. Payment. CONTRACTOR shall submit Applications for Payment in accordance with Item 1.51 of the General Provisions. Applications for Payment will be processed by ENGINEER as provided in the General Provisions. 34. Documentation of existing conditions. Contractor must video and provide copy to City of existing conditions within entire work area prior to the start of construction. This is subsidiary to Pay Item 4103 Right -of -way Preparation. 35. Bid Security. Contractor must submit a bid security in the amount of five (5 %) percent of the amount of the maximum total bid as a guarantee that the Bidder will promptly enter into a Contract and execute a Performance, Payment and Maintenance Bonds on the forms included in the Contract Documents if awarded the contract. Acceptable Bid Security are: Certified or cashier's check made payable to the Owner. An approved Bidder's Bond underwritten by a surety named in the current list of "Surety Companies Acceptable on Federal Bonds" as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Department. 36. Bonds Performance, Payment and Maintenance Bonds are required for this project and shall be provided in accordance with the General Conditions. 37. Bid Notification 1 -16 Bidding Documents City of Coppell utilizes the following procedures for notification of bid opportunities: www.bidsync.com and the Coppell Citizens Advocate. These are the only forms of notification authorized by the city. Coppell shall not be responsible for receipt of notification and information from any source other than those listed. It shall be the vendor's responsibility to verify the validity of all bid information received by sources other than those listed. 38. Employment Eligibility Verification The Immigration Reform and Control Act of 1986 (IRCA) makes it illegal for employers to knowingly hire or recruit immigrants who do not possess lawful work authorization and requires employers to verify their employees' work eligibility on a U.S. Department of Justice form I -9. The contractor /vendor warrants that contractor /vendor is in compliance with IRCA and will maintain compliance with IRCA during the term of the contract with the city. Contractor /vendor warrants that contractor /vendor has included or will include a similar provision in all written agreements with any subcontractors engaged to perform services under this contract. 39. Bid Summary Sheet Bid summary results will be made available forty -eight (48) hours after bid opening. Bidders desiring a copy of the bid summary sheet may view the results online forty -eight hours (48) hours after the bid opening at: http://coppelltx.gov/ departments / departments- n- z/purchasing /current -and- past -bids [purchasing website]. A bidder may also request a copy via email at purchase &coppelltx.gov . No results will be given over the telephone. 40. Environmentally Preferable Products and Services Bidders are encouraged to offer Energy Star, GreenSeal, EcoLogo and /or EPEAT certified products. The city also encourages bidders to offer products and services that are produced or delivered with minimal use of virgin materials and maximum use of recycled materials and reduce waste, energy usage, water utilization and toxicity in the manufacture and use of products. 41. Electronic Bids The City of Coppell uses Bidsync to distribute bids and proposals, however all bids shall be submitted in accordance with the "Notice to Bidders." 42. Questions Any Questions concerning this Invitation To Bid and Specifications should be directed to the Purchasing Department at 972 - 304 -3643. 1 -17 Bidding Documents MMM (NA , VI E 0 12 F I RM) MIUMEMUM120 Fax 20 11 C' Sandy 1,ake Road Pavonent RepMr Denton Tap Rd, to Kintbel Kt, 'I'lle ("ity cal, coppell"I'exas M DAM IMS BID IS SURNUITUD Ilk (if Of Coppel I (fiercinaller, called OWNER) C/0 Agent 255 Ibrkway BuNevard P.0, 9478 CnppeH, Was 75019 CITY (M? COPPEI.J., HI 1) NO: I. Ilie urulerrrJfwd BIDDER jwcTows and AWM if A, Bid is accepled, to enter iaatc,a an agreement with OWNER in Ku fiorni included in the Cl njlj.twt DDC111,11ents to perrortil arul With all Wlc as specified or, indicated in flic (!(,)Mvact Docurnerits kir the Coiqrrtct Pj�-jcc, and within the C' now Thne indicuted in this Bid and in accordance with the Other ierms and conditions ol'0ie (anlracl Docurnents,. 2. 1 11311ERaccepts all of to turns and uwWhkms ofthc Adverlisvinera or MAice to B,jcldci--q amd Ihnsuvedons vi BMW TA HkI will ,cmaill st1biccl to aCQQp1dnce for ninety (90) days Ma Me day of 13M apeniqj BIDDER will sign and S011mit the Agrt:ement.,with true r: docuuicnts required by die Bidding Requiren'tents within ('111c en (15) cloys afler the date of OWN[-A's Notice t,)I'Award, 3, In submitibW this nid, M MFR rupreseati, us nicer e hilly set lbhli in the Agreement, that 00 14]( ,)F has examined copks of A A Bidding Dounivilts, and of the 1`611owing Addauh QQ9 al'all which is, hereby sakncnvledlged)� No� ........ -- ---- Date ........... . . ..... Rel" U � . . . ........... ............ ........ . . .......... .. . ........... A I (Y Ith'Wing (b) BIDDER As Wilibrized 4ROF vkh the Mae and extolij of t1le (,,onfiract Document% Wcwk, We, localkity, arld till loca] conditions and Imm and WgWmthms Owt in any mannomay af%ctmst, peribi-mance orfurnishing ofilhe WorL W INDDER Im sWdkd cm•&Hy 11 reports and chowings amp` -snubs tnAce co,tions conui4icd in the c(,'xvtrac( doeun�ierits and which have been uscd in pmparation; of"the contract do unmjjs, (;',ONTAACTOR I'My 1,'Cly UP011 the necin-acy of the techtdcal data contalued in, such revorts, hul not upon nontcehnical dam, k),!- opinions contained therein or for the completeness therec,)I' j'(mr CONTRACTOR's Pu•om Except as indicated in the immediatelly preceding writence, WT' °11 sham] have Rif.] resporisibiRly With I'CSPcct (k) Subsurlitce Conditions '11, Shm (d) 131DDEI , lies studied cmeful[y call JI-awings ofthe physical conditio in or relating m misting surlice or subsurIce strudums on the site* which are contained in the cc Mmet documcnts artd which have bml utiliml ill, Preparation or the contract documents, CONTRACTOR may rely u1mm the accuracy or the technical data coMmined in such dmwMg, but not Rm- the campletenoss thereof fi),r. CONTRACTOR's purposes- Uxcept as indicated in the irliltlediiately preceding sentence, CONURM,"TOR shafl have Rdl respansibifity, Mth respect (,c,) pj,q jcaj conditions ill Or l'ClatifIg rim %Ch Stf-LICUAIVS, (C) ESIDDER has ubtalincd and cm=y studied Q assurnes responsibilhy for o0taitlilig wind cumfially stirdybq) all sub marnilmoolls, hi've's0godon's, explorations, tests nnd, dudis (hi additiori to or to supplement Me re&nvd to in (c) above) which pmrtain to the subsulme or physical conTIRms at Me vile ()t' otileInA,ise, may allect jjne C,g' 11rcsgress, Im-FornliIIALC Cll' kirnjshirtg oFthe W()rk as BK)t)F`,R, considers necessary fior the peribmance or 11mmMug of be NVwk at te (Mmuml Pdw, whISK be CUmbact 'I"ime nrid in accordance with the oilier ter-nis alid Condiflons of the ("Ontract DocurnanN; and no addhkmal mmi �inatiorts, explorations, tests reports or s,iniikv- inforniatS m data eaves 1W Inc requined by forsuch, purposes, (f) HUMER has WNW and chcukeml all Mmmmlkln and dala shown air ilwmated all (fie ("ontract Docurn e n It's Willi respect to exNting, Underground VaMes M ar condguous to the site and assurnO NSPOrlsibilitY IZY the accurate location of Said Lldm%nmnd Facilides, No aadcfitional exaininat antis, investiVations, cKpIonatims, WM% rqmrM cw MY Ifirmakni or data 6 11CSPW OfSald IJlIdUgI,'OUnd, Facilities orc m- will be required 1�y BIDDER, in, ordcr lo pertimm and Wish the Work at the Contract Price, within the Contract Time and ill, accorchince With t other leans and conditions ofthe (."(lotract Docujnents�' HUMER has convIsted the results of all Such Obsemation, ammurfinutions,, hivestigallons explorations, tests, reports and s(tidies with the ten inns; nn(I C o t ndi ions of [heC(-'n`ItI'4c,I I)OCUMMS. (h) BH)DER Ims given ENGINEER written rotioe ofall c4'snfliels' crrors Or disc rep'unc �es that it has d6coysted in the Uniract 11x•umeots and (nr rillen resolution lhcreofby ENClNEER, is accepluble, ki'Bf DFYI °R. (i) '11iis bid is gmmine and not made in Me interest of or on behall'ofarky undisch'slaw pemm% Hnn or corporation, and is 110t, -�Llbnlkted in coirformity with any agrect"cill or. roles (,,if any groial), nijani�ation or corpoeolion, 11R)DER has nol direelly or indirectly indimed or Qkked any other Bidder to subink a Use or shames Bit]; IM DDER hms not sAdled or Ndmad any person, thin or mporadmi WATITAn Worn, bidding, and BIDIX?R has not sought ley' collUsion, to obta in for [tsel F any advanlage ovcr any oth,or 3idderor overt' O' It is understood and mgmad Rmt Me IbHowhg qumAties or work to be done art unil pices are approximate curtly, and are intended princIpAy, to serve as a gLdde in evaluating Ms. (k) It is undo ouod and agmed that the quawAs of work lo be doric at, unit prices and nwWria1s, Us he 110shed nmy be incre%vied or dirTinished as, inay be Considered necessary M IS qjphr�on of the (WNER to compWW the work, fully as planned and cownplatel and 01at all CILMnlilkS or %at, whedwr inmmscd or docrQased, are to be pedumed at Me wit prkes w I& excq)t as pruvided Ibr in hic ctmiuvci Ducumicuts, 4,. Bidder undeistaods that the work I'm Ohs pplect will be coinpleted in cnw AddAmal phasing ow moymbs by My and paving " %V ill roquirc approval by O:ic Enginmr, It is, understood, and agreed that aril work under this Contract will becompleted Nvithin the bid cal,enchr dqs. Coniplefion date wfll be established in the Notice to 11raceed. It N Understood that, thneorcon,I)IMW WHI he as condderation in the rtwarcl ofthe hid. 5. 11 is updomwad and sp°ecd (fiat the cootracum"s expedeoce in this type of'-work wM be a suoRg cansidcirxdon in the award ol"the hid. 6., It is strongl�y recoaim ended that each bidder visit the Hite prior, to submitting as bid,, (Amsmucdon constraints C,Kkt, including Lralfic that could affccL productivhy. 7. 31D1DER WH emiNme Me Work for the folk.ming price(s)) Tax 2011 C - Sandy Lake Road UNIT PRICE BID SCHEDULE BASE BID Item Bid No. Quantity Unit Description and Unit Price in Words Unit Price Total Price Mobilization, Complete In Place, &402- A-015l Dollars I -1 1 LS and Cents per LUMP SUM Furnish, install, and maintain Project Signs, Complete In Place, , r 1 -2 2 EA Dollars o� and Cents o + coU per EACH Prepare and Implement Traffic Control Plan, Complete In Place, rckt/t--- 1-3 1 LS 'I��o�ISAn►0 �,t�l�t�plU-l� Dollars 'lix U o and Cents per LUMP SUM Prepare and Implement Storm Water Pollution Prevention Plan, Complete In Place, 1 -4 1 LS "11��+.�(z"(1�u5�ti +�d�r, =o Dollars f�t� and ► Cents 00 er LUMP SUM Remove & Replace 4" Concrete Sidewalk, Complete I Place 1 -5 80 SF tZ;,M— Dollars 6 and Twk--6-- Cents AO . f J er SQUARE FOOT Remove & Replace 8" Concrete Paving, Complete In Place, 1 -6 7400 SY & Dollars and cCl^� • a 4,4 Cents per SQUARE YARD Construct 6" reinforced "stamped" concrete pavement, Complete In Place, t,I J�l�o 1 -7 40 SY 0C- �cnn.,:��;�,; Dollars �7 I ro5�177i and Cents er SQUARE YARD Rout and Seal Pavement Cracks, Complete In 1 -8 220 LF Place, -PAC-iA i Dollars and eW Cents per LINEAR FOOT Remove subgrade, import and compact CTB, Complete In Place, 1 -9 3500 CY rjl�,2j:� Dollars I and .4 Agj6n 1 'W2. Cents ' per CUBIC YARD 1 -22 Bidding Documents UNIT PRICE BID SCHEDULE BASE BID Item Bid No. Quantity Unit Description and Unit Price in Words Unit Price Total Price Remove and Replace Inlet Top and Throat, Complete In Place, ,T1, 4X - V-4&'1 I -10 2 EA W.An(!-64 Dollars and Cents ��� /. u ^� V/ — �a `r�� `i per EACH Remove and Replace Inlet, Complete In Place, 1 -11 1 EA L')(1� F' Dollars and k LO Cents If-1 per EACH I D Remove and Replace 21 -inch Reinforced Concrete Pipe, Complete In Place, 1 -12 6 LF �]�(� M ©at: -O P� 1 [14o Dollars and (o Cents '=- per LINEAR FOOT Adjust existing valve box to grade, Complete In Place, _ I -13 2 EA � ►t�'�{ -N1 Dollars and Cents per EACH Restore Disturbed Area, Complete In Place, I -14 1 LS Dollars and dk-L, Cents I ��0 '. 110 00 per LUMP SUM Repair, replace, modify and restore existing irrigation system, Complete In Place, 1 -15 1 LS ' 1-�Ao ti s 0 Dollars 101 000 ^� OCY0 0 t and Cents per LUMP SUM Furnish and install traffic buttons, all types, Complete In Place, 1 -17 2900 EA eI r'Ae=,Z Dollars �o� -,tit fLtf�uC and Cents U 'Z- v� g per EACH Furnish and install pavement markings, all types, Complete In Place, r 1 -18 2 EA 1 1�i A_j13t1,16O t'(it� �v'^— Dollars and ti w Cents per EACH Remove and reset street light, Complete In Place, I -19 1 EA 41- k401"%* , ,1tW Dollars t\jt_L%'1n ct"'` � and Cents per Each Remove & rCqseot street sign, Complete In Place, 1 -20 1 EA ^ ' " �' C_- Dollars o4- and Cents per EACH 1 -23 Bidding Documents UNIT PRICE BID SCHEDULE BASE BID Item Bid No. I Quantity Unit T Description and Unit Price in Words Unit Price Total Price The following bid items are alternates to each other. Select your preferred method of void filling. Only include 1 -16, or 1 -16A in your total bid, do not include a total for both alternates. Mudjacking, Complete In Place, 1 -16 5400 TON r� Dollars and Cents —r I� (vrj ?-1 ;► per TON 1•��� Void Filling with High Density Polyurethane, Complete In Place, 1 -16A 260,000 LB Dollars and Cents er TON 1 -24 Bidding Documents BID SUMMARY TOTAL BASE BID (A) Items #I -1 THRU #I -20 * ** * * * Select only one method of void filling* * * Total Tangible Personal Property: TOTAL TIME BID TOTAL TIME BID (B) (Days x $1000.00) $ It 6 (XI 374 o $ j,ol -f, 'Lj(.u..;, 160 CALENDAR DAYS $ b0,00i?,w BASIS FOR COMPARISON OF BIDS = A +B: $ 1 t,J 40 A -,?, y +, JJ The bid with the lowest amount for A +B will be considered the low bid. The award of the contract amount will be on the basis of the base bid (A) only. NOTE: A TIME BID OF MORE THAN 180 CALENDAR DAYS SHALL BE CONSIDERED NONRESPONSIVE AND WILL BE REJECTED. 1. Communications concerning this Bid shall be addressed to the address of BIDDER indicated on the applicable signature page. 2. 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). 3. The terms used in this Bid which are defined in the General Conditions of the Construction Contract included as part of the Contract Documents have the meanings assigned to them in the General Conditions. The City of Coppell reserves the right to delete any portion of this project as it may deem necessary to stay within the City's available funds. Should the City elect to delete any portion, the contract quantities will be adjusted accordingly. PROPOSAL GUARANTY ➢ A Proposal Guaranty shall be provided in accordance with Item 102.5 of the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition. SUBMITTED ON Signature: 1 -24 Bidding Documents 131D AFFIDAVIT 11)e undlerdLyned certifics diaL the, bid prices contzked in these, bids have been careflully reviewod ond are �ubnfltted as correct altarl tinal. 13kider fiu,rther certifts and agrees to [Urnish any and or all CorruroOks Upon Which prices are exlended at the price o116-ud, and upon die conditions contained in the Specitications of the Invitgidon to ni. "rhe, pudod aruccqmancL orthis bid will he ninny (90) calendar days. firom Me date of the bW opwing. STATE 0 F COUNI'Y OT-7 NIK Me Undersigned awhority, an Notary Public in and j"Or Ifie State on this day pursonaRy appetwad . ....... who after b6ng by inu Name duty sworn, did depose and say . . ....... . .. am ar duly authorized office/agent l'or Marl, .... GN") and have been dial y authorizcd to execute the Nome or Rn'n (bregoing on behaWofMe said tai .. . ..... .. .. . . ... - ... ..... - - - - --- ----------------- Arne of Hrm I hereby certity the the haregoing bids have nut bcev prupared in collusion with any other Ridder or individual(s) engoged in the some lie of busWess priar to the afliciai op enIg affil bid, l,"urther, I ccARl Mat the Bidder is not noml, nor has been for the past six (6) imunks, Avoly rw WA-eady concerned in any pool, ageetnew Or Combination Lhereof", to control the price or servicosi cornrnodWs bid cm, or a) inHuence any to bid, or not to bid thcreon " Ahme and Ad6ru of Ov-iL T-5,q(3 6;1V"A"4r) PVP�Q-% .... . ...... . . .... by OJA V'L,'A t?"4' f-t�' 1, .1--l- 111.11 1- 71 1 . . .. - . ............... L.A TIR Signature: . .... .............. . . . . . . . ......................................... . ...... . OBSCRI131A) A7 ND SW(,-)R,N to bef6re, inc, by the and nalned an this the t o --11-1 1&1-11 42— --- -- A of . i 5.1 . . . ................... . .. . .... ........... WAMF W; V FOR Twe PI COTMOSWO FjqN'5 Auaugi ab, va 1,,-j otary An(� fi)r, th5SIpte of 105 If"13IDDER IS: An Individual By.................. " doing business a,s Bus j n c ss add ress A PartnershiL3 By n d iv idua, I I S 'N ani c) f1hone No, . ........ . ...... . . ............. Business addres� 0 Phone No. . .............................................................................. . ........... ...... A Cqrpq!AgRp m I (Corparation Mime) (State ofincorpormian) By (Name of person authorized to HE (C., o rpo ruic Seal) A [test, Business addrcss, ..—FIllone No,. A Joirtl Venture By Se4) ... .... ...... . . . .................. . . (Naine) (Atkiress), (E"lach joint venture must sign. the irranner or signing f6r each indivklual, pcirbivrihip und C-m-p' rad rill, that is a partner W, the joint vcnt.0 re should lie in the manner ind icmted a bove.) CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other immoti d,oing busine,.o; with local governmetntm cut ity THS qLICStionnaire is being fited in accordanco with oliapler 176 of"the Locat OFF10i, USE' Govetrimni Code by a person doing litkness with the goyernmental entity, ("m LV Tale -Rccciv�cd By law this questionwi,ijv must be filed v6th the recmds atfimhl S'trator ut 1:11Q local goverrimeni no( tnter rhan dic 701 busincss day after (lie date the PVSOT11 hecorrlc`S zmare of facts that ru'juitc oic Irate meat Io ho filed, See Sou'Lion 176.006, Locad Govermilen'L Code, A pets son,, ummflir an offi nsc If tho person violotes Secti or 176,0(K), Local Government Code, An oflimse under this wetion 6 a Class ("'� III isdenwanot. Naincof person doing busium with, local government"j, entity. U' ClImck tbis bo% il'you are fifingan updair to a proviously filled quesliojujaire. (The law roquires flial ym f`11C a10, Updak%l L011-11110,W cjuQ""6oqw1h'v with the appropriate filIngauthority not Wier than Septc,mber I ofthe year fot- which an giefivity diescribed in Section I 76.0106(u), J-ucal Government Code, is pen.dirip, and not later than rhe 71h busifiess day aRcrthc dale tho, C)rj jrjallv f1fled Name eacls employev (.wcontiractor ofilliv, local goveritruclital entity who makes, a luckil government 01,111cor orthe governmen'tall clifily Avid, respect to okp,enditures oftnoucy AND describe theaft'lliation or business relatiorisl0p. N ( o'kti Nitme each local goversiment officer Who appoilit's, ol. wilploys 110cull governi"cat officer of tile gavernmental entity for which (Ws questionnairc is tiled AND rivs,cribe (be At' llividull ol". blisille'sk relationship. . . .......... t-32 Ifulffing Dovinew"V M FORM, CIQ C'ONFLIc-r 6F INTEREST QUESTIONNAIRE Page 2 lit r v"dor or Wer penon doing business ivith Itical gave'l-l'Imental cat tily Nome nrinni amv ,mum wsurwNhwhmn shrim, atElistiltm or buhmmiflWimsNy (Chnqdov jWm svci0l�*(-41 Only if the anx�ver 16,A, 8, ur (", is VES. Nds SOVISW kewl 3 W I chidi I I P, SUN)LIMS' A, 0. C & 11 = be compided, (61. Uach oWcvr N4 I il wvhotn [he IiJCH,vas u I fillati on or uthei" rdofinn,�,,hip, AmIch zuktitional u's INS Fovll ("IQ as necesq'Lay, A, Is thu louid questionnaire? LJ Yos J'N,,) W I On Mv 011m =Wwah mw%g w, hkj lu rumme Wxubk Mane I= mw A Mmuhn a0w Awl I)l)iCer nomad in Us sedhi AND hu WxAk Wome N nW Imi W AW g umWaW may? U yu No is dw inor nrous quedsmsm wwwoviii, a j)jj,vj- 1%136,1CSS clu�t that ffiv hn:41'rovurvnuu c0liecr WVVVI� w 1"In offlu or gn dihoo" OHM WS an MVWX';hjj� v I" to po'cell't 01. Imm dyc", U �" . ........ . . . .......... . dohir, bicsimm, %Offi Me govanunenud kvl[y We I W Bhldfng Ooclsmews Conforms witfi Tho American lhstiluta of Architects, A.I.A. Elocumenl No. A-310 ,KNOW ALL La THIESE PRESL-NTS, Pleat %vc, Pave, con, Ltd,. dba Pavecoll Mutflci !_I Ivision 3022jRg j jgff.�!Ivd- Grand Prairie 'Texas 7SC50 . ............ -- .... . ... . .... as Principal, licrainafter eakd 910 Primil-ml, and iho Confinent.� Casualty Of 3,33 S" Wabash Am,, Chica.sI.IL 60604 it Coqx)ratiml tfidy organlud undcr 01,c laws 0 1, the, S um C of - III I itl C) i's S S urct y, hcre ina flej, called the Surety, arc held and firm ly b u i,t n d unlo City of Coppell M 111C SUVI Of' "" FIVE PERCENT CF TOTAL, AMOUNT BID . ................... . .......... Dollars ( "— 6% " T'AB ) , fim° the payment orwhich warn Wall, and tridy tobe mode, the s* Principal and, dic %wd Suwyu bind oursellyes, our hcinq, executors, adminisiraters, sumossors and assignisjoiotly Brad severally, firmly by these ipresents, W 14 E, [� 11'1��A S, I tic Prine iitm, I has sub m itted as hid r4p- I NOW, THE-REFORE, if the Obligoce 911011 accePt the bid of ffic: Prineiipu� mid the l-'rincipal' srhafl crtler ill�nta aCnrilrnot with the Obligm, ill accordance with [hu tertris of such bid, and, give such bond or bonds Ell maY be spuufiQd in (hebiddingt or Comract DOCUllenS With 8000 11nd, Alfifll'CiCllt surety for the faithful porlbrivaoce of'guelt Cl onlracL and for, fl'= Prornild: Paymunt of labor and inateriat Aire ushcd in Ille prusucotion thurmi", or ill the event of the failure or rhe Principalto crVer such Coritract and give such Nmid or bonds, iftlw Prillcipal 'hurl] Pay to tile Obligm (11C diffurenec not to mccd the penalty hercof between, the amount specilled ill said bid and SUCh 141-gOr OMOLIHI fur which the Obfigce may in pod, faith cot)(ract "4111 avotlier party (operlural the Work Covered by said, bid, then tbj o5figustion shall be nul I atid void, o1berwisc to ren.lain iij full Ibrce and eff�m Sagned wid scAled this ........... ,22nd day of Awgust 2013 witness, Pavecori, Ltdl, dba Pavecon p4onicipal Division (Sufl,w V V,% 'rifler, C006pentaLWsualty Company oh iA+ittacss, By . . .......... . . Bette Re 1'OWJ,'iR OF AIJORNEV All"[11()INTINC, INDIVIDUAV Kilaw All Nirm I 1y '11wsc flit,ewnt.% 'flint I lCola I Ca��kr a fty 04-flp all y' "'in I I fl I I oi'r msuu in ic*.,, colitip any, Nutiona, I Fii'o I nsurwoc(, ('oni1xiny l-)f AMC& nn 1AWs inmomnoo evaWniny, and Amedun CaWYCOMPUY ukKniha Pannsonnia, a Pennmylvanlu imswunpaconWAny jamincjm] 'Ahe rimy Iy oryvirlil'od cOMPOC; hVig Ow A p6m6pl u Mum in dw Uly DrClAoTv and SmWHImb, and dint they dofay vimpix (W die Agnmunss and WX In m61 affim.aawl hundly as urmis,Wvto wid appoW PaIJ fivivom, Gary, WMicatley, Dryan K hConvjAark 11 MWeirl My J RedN 1nAffvidiWiy,,, or Sa,n NnImAir), TX Nchael 1) Ren.drickson, hidividually, of Irving, TX Choirnw ij,"d Jaw full %vith Ad! power and auMorij haluby mnlmd IS so, wal and cx•me A, NnJ on linybdialf WS, ;'11,d ollhjaguflvry insil-nutents of sirndilt- nauhre - to UnUndtedoknlimints - and lo b0d dimn 11heroby as Why and to Ife s mje exwl'[ 1,1,q if.such iI1s'l•Ul1WIll'!-, vllofre Apled by as duly aimlirofized i)l thery fil-wrance, Colupanici and, d! 00 OWN of sid AHnnmy pmvmo W Ow m0tvily hm&y own 1 huefiy md&d ME UmWed. Thj� F4twoi- iWA1,11ox-Acy N mWe nd "inewed pixWMI W and by awhomy of We RYIAW am! ROMILItioHN, l)'1111ACA) 01 the J'Qv,-1',0sC livirc,01" , 11101Y adupted, as inthenw, me bwws or Dkom, d we hwiranix awWwAs, In ),Vftnoms 'Albereof, Mu CNA Compnics hur vmmd Hmw pmwirdi W im mWinod by I& like Ptesi(Lml and thcfi coop onatc scups tai be lamso aRkW u Th AMh dq orin, sm 3. CasuallyCornparly Nadoma 1,1ve Insitirrance Cpalpany iji'lial-ticird Ained can ("im Ity(CAU alay mA' Rcl�'d i lig" P(m risylv':in ill ........ .. ... . ...... . . . . . ................... t� fl Vice Prosil"fent S IaIu oh, Si PiAlh Dakola, Cour)Iy (if Mj nnehlAho, s,;„ ()v f4iN 20ilt day of "Jima 21311 Who mv perminully cunic PmPr MUMM nic kaovol, who b6ing by rne duly v,aklonl, ifid flopose and say: thal by Eesuj'e'i ini'lhe ("ApAphn Fos, SMIC arsoub pautm We ka vive Pirx%,worit of CWnpluWanusais comp"Iny, hNomd Mix hmirmulix c0awany of WHOW, an Julturds insurmnee canymny, and Swellew (Anky Conpay of insuiranco colapony ilewi dbcd inand which excewrd dw Mwe lmmmmW Umau know s dw w'ah of qAajfl ilwin, nce voll'ilpanies; iliat w[w fiffIXA:4 14) Ike Sid Amulaw awswh aMmulvely Ch• Hwy wau, No aj'rj,%oj pul-sualla lo hay lhe Hoiads cal said rusiliumve coinpiqnws and if lass, Mgwd hl name Ouvopinimumi to Uc WwMp and.acknoMmyn amm w hu me uel aind doed oWsaW imsumnuc' cmnpari%. F.73. MOHR Yqu (RIOTARYPUBIT( MV., 7 C' Nty (,oniirlfls,,.dnrn Fxpirvshinle 23, W.5 " Nin, I i .. ir .. y . Pin . hh . e 11,.R`1111CA'm L 11 BA Ankslim Stria vary of Car-Arkentalf Usual} Climpally, am Ulink insunwix cwWany. NaHanal Chv,, Iwalrance ("Olurp"loy or I 1,11fl 'oj d, 11i I INW& immumn vini1xviy, and AmeNun Camalty 1414;Ading, Pennsylvania, as PcrmsyWarinh oImsuua rice Uvitripally (14) llcl-oty ccairy Ohm tl'IG' Power (11, Atku-ncy he'lichl, ahaye sel hmlh Is WiH in kaw, nild funheram1f) INA Me By-1 aw and Rv;,solta6n (dAw Board ail E)irv�c[ors of Rw Quimmo txminpunlivy prWlvd on the rewi,Ne ho,v if' i�' S6111 in, iustinj ljv WhCfV,,cfj thAvo ImmuQu wituribul aly nma md WAwd Wad didw mid : —.20 , " j � su rzu we c otnpn n �cs I I � js (Lay o Fo r nn 1469.5 3 - 4,120 1 Wwwwo COMWI Ampny Nillk,11114fl Fil-VIUSLU-411CC (01)II)RIly of lfarlfivd A nwrW Cnawky Cornpany of WAIng, Ptnnsyl v,.,icno A. ..... ...... --"-1 3! — D. Bull Anwam Q. Figure 28TAC§1,601(a)(3) 1 IMP ORTANTNOTICE ro obtain Irnrrarrnrr,ation or rTjnke a cornpWnt� 2 you may contact C on0nental Caqwifty Cuilipany, 11 a ti ana l F 1 re I ns o ra rsce C o nitn ny. Amer i Ca n Ga-mally CorTipany or Contlnantal Insurance r,arq,rany at 312,822-5000, 3 YOW May wall Continental CasuaRy Coirnpan,y, National Fire Insurance Gompany, Arrionnn ca,quralty comparly w corill tier IV10 Insurance Company's tolt-frep, tolephon n ntuq)b(j #or Information or te, n1ake a carqiJaint gat; 4 You nnay HISO WfA0 to GDOIlOntal CASUAlty Company, Nallorial Hre Insurance Cwripwiy, Arneric,an Casualty ( ornpanyr or Con0nentat Insurance Company at,,, CNA SureitV 333 SOUth VOONSh go, it,-, 60,604 .5 You may cantact the Texas DEJMT41(wr Of Insllrnnce to obtain unfotmextjon or) wnjFjawjie-,, coverages, rights or conipjaifits at: 1-800-252-3439 15 YUL9 T08y VW(Cte the, Texas Depatime-int of l risura rice: P,O . Box 149104 Austin, TX 78714-9104 Pax; (512) 475-1771 Web h([pJ1www.tdJ.staIe.txAf5 E-Mail' 7 PREMIUM OR CLAIM DISPUTES, SlInki Id YOU hnVa a distoulp conceining yowr PrOnlitJ 1111 01' 400 t El CIUJ r'TI Y 0 U S I IOU Id co n to (; t COntiMMU91 CMU1011y C0,171pany, Naliona I Firo insurance Oompany, American, Canoally Company II the dispute is 110t t0sOlvPd, You 1wily contact Vie Texas Departrilenr of 111stn'ance. 8 ATTACH THM NOTICE TO YOUR POLICY, ThIs not.1co, Is 'foi inforniollon an y and do,as not beCOri'le a par] or condltl&ro J)f Jjrj(a aj J1 ja C document. Frrm FN IV m 1� Pam oblener Infommoon o para sornoter una queja: Puadeconnunicame con Confiriental Casoalty Corripany, Natioijal Fire In%Llf0flGo Cofllp,'Drly, Amen(;ojr) CaSUHIKY COMI'Mrly OrQuntinenW Insurance ComPoiny at 312-822-5000 UsLed JJIJede Par,rial. al nurnero de tefieforio grabs do Cnnflnerilail G8GUOIty' Company, Naticnal Fire iMurziow Company, Arnerican Casually Company or- Contrental insurance Company's pare inforrnadan o pora sompter urns queja at 1-877-672-6115 Usted tambien puede escribir a. Continqntsl Casualty Garnj,)ary, Nalionat Fire Inst.iraricas Company, Arnorican Casualty CroiftV)�t11y or C' Insurarica Cornpainy: CNA SUr6ty 333 South Wabash �;hicago,JL 606Q4 Prune,Cjo 'Oniunicarse Con 01 Departamon'to de Seguros , c de Texas para obtener Infairvarion aoeraa (JD companias, cabeduras, u q1jej as jjj: 1-800-252,3439 P Lkade Mflbk M Deparlarrionto, de Segurcys do Texw P 0- Box 14,91 (14 Awdln, TX 78714-9104 Fana (512) 475,1771 Web: lit 1p:flwiww.tdl. sl swtx, "s E-Mail: DISPUTAS SOAR PRIMAS 0 RECLAMOS: Si lietie una di sputa conrernipn[e kq su prima o a uu, reclavio. debe corn,urkarsp con el Continental C astl a t(y C ompa, ny, N aff o na I Dune I n5 U V0 [1 1X- Company, Ainiie,6cari Casually Company or restlelve 10 dispota,puede entrances ,cumiunicarse Can, el depadarnento (I"DI), UNA ESTE AVISQ A SU POLIZA,: Esio avi%o es solo Para pars posito d P In fornia d on y ri a se convierte (;.m parte c wridicion def docurnento 8djU1110. To be attached to and form, a part of Bond In accordance with Section 2253,021(f) of lie Texas Government Code! and :Secvjo�n .53-202(6) of the Texa "roperty Co,,d& arny notice, of Claim to the, warned surety under this bond(s) should be sent to: Chicago, IL 60604 Fa m Mj4 4 PREVAILING WAGE RATES General Decision Number: TX130035 01/04/2013 TX35 Superseded General Decision Number: TX20120035 State: Texas Construction Type: Highway Counties: Archer, Callahan, Clay, Collin, Dallas, Delta, Denton, Ellis, Grayson, Hunt, Johnson, Jones, Kaufman, Parker, Rockwall, Tarrant and Wise Counties in Texas. HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). Modification Number Publication Date 0 01/04/2013 * SUTX2011 -007 08/03/2011 Rates Fringes CONCRETE FINISHER (Paving and Structures ) ......................$ 14.12 ELECTRICIAN ......................$ 19.80 FORM BUILDER /FORM SETTER Paving & Curb ...............$ 13.16 Structures ..................$ 13.84 LABORER Asphalt Raker ...............$ 12.69 Flagger .....................$ 10.06 Laborer, Common .............$ 10.72 Laborer, Utility ............ $ 12.32 Pipelayer ...................$ 13.24 Work Zone Barricade Servicer ....................$ 11.68 1 -27 Bidding Documents POWER EQUIPMENT OPERATOR: Asphalt Distributor ......... $ 15.32 Asphalt Paving Machine ...... $ 13.99 Broom or Sweeper ............ $ 11.74 Concrete Pavement Finishing Machine ........... $ 16.05 Concrete Saw ................$ 14.48 Crane Operator, Lattice Boom 80 Tons or Less ........ $ 17.27 Crane Operator, Lattice Boom over 80 Tons ........... $ 20.52 Crane, Hydraulic 80 Tons or Less .....................$ 18.12 Crawler Tractor .............$ 14.07 Excavator, 50,000 pounds or less .....................$ 17.19 Excavator, over 50,000 pounds ......................$ 16.99 Foundation Drill , Truck Mounted .....................$ 21.07 Foundation Drill, Crawler Mounted .....................$ 17.99 Front End Loader 3 CY or Less ........................$ 13.69 Front End Loader, over 3 CY.$ 14.72 Loader /Backhoe ..............$ 15.18 Mechanic ....................$ 17.68 Milling Machine .............$ 14.32 Motor Grader, Fine Grade .... $ 17.19 Motor Grader, Rough ......... $ 16.02 Pavement Marking Machine .... $ 13.63 Reclaimer /Pulverizer ........ $ 11.01 Roller, Asphalt .............$ 13.08 Roller, Other ...............$ 11.51 Scraper .....................$ 12.96 Small Slipform Machine ...... $ 15.96 Spreader Box ................$ 14.73 Servicer .........................$ 14.58 Steel Worker (Reinforcing) ....... $ 16.18 TRUCK DRIVER Lowboy- Float ................$ 16.24 Off Road Hauler .............$ 12.25 Single Axle .................$ 12.31 Single or Tandem Axle Dump Truck .......................$ 12.62 1 -28 Bidding Documents Tandem Axle Tractor with Semi Trailer ................$ 12.86 Transit - Mix .................$ 14.14 WELDER ...........................$ 14.84 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)) . The body of each wage determination and wage rates that have been found cited type(s) of construction in the determination. The classifications order of "identifiers" that indicate rate is union or non - union. Union Identifiers lists the classification to be prevailing for the area covered by the wage are listed in alphabetical whether the particular An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM0198 -005 07/01/2011. The first four letters , PLUM, indicate the international union and the four -digit number, 0198, that follows indicates the local union number or district council number where applicable , i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. The date, 07/01/2011, following these characters is the effective date of the most current negotiated rate /collective bargaining agreement which would be July 1, 2011 in the above example. Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the 1 -29 Bidding Documents rates. 0000/9999: weighted union wage rates will be published annually each January. Non -Union Identifiers Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non -union data. Example: SULA2004 -007 5/13/2010. SU indicates the rates are not union majority rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, 5/13/2010, indicates the classifications and rates under that identifier were issued as a General Wage Determination on that date. Survey wage rates will remain in effect and will not change until a new survey is conducted. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be. * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: 1 -30 Bidding Documents Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION 1 -31 Bidding Documents SECTION 2 CONTRACT DOCUMENTS T H E. c I T v - a F COPPELL STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR ON THE BASIS OF A STIPULATED PRICE THIS AGREEMENT is dated as of the 10th day of September in the year 2013 by and between the CITY OF COPPELL, TEXAS, a municipal corporation (hereinafter called OWNER) and Pavecon, Ltd . (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK. CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: This work will consist of the repair of extensive street failures in Sandy Lake Road, and mudjacking over utility trench lines to avoid additional pavement failures. This work also includes the construction of a left turn bay with median nose, stamped concrete, and relocation of lighting and landscaping to accommodate the construction. The work shall consist of the reconstruction of 7,400 square yards of 8" concrete pavement removal and replacement, including over excavation of subgrade, and import of flex base. The project also includes mudjacking of suspected void areas. The Project for which the Work under the Contract Documents is generally described as follows: Construction of the Tax 2011C Sandy Lake Road Pavement Repair Denton Tap to Kimbel Kourt Bid No. Q- 0813 -02 Article 2. ENGINEER. The Project has been designed by City of Coppell Engineering Department. Contract administration will be provided by the City of Coppell Engineering Department who is hereinafter called ENGINEER and who is to act as OWNERs representative, assume all duties and responsibilities and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. 2 -2 Contract Documents Article 3. CONTRACT TIME. 3.1. The Work will be completed as stated within Items 19 and 20 of the Instructions to Bidders in Section 1 of these contract documents, and the Contract time commences to run as provided in Item 103.2 of the General Provisions, and completed and ready for final payment in accordance with Item 109.5 of the General Provisions. 3.2. Liquidated Damages. For the purposes of this project, an incentive /disincentive procedure shall be incorporated into the contract based upon the provisions for the incentive /disincentive as set forth in Item 20 within the Instructions to Bidders in Section 1 of these contract documents. Article 4. CONTRACT PRICE. 4.1. OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents in current funds subject to additions and deductions by Change Orders as provided in the contract documents in accordance with the unit prices listed in Section 1 - Proposal and Bid Schedule. The contract sum shall be the amount of $ 1, 5 6 0, 3 2 4 . 0 0 The total tangible personal property cost included in the contract sum is $-1, 014, 2 11. 0 0 Article 5. PAYMENT PROCEDURES. CONTRACTOR shall submit Applications for Payment in accordance with Item 109.5 of the General Provisions. Applications for Payment will be processed by ENGINEER as provided in the General Provisions. 5.1. Progress Payments. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Applications for Payment as recommended by ENGINEER, each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in Item 109.5 of the General Provisions (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Provisions. 5.1.1. Prior to Completion, progress payments will be made in an amount equal to the percentage indicated in Item 109.5.2 of the General Provisions, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with Item 109.4 of the General Provisions. 2 -3 Contract Documents 5.2. Final Payment. Upon final completion and acceptance of the Work in accordance with Item 109.5.4 of the General Provisions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said Item 109.5.4. Article 6. INTEREST. No interest shall ever be due on late payments. Article 7. CONTRACTOR'S REPRESENTATIONS. In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: 7.1. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in Item 102.3 of the General Provisions, and accepts the determination set forth in Item SC- 105.1.3 of the Supplementary Conditions of the extent of the technical data contained in such reports and drawings upon which CONTRACTOR is entitled to rely. 7.2. CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports, and studies (in addition to or to supplement those referred to in paragraph 7.1 above) which pertain to the subsurface or physical conditions at or contiguous to the site or otherwise may affect the cost, progress, performance, or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Item 102.3 of the General Provisions; and no additional examinations, investigations, explorations, tests, reports, studies, or similar information or data are or will be required by CONTRACTOR for such purposes. 7.3. CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes all responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies, or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Items 102.3, 103.1 and 104.1 of the General Provisions. 7.4. CONTRACTOR has correlated the results of all such observations, examinations, investigations, explorations, tests, reports, and studies with the terms and conditions of the Contract Documents. 2 -4 Contract Documents 7.5. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. Article 8. CONTRACT DOCUMENTS. The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR concerning the Work consist of the following: 8.1. This Agreement (pages 2 -2 thru 2 -7, inclusive). 8.2. Exhibits to this agreement (immediately following this Agreement, inclusive), including Performance Bond, Payment Bond and Maintenance Bond. 8.3. Certificate of Insurance. 8.4. Notice of Award. 8.5. Part 1: Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition. 8.6. Supplementary Conditions to the NCTCOG, Division 100: General Provisions (pages 3 -2 thru 3 -10, inclusive). 8.7. Specifications bearing the title: "Construction Specifications and Contract Documents for the Tax 2011C Sandy Lake Road Pavement Repair, Denton Tap to Kimbel Kourt, Bid No. Q- 0813 -02for the City of Coppell. 8.8. Drawings (Construction Plans) entitled "Tax 2011C Sandy Lake Road Pavement Repair, Denton Tap to Kimbel Kourt", for the City of Coppell. 8.9. The following listed and numbered addenda: Addendum #1 8.10. CONTRACTOR's Bid Proposal and Bid Schedule of Section 1 -Bidding Documents. 8.11. Documentation submitted by CONTRACTOR prior to Notice of Award. 8.12. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to Items 104.2 and 109.3 of the General Provisions. 8.13. The documents listed in paragraphs 8.2 et seq. above are attached to this Agreement (except as expressly noted otherwise above). The Contract Documents may only be amended, modified, or supplemented as provided in Items 104.2 and 109.3 of the General Provisions. 2 -5 Contract Documents Article 9. MISCELLANEOUS. 9.1. Terms used in this Agreement which are defined in Item 101 of the General Provisions will have the meanings indicated in the General Provisions. 9.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 9.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assignors and legal representatives to the other party hereto, its partners, successors, assignors and legal representatives in respect of all covenants, agreements and obligations contained in the Contract Documents. 2 -6 Contract Documents Article 10. OTHER PROVISIONS. IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in triplicate. One counterpart each has been delivered to OWNER, CONTRACTOR and ENGINEER. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or by ENGINEER on their behalf. This Agreement will be effective on September 10 ,2013 OWNER: City of Coppell CONTRACTOR: 255 Parkway Boulevard Coppell,TX 75019 BY: BY: ' TITLE: Z 4 e TITLE: ATTEST: Aketr i' ., ATTEST: Address for giving notices: Address for giving notices: n ' P.O.Box 9478 �u ZZ 12 tut-tu )4,12 Coppell,Texas 75019 , Attn: Ken Griffin,P.E. G,can r-tA � . t at C-[ _'7c Dir.of Engineering/Public Works (If OWNER is a public body,attach (If CONTRACTOR is a corporation,attach evidence of authority to sign and evidence of authority to sign.) resolution or other documents authorizing execution of Agreement.) 2-7 Contract Documents Certificate of Insurance After award of contract, Contractor will provide Owner with Certificate of Insurance, which will be executed and bound here with final documents. Please see the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition, Item 103.4 for insurance policies required. ■ Contractor's Insurance • Worker's Compensation — As set forth in the Workers Compensation Act • Commercial General Liability - $1,000,000 Accident /Occurrence • Automobiles - $500,000 Combined single limit per occurrence • Owner's Protective Liability - $600,000 per occurrence; $1,000,000 aggregate • "Umbrella" Liability - $1,000,000 per occurrence with drop down coverage • Liability (Public) - $1,000,000 Aggregate; $1,000,000 Products & Completed Operations Aggregate ■ Additional insured — The Owner shall be named as an additional insured on the Commercial General Liability (Public), Owner's Protective Liability, and Excess/Umbrella Liability Insurance Policies furnished by the Contractor. Please see the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition, Item 107.2 for indemnification requirements. 2 -8 Contract Documents • � T ® DATE(MMIDDIYYYY) Acc•Ro CERTIFICATE OF LIABILITY INSURANCE 9/5/2013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER CONTACT NAME: Vicki Leslie IBTX Risk Services DEW PHONE FAX 6363 N. State Highway 161 No. (214) 989-7100 E-MAIL (AM,No):(214) 596-9030 E-MAI ADDRESS: 9BrViCe@ib-tX.COm Irving TX 75038 INSURER(S)AFFORDING COVERAGE NAIC# INSURERA:Amerisure Mutual Insurance 23396 INSURED INSURERB:Starr Indemnity & Liability Co 38318 Pavecon, Ltd. INSURER C:Indian Harbor Insurance Co. 36940 P.O. Box 535457 INSURERD: Grand Prairie TX 75053 INSURERE: INSURER F: COVERAGES CERTIFICATE NUMBER:Cert ID 13998 REVISION NUMBER: THIS IS TO CERTIFY THAT 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.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSR WVD POLICY NUMBER (MMIDDIYYYY) (MM!DDIYYYY) GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED A X COMMERCIAL GENERAL LIABILITY CPP2062880 7/1/2013 7/1/2014 PREMISES(Ea occurrence) $ 1,000,000 CLAIMS-MADE X OCCUR MED EXP(Any one person) $ 5,000 PERSONAL BADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: _PRODUCTS-COMP/OP AGG $ 2,000,000 —1 POLICY I n l jECOT- n LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 (Ea accident) $ A X ANY AUTO CA 2062879 7/1/2013 7/1/2014 BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident)"—$ AUTOS _AUTOS NON-OWNED PROPERTY DAMAGE X HIRED AUTOS X AUTOS (Per accident) B UMBRELLALIAB X OCCUR 1000020196 7/1/2013 7/1/2014 EACH OCCURRENCE $ 10,000,000 X EXCESSLIAB CLAIMS-MADE AGGREGATE $ 10,000,000 DED I I RETENTION$ I $ A WORKERS EMPLOYERS'COMPENSATION YIN WC-2062883 7/1/2013 7/1/2014 X(TORY LIMITS DER AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE © N!A E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 C Pollution/Environmental L PEC003526702 7/1/2013 7/1/2014 Per Claim $ 1,000,000 Retention $25,000 Aggregate $ 2,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,If more space Is required) The General Liability and Automobile policies include a blanket automatic additional insured endorsement [CG7085 05/10 & CA 7118 11/09] that provides additional insured status only when there is a written contract with the Named Insured that request such status. The General Liability, Automobile and Workers' Compensation policies includes a blanket automatic waiver of subrogation endorsement [CG7063 11/09, CA7118 11/09 & WC420304A 01/00] that provides this feature only when there is a written contract with the named insured that requires such status. Primary and Non-Contributory wording per Endorsement[CG7085 05/10 & CA7165 10/07]. Excess Liability shall follow the terms, definitions, conditions and exclusions of the applicable first underlying insurance per Attached [XS-100 (10/08)]Cancellation see attached (1L7045 05/07) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Coppell, Texas ACCORDANCE WITH THE POLICY PROVISIONS. 255 Parkway Blvd. AUTHORIZED REPRESENTATIVE TX 75019 % % tPA7�ti ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD DESCRIPTION OF OPERATIONS SECTION CONTINUED DATE 9/5/2013 CERTIFICATE HOLDER: _ INSURED: City of Coppell, Texas Pavecon, Ltd. 255 Parkway Blvd. P.O. Box 535457 Grand Prairie TX 75053 Coppell TX 75019 DESCRIPTION OF OPERATONS CONTINUED: Bid No. Q-0013-02 Project: Construction of the Tax 2011C Sandy Lake Road Pavement Repair, Denton Tap to Kimbel Kourt DOC(10/2003) THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. Ongoing operations,as respects Nis provision,does not apply to'toddy injury•or—property damage. TEXAS oca rang after. CONTRACTOR'S BLANKET ADDITIONAL INSURED ENDORSEMENT (.) (oth"rru nteervb maintenance or reequipment akc)to be performed by connection en with ofthworkin at project Insured(s) reps.) prb keen behalf of the additional Insured(s)al the site of the covered operations has bean completed:Or This endorsement modifier;insurance prodded under the following; (b) That portion pryourwork'out el which the injury or damage arises has been put to its Intended use COMMERCIAL GENERAL LIABHITY COVERAGE FORM by anGpnr(war organization other then enolber conkedor or subcontractor engaged h pMorming opera prbdpal es a part of the came project Al of the terms,provisions,exclusions,and llmhations of the coverage bran apply except on sped&aly staled b. The knits of insurance applicable to the additional Insured are the Mast of Now speeded In the written below. contact or widen agreement or In the Declarations of this pokey.The Mmes ofh er,.e Declarations. to the additional Insured are inclusive of and not In addition to the limits of insurance shown In the Declarations. Policy Number Agency Number Polley Effective Date e. The additional insured stabs provided by this endorsement does not extend beyond the expiration or CPP2082880 75624150 07.0112013 termination ore premises lease or rental agreement nor beyond the form of this policy. Policy ExplretloslC.nullNloo Date Date Account Number d. If a written contract or written agreement as oulkned above requites that additional insured status be 07/012014 071012013 provided by the use of CO 20101185,ben the terms of that endorsement,which are shown below.are Named Insured Agency Iseul�COmpmy Inoorporeled Into this endorsement as respects such additional Insured,to the extent that such lerma do not restrict coverage otherwise provided by this endorsement Pevecen,Ltd. IBTX Risk Sorvices Madsura Mutual ADDITIONAL INSURED-OWNERS,LESSEES OR CONTRACTORS(FORM B) 1. SECTION II-WHO IS AN INSURED IS amended to add ore an Insured any person or OrganbaU.whop you are required to add as an additional Insured on this policy under a written contract or written agreement relating This endorsement modifies Insurance provided under the following; to your business.The writen contract or-written agreement must require additional insured status for a time period during the term of this poky end be executed prior to the'body Injury","properly damage',or'personal COMMERCIAL GENERAL LIABILITY COVERAGE PART. and advertising injury'giving rise to a dahn under this policy.II,however.'your work-wes commenced under SCHEDULE a leder of Intent orwork order,subject 10 a subsequent reduction to writing within 30 days from such commencement end with customers whose customary contracts require they be named as additional insureds, Nance of Person or Organization:Blanket Mere Required by Written Contract or we suit provide eddebnal Insured status as epecied In this endorsement Agreement Nat the terms of CO201011 85 a PPy 2. SECTION II-WHO IS AN INSURED is amended to add the following: (If no entry appears above,Information required to complete this endorsement suet If the additional insured Is be shown In the Declarations as applicable to Ni endorsement.) a. MIndividual,Nair spouse N also an additional insured. WHO IBAN INSURED(Section 11)1s amended b Include en en insured the person or b. A partnership or joint venture,members.partners,and their spouses are also additional Insureds. yew work'for rtat Insured by or he� only with respect to Mobility arising out of you 0. A limited liability company,members and managers are also additional insureds. Copyright,Insurance Services Office.Inc.,1984 d. M organization other than a partnership,pint venture or bleed kabINy company,executive officers end CO20.10 11 85 directors of the organization are also additional Insureds.Stockholders ere also additional insureds,but provided apply Y Injury",'property damage',or only with respect to their liability es stocWedere, a. The Insurance ovided to the addUooal Insured does note I to Inu 'personal and advertising Injury'arising out of an architect's•engineers.or surveyors rendering of or a. A trust,trustees are also bcureds,but onlywkh respect to their duties as trustees. failure to render any professional services Including but not limned to' 3. The Insurance provided to the additional Insured under this endorsement Is Smiled as follows'. (1) The preparing,epprovkg,or luting to prepare or approve maps.drawings,opinions,reports.surveys, a. That person ororgeniation IS only an additional Insured with respect to lability arising outaf. change«eon,design specifications;and (1) Premises you own,rent,lease,or occupy; . (2) Supervisory,Inspadion.or engineering services. • (2) Your ongoing operations•unless he written contract or written agreement else requiressenple led L SECTION W-COMMERCIAL GENERAL LIABILITY CONDS1ON3,paragraph 4.Other Insurance is operations covaq(or wording to the same affect),In which case the coverage provided shat deleted and replaced with the following.er extend to your completed operations for that addtional insured. 4, Other Insurance. Premises.as respects this provision,shag Include common or public areas about such premises ilea My coverage provided In Ws endorsement Is excess over any other velkl end collectible insurance eveaeble to required In the written conked or written agreement the eddhbnel Insured whether primary.excess,contingent.or on sny other baste unless the written contract or written agreement requires that this Insurance be primary.in which case this insurance will be prbnary without contribution from such other insurance evaeabk.to the additional insured. Includes copyrighted melerlal of Insurance Services Ott.,Inn. Includes copyrighted notarial of Insurance Services Office.Inc. C0 70 85 05 10 Page 1012 C0 70 85 05 10 Paget oft • (2) Under which the Insured,if an architect,engineer or surveyor,assumes liability for an injury or ' • damage arising out obi.Ins•reds rendering or MMure to render professional services.Inducting those listed In Paragraph(I)above and supervisory,Inspection,archeectural or engineering activates. e.DSm.gt beauty of'bodily Injury'include c.Liquor Liability damages claimed byerp person or organize- 'Badlry Inb r or"properly demeq'for which • 0. CONTRACTUAL LIABILITY-PERSONAL AND ADVERTISING INJURY lion for care,loss of aadoe.or death retuning 'ertyhasa may be held lehle by lessn of: Under SECTION 1•COVERAGE S.,paragraph 2.Exclusions,paragraph e.Contractual Liability Is deleted, d Bray Ikra Ron be-caddy (1)SUPPLEMENTARY PAYMENTS 3.Exclusions () sue%conblbuOngMNeinlodu6°n gal Thle irduranoe does reel apply b: (2)TM fonieNng of elmhclo traveregea b• Under SECTION I-SUPPLEMENTARY PAYMENTS-COVERAGES A AND B.paragraph 1.b.is deleted and A Expected Or Intended Injury pens.wader the legal drinking age or n- rePlecodweh the blowing: 'Bally hjh•'c or"properly damage"-lgaclaa der the Influence d aicoh l;or . • 1. b. Up to 32,500 tor cost of ba0 bonds required because of accidents or traffic law violation arising out • ot Inlerdsd Stun NS Standpoint of the haured. (3)AmyaMble,orinNKe orregdeion Fainting of the use of any vehicle to which the Dodiy Injury Uebiy Coverage empties.We do not have so 'Tine ecdbon does no(apply b'bodly Ifiuy' to ha eat,gOt,dWMbutln or use of Moo- ' furnish these bonds. resulting km the use of reas.eble face to hairs bewwage• • 10. BROADENED WHO IS AN INSURED Prated GO°BIXpr�ro' TN,mrduaM apples°^y 8 you are h the b.Conkadual Llebfilly truakass d mandadydng,distributing,selling.' SECTION II-WHO IS AN INSURED Is deleted end replaced with the following: 'Boely Slue or'properly damage'for which . Sen'ktg ark...na aears.beCerolas. • 1. If you are desgnated In the Dedaradons as: ea Insured ix obligated bprey damages by d.Workore'Cengsnoselbn And Slmlkr Lwow a. M individual,you and your spouse are insureds,but only with respect to the condud ore business of meson orgagrroement ThIn°of alimbe does not •compensation,,d be bm.be Feder owudtedd which you ere the sole owner. awry b kahiy for rnmagea: codt'pensatlat. nsaonl or any at law. • b. A partnership (1y Thin he tiered VnVId haVO h Use absence pbymeN compensation law or any simtarlaw. pa p or pint venture,you are an Insured.Your members,your partners.and their spouses alga contract oragreern.l;or O.Employees uebllky are also Insureds,but only well respect to the conduct of your business. iy injuy'b: • c. A Writes liability (2)Aseurn d In a contract or agreement Net b ley company,you are an Insured.Your members era also Insureds,but Wth an'Insured canted',provkled he'body (1)An'en Otoyee.of IM Insured erring out d respect to the conduct or your business.Your managers are insureds,but only will respect to their Injury'or'property damage'ova.eubse- end In One course of: dales as your managers. quest to the execution of the conked or gno min oley purposes of (a)FmploymmtMBh•hsurod;IX d. Mogantretion other Nan apaMership,joint venture ortmltedtab8ly company.ynare enNSwad. illy seBanedhenl4ruwurodtonbe (t)fW(omingddieeraialedto themmuct Your'executive offcers"and directors are Insureds,but ony minable le with respect to their duties as your nabte attorney feed and necessary q- d the Insureds business:or officers or directors.Your stockholders are also Insureds,bulonly with respect to their Ilebildy as . Ibis expenses Maur.by or for a parry (3)'The epode,child•parent,broke'or slater stockholdestockholders oher than an Insured are deemed to be Of Ihel'employee'es a sensed..e of Paragraphs(1 NaJ,(ij(b)and(1j(d above d0 not apply to ywr'enpbyeas'who era; damages because of'bodily Woof or P•tegreph(1)above. (I) granagers; OpOriy °°g°'pr°'�Od; •' Tie exclusion applies wtbler he Insured (I)) Managers: (a)UabSly b such party for,or f Na cost may be gable m en ornployer o In ray other I,wl entrs defense has also ben steady and to any obligation to share am- (III)Directors;ar In Bw eane'hzuedcognd'; �sditges repay someone Mee who must (Iv)Offices: (b)Such edomoy fees end may' wish respect to'bodily Injury to a...employee'. .pens.are f defense of that pedy tuned by!he Insured t n lnomad con. 2 Each of the blowing Is else an Insured. against wlud proceeddiirg h wwhichh damages keep to which this hennce applies we a4 • ' a. Your'volunteer workers•only while performing duties related to the conduct of your business,or leged• your employees,'other than either your'executive officers."r(a you are enngbdbation other than • partnership,joint venture or limited liability company)or your managers(if you are a*oiled liabity company),but only for acts within the scope of their employment by you or whoa performing duties • related to the conduct of your bu sines,.However,none of Nese"employees"or"volunteer workers' • ' ere Insured for. • (1) 'Bodily injury'OF personal end advertising Injury': (a) To you,to your partners or members(if you area partnership or joint venture),to your members(d you are•limited haWli y company),to a co'enptoyee'wile In the course of his or her employment or perforating duties related to the conduct of your business.or to • _ your other volunteer workers•while performing duties related to he conduct of your business; . Includes copyrighted material of Insurance Services OSbe,Ino. CO 70 83 11 09 Page of Pa00 2efl0 OISOProporles,lna.2008 CG00a11207 q • • e. Coverage B does not apply to-personal and advertising injury'arising out of an offense committed • before you acquired or formed the orgenz°-an. • Exclusinsa hough n.do not apply to damage .0.Material Published Prior To Polley Period d. Coverage A does not apply b'product reul expense'arising out of any withdrawal or recall that by tire lo premises kywa rented to you or largo- ?Personal and advertising rganzs0bn. 7017...Pied by You with pennkabh d the el or written publication ofremelecdd wh�d • occurred orgarduuacquradd to below as owaeLAseperablkclofIneuranceappg to Ms D° 1. M coverage `IM puh6obon look place befo.fe the Y person or og.ent to (referred b babes as vends)will velour you agreed,bemuse ale written ror as described In Section 11—Links IX beginning sgswanee. dr ttepn►y P.M. °rooted or egreemar to provider Parana le an Nutted.but only with raspaotb r1 CrIMma Ada property damage arbing out al yourproducts•Ibal are dklribWd or sold b lha re r ne of the COVERAGE B PERSONAL AND ADVERTISING • vendofc business. INJURY LIABILITY 'Personal end advergeelg NNW ridaing oU of • However,no such 1.Inswing Agreement a aYMnal act committed by or of gm direatbn person or organization b an Insured with rasped to: Bfth.Inswed. • a. -Soddy injuy'or'property damage'for which the vendor is obligated to pay damages by reason of a.We eI pay Nose isms gat the Murad be- comma of'personal e n b PM a demo e.Centric l a V W llib damages assumption n,IbM t of send r would d have contract the absence f the contract does a ent. to lb0lldy for became of and adwerWlg injury lo Tama.and advernsgg InJ:aY for sddrh la damages Ihal ths vendor would haw I.the absence ollhe contract or agreement. wNdh Ms Insurance applies.We will have the mewed bee marred nabil7 In•oweact or b. Anyexprea warranty unauthorized by you; right and duty to defend tit.Insured against agreement.Thle axCtutbfl dose not apply to 1- any'WP welting those damages.tbwever, .ability for damgee WIN.InsuedwWd have e. Any physical or chemical change in'your product made Intentionally by the vendor, we wig have no duty to defend the Insured In the abea:ea the contractor wormed aMinsf any'sully seeking damages for'Per- f.DreadmIXCentred d. lb.Repackaging,except when unpacked solely for the purpose of inspection,demonregedt,testing,or tones end i g Injure b which Ms In- .paPpel end advarl the container, d'en of parts under instructions Iran Na manuhcrturer,and then repackaged b ties original • apply.Wa may,afar tlbae- skq nfumy aiahg out of eontelnec eon:Investigate any oRMSa and saga any beach of contract,except en bp'od con-, dam Want'mgt.may lean.But ,Oast b use motives advenntkhg kin Si your e. My figure b make such ben to make adjustments,tests or of business,servicing as the vendor has agreed to adwlyOr poP. dklnbollonoosale l undertakes to make b the usual course of business,In connection with the (i)-7he amoUnt•wa wig pay for damages Is • Wei Or Pedarmanu Of Goods-Fslturs Your products% Wiled as described In Section II—Umib 7 IXslerene.;and To Conform To Statements L Demonstration Installation,servicing or repair operation;except such operations perN mad al the (Z)Our rgihl and duty to defend era when we 'Persona and advancing INur?Mang out of vendors premises In connedbn with the sale MU.'your product.; haw wed up the eppleend nmit of Ines- die failure cl moils,products or services b per- Moe In Ns. mHam with any statements g. -Your products'which,aerdlcrhbulioe or sale by you,have been forthevor relebebdaused ass Uemenb under CoYOrooges lodgments e a rned4 romance wade in your'ads'eresenenr•a container,pen or ingredient of any oNSf thing or substance by or for the vendor. W expanses railer Coverage C. h.Wrong Deaulpflon Of PMem R 'Body injury'or'properiy damage arising out of the sob negrgence of the vendor for Ns own acts or No 001W capstan or nobly to pay mane or 'Personal and edvergsog Injury arising out of omissions a Nose of its employees a anyone else acting on Ns behalf.However,this exclusion perform ads or eerele se e is covered mime an- the wrong deocdpgm d the pd.of goads, does el epp7lo: Pads P lot under 6mpplemMlay Pay- products or seMcee staled In yma'adveertise- (I) The exceptions contabed in subparagraphs d,or L;or age;Aand B. mere. D.lid9 hauranu'epplea,lo'personal and erica- -I.InfrinpemeniIXCopyrlghl,Paint (2) Such Inspeafne,adjustments,tests or seracIng as the vendor hoe agreed to make or normally Ming ithyy caused by en Mims stamp WI Trademark Or Teeds Secret undertakes to make In the usual eau.of business,b connection with the dianbwion or sate of of your business but only H the offense was 'Personal and edverlabg 1 the products. coeondtted In...coverage'wart 0.0100 the . the IN1 gist, aten,out polo,perIed rd.gee of otheright,phial b90tty product or ayingnseppytoanyontabr ,enterng into,acmaabug or you haasouripo'your mw+r,trade r UM or other ade0ah.papally products',or any ingredient,Pal,or container,entering lets,eeoom containing ph 2,Exclusions 9Ne.Under UM 00tlASbn,such o0ha4VdIeo g any current or r products'. This insurance tloesrol apply b: Ind properly dghb do nob Indtde M Me d. vs.person or tedbu bly is an Insured sno respect ns he conduct ofanycurtenlor pasl Dannenhlp,joint e.Knowing Notation IXRlghlsIXMelhsn anothers'ativertbkg Idea In yer'adwertab venture Tkitedb UM company that Is not sham ass Named Insured in Ne Declarations. 'Parsed all.advertising mere. 11. INCIDENTAL MALPRACTICE LIABILITY p iMay loused by a However,this exctusbn doge not apply b In• at the direction of M Insured with the NNW- (rihge meat In your'advagsement•of,ropy- • As respects provision 10.,SECTION 11—WHO IS AN INSURED,paragraph 2.0.1 d does not a • edge that the act Would viol.Ihe rights d M- right bade drama ours a,emergent medical technician or l e I apply al any other end would InNtl'personBl and adverbs- � Y aged in business o o you ti provide pr radical or services,al Ng Yjuhe, ).Insureds Si,Media And Internet Type 'employee'provided that you are not engaged In the bushels or occupation of rlolog rag such Services,and your Busiasses whether other not have any other Insurance that would also cover other eking underthls provision, Q Material Published With KtaWledpeIX whether the other Insurance Is primary.excess,contingent or on any other basis. • Falsity 'Personal and+dshe6ahg ahlaY committed W Dr through policy as 'Fermat and adYerllanp YIJVh)n M of an Waxed whose buekote is.: Under SECTION Ill-LIMITS OF INSURANCE,provisions 12.thou h 14.of lab endorsement emend the II oral orwrliten publication a malarial,if by (It.AdverHdrg, bho 010enikg, publaig a follows or at the loss on of the IMaal shit kraut- 1°I°°°bnl( 1Z.AGGREGATE LIMBS PER PROJECT edge of IN(slaty. (2)Designing or delenobin0 control of Web- The General Aggregate LW'apples separately your construction projects away irons premises sites for others;or owned by or rented to you. pens a to each of • Includes copyrighted malarial of Insurance SeMes Office,Inc. liege of 16 0150 Properties,INS,2006 CG000112 Oct LT Pagel.el9 CG70631109 POLICY NUMBER:CPPi062100 NAMED INSURED:PAVECON,LID. (2) Cease any briner release,shipment consignment or any other method of distribution of Me or similar products unit N has been delemined that al such products are free from defects that card be a cause of bas under the Insurance. THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. 10. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Paragraph it Representations I.deleted and repbead with the hamming: EARLIER NOTICE OF CANCELLATION S. Representations PROVIDED BY US By ecceplbg this policy,you agree: a. The statements in the Declarations an accurate and complete; Number of Days Notice tit b. Those statements are based upon representations you made to us;end c. We have issued this poky In reliance upon your repres entations. For any SlelcaypernAledreason other then nonpayment of premium,tio mumborolda We have em issued coverage under Nls coverage for noticed canelloan Is Increased to the number of days shave In the Schedule IRAN. ss required We wit ge part if you unintentionally fail to disclose a1 hazards gas of the inception date of this poem.You must report to us any knowledge of an error or If Ma pdky is cancelled by us weld'sand the Nenhed Insured and any party bled In the'slowing omission In the description of any premises or operations Intended robe covered by the Coverage schedule notice ofencelaton based On the number of deye nonce shown above. Formes soon as practicable eler es discovery.However,this pronebn does not affect our right to collect addition°premium or exercise our right of cancellation or ronrenwal. 17.TRANSFER OF RIGHTS(BLANKET WAIVER OF SUBROGATION) SCHEDULE Paragraph O.Transfer of Rights Of Recovery Against Others To Us is deleted and replaced with the Name ofPe,soe or OrMnDNUOn BLANKET fok wing: a. trere Insured has nighties sewser all or part of any payment we have made under the Coverage Form, Melling Aridness ANY PERSON OR OROANIIATION WITH WHOM THE NAMED INSURED HAS those,gists ore bran°oned to us.The insured most do nothing OW loss to Impair Nam At our request the Insured veil bring'sue or transfer those rights b us and help us enforce them,kbwaver,tithe insured ENTERED INTOA WRITTEN CONTRACT REQUIRING WRITTEN NOTICE OF has waived nights to recover through a written contract a if'your wore was commenced herder a boa of CANCELLATION PER CERTIFICATES ON FILE WITH COMPANY.EXCEPT 10 DAYS Intent or work order,subld toe subsequent reduction In writing With customers whose customary NOTICE SHALL BE GIVEN FOR NON-PAYMENT contracts require a weber,we wales any might of recovery we may have under this Coverage Fenn. I9. EXTENDED NOTICE OF CANCELLATION AND NONRENEWAL Paragraph 2.h.of A.Cenceibllon of the COMMON POLICY CONDITIONS Is deleted and replaced with the following: b. 60 days before the effectve data of the cancellation H we cancel for any other reason, Under SECTION IV—COMMERCIAL GENERAL LIABILITY CONDITIONS,Paragraph 9.When We Do Nol Renew is deleted and replaced with Inc following. 9. When We Do Not Renew a. We may elect not to renew UM policy except that under the prorisbne of the Texas Insurance Code. we may not refuse to renew UM policy solely because the policyholder Is an elected official b. Ifwe elect not to renew this policy,we may do so by mating or delve ring to the first Named Insured, at the last molting address known bus,written notice of nomeneW°,stating the neaten for nonrenewal,at least 60 days below the expiration date.If notice Is mated Or delNeed less than 60 days before the expiation date,this policy will remain In effect until the 610 day alter the data on which the notice Is mailed or delivered.Earned pramurn!a any period of coverage that°Mende beyond the expiation date will be computed pro rob based on the previous year's premium o. If nonce is mated.proof of mating will be suR lent proof of notice. d. The transfer of policyholder between adrritled companion within the same insurance group Is not considered a eNsal to renew. 19. MOBILE EQUIPMENT REDEFINED Under SECTION V-DEFINRIONS,paragraph 12.'Mobil.equipment..paragraph L(1)does nor apply to self- IL 70 40 05 07 propelled vehicles of less than 1,000 pounds gross vehicle weight that are not designed ra highway use. Includes copyrighted materiel of Insurance Services Orrice,Inc. Page 5 ol9 CO 70 63 11 09 POLICY NUMBER: C03062079 NAMED INSURED, PAVBGON, LTD. POLICY Nt1Na4R:62062879 NAMED INSURED: PAVECON, LTD. THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. TO Ibis coverage does red applyMae there is a sp are«reserve'auto'evadable to you for you TEXAS ADVANTAGE operation. • COMMERCIAL AUTOMOBILE BROAD FORM ENDORSEMENT 7. AIRBAG COVERAGE Under SECTION El-PHYSICAL DAMAGE,B.EXCLUSIONS.paragraph D.k deleted and replaced by the This endorsement modifies Insurance provided under the Wowing: 3. We wind pay kw loss'caused by or resulting from any or the blowing unless caused by other loss' BUSINESS AUTO COVERAGE FORM that is covered by this insurance: With respect b coverage provided by this endorsement.the provisions of the Coverage Form appyunkss modified (1) Inch tdi�ae 0)oneehan ler ekclricalbreakdown.Ibwevb,Ws esWsion does not by the endorsement, discharge of an airbag. (2) Blowouts.punctures or other road damage to tires. The premium for this endorsement is S P. GLASS REPAIR-WAVER OF DEDUCTIBLE 1. BROAD FORM INSURED Section III-PHYSICAL DAMAGE COVERAGE,I).Deductible Is amended to odd the fdlowing: SECTION 11-LIABILITY COVERAGE.A.1.Who Is M Insured Is amended by the addition of the b1owinn No deductible apps to glass damage XII.glass's repaired rather then replaced. d. Any organization you newly acquire«fn,other than a partnership.W.tank..Iimaed WHO S. COLLISION COVERAGE-WAVER OF DEDUCTIBLE company.and over which you maintain ownership Or a malorily interest.Mt gldgyas a Named insured. Untie,Section III.PHYSICAL DAMAGE COVERAGE,D.DeducUble Is amended to add the following: However, (1) Coverage under this pnovkbn is afforded onyunt9lhs endgthe poky period: When literals a loss to your covered'who-Insured forCaltsion Coverage,no deductible will apply ti the loss (2) Coverage does rot apply to'eCdNents'«loss'that occurred before U was OF ACCIDEN aolher'wb'Inwred by u. Menhaden;and you acqu'vnd or the 10.KNOWLEDGE OF ACCIDENT (3) Coverage does red apply to an wgaNrationUW leanlosured under any gher porky«would be an Under SECTION IV-BUSINESS AUTO CONOITIONS,A.Lass Conditions.2.Duties in The Event Of Insured'but for As termination«hie exhausting or its Anil d Insurance, Accident.Claim.Still Or loss,paragraph Is deleted and replaced M the fobninp: . Any"employee'N yours using: a You must see to k that we are notified as soon as pmt kabkMan'ace deny,ctlm,'su7 or Ins'. Knowledge of an-accident..deL,,..,sdLo,loss'by your'employees'shall rot.in itself.constitute (1) A covered'auto'you do nt ovm hire o borrow,o a covered-atonot owned by he-employee'o knowledge 10)00 unless oneaty..panders.executive ofcers.d ctors.managers,omembers fir you a member of his or her household.wide perfuming duties retried to Ike conduct of your business« are a Folded&biycempeny)has knowledge of the'accident.,dainn.luit'or loss'.Notice should you personal affairs:or Include; (2) M'aWt'hired«retied nedere Contactor aweennenIInllW'employee's-name.with your (1) How,when and where the'accident'or loss'Occurred; permission.white performing duties related bhie conduct of your business.However.your (2) The Insureds'name and address;and 'employee"does not qualify as an Insured under this paragraph(2)while using a covered-.a.- rented from you«from any member of the"employee'Y household. (3) To the extent possiNe.the names and addresses of any Injured persona and witnesses. f. Your members,it you are a Smelled labilycompany,wide using a covered'auto you do not own.hire or 11.TRANSFER OP RIGHTS(BLANKETWAIVER OF SUBROGATION) horrow and Wile pedoming duties related to the conduct gyour business or your personal affairs. Under SECTION IV-BUSINESS AUTO CONDITIONS,A.Loss Conditions paragraph S.Transfer Of Welds g. Any person aorganization with whom you twee In written ennead,wrlen agreement an perm.to Of Recovery Metal Others To Us Is deleted and rplaced by the following: provide I n s u r a n c e such as Is afforded under this pokey.but only with respect to your covered'wlos% 5. Transfer Of Rlphls Of Recovery Against Others To Us blots provision does red apply: If any person or regantrab n to«f«wham we make payment under this Coverage Fonn has doh%to (1) Unless the written contract«agreement is executed or the permit k Issued prior the'badly infuy recover damages horn another,those rights are tonslerred to us.That person or organization must do `ProPertY damage'• everything necessary k secure our-rights and must do nothing ller'accident.priors'o impair them. (2) To any person or organization Included as an Insured However, Nebmredhas waked sights m redmeeredhoe a wale...bat o rWYWwak was by an endorsement or In the Declarations;or commenced under a leter ol Want or work order.wb(M b e subsequent reduction In milting erewith p) To any e01010)aulos'unless. customers Mole custom. contracts model a waive-we wake any dght el rsmtwry we may have under Cis Coverage Farm. (a) The lease agreement requires you to provide dined primary Insurance for the lessor; (b) The'auto'is leased cathode drker;and includes copyrighted materiel or insurance Stokes Office,Inc. Includes copyrighted makrie of insurance Services 06Ke.Inc CA71121109 Pagel of Pogo 4of5 G 711411 09 • • POLICY NIRIBER: G2062879 NANED INSURED: PAVECON, LTD. • 12.UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS • Under SECTION IV•BUSINESS AUTO CONDITIONS,B.General Conditions,paragraph 2. -POLICY NUMBER:G2asaa79 COMMERCIAL AUTO Un Concealment.Misrepresentation Or Fraud's amended by tine addition of the following: CA 11 6510 07 • We cal not deny coverage lender this Coverage Form II you unintentionally fail to disclose all hazards This ENDORSEMENT CHANGES THE POLICY.'PLEAS!READ re CAREPULIY. existing as of the inception date of the pokey.You must report to us any knowledge of an wafer omission In your representations as soon as practicable Aber its discovery.This provision does not affect our fight to mited ariditftlprerNrnA«a=emi9eoW right oleaneda&m«mnrenewaL D_ESIGNATED INSURED•PRIMARY COVERAGE- 13.BLANKET COVERAGE FOR CERTAIN OPERATIONS IN CONNECTION WITH RAILROADS When required by written contract«wrinen Vsendorseminl mattes bvxan4lwNdedurder the • W enreq agreement.the delnitlon urinated contract'Is amended - BUSINESS AUTO COVERAGE FORM — The exception curtained In paragraph H.l.retaUrg to construction or demolgan operetbns on«within 50 feet of e reload;and The pwkbes oldie Coverage Form apply unless changed by Ws erdoisannert —Paragraph H.a. TNS endOesbbestNirlges Phs°Ms)O!ee3.1.11 n(o)04oer0 Insured ceder llk Who is An knWCd are deleted with respect to the use of a covered'auto'In operations 1«,or effecting.a railroad. Wavkbn d the[wrerope Form.• - _ • This endorsement changes the poky on the Inception date el the poky.unless another dale is shown below. Endo, ewe EO eo noe 7/1/2013.' Couders;gned By.• —Named Insured all a Ltd. •I (AWrorized Itnpeo nladve)• (No erwy mayappe.r above.Xw.Wormed.,ro complete this endorsement is to the Declarations.) • • Sendon ll-Unbily CoLerago.A Coverage,1.YAP Is M lnaond Is encoded to add: • Any Pawnor Orgwizauon with wham yet.lure MScared;mbar Massa requinas, - L gat Pen am OrOf Pak adoi b bra added as ea'hpued'eeder_d¢potty,and b yyb,be prMe.yso noncontpbutwyb any Stie pfuance waAabfe olio Person,or. Each suchpewngogentzation k an insured f«Liabity Covoaga..They sra wlosered'.oriyi bat nelson - ««pmvMbn k an Insured'under to SECTION II of the GOveage Farm • The sen*ed between Use Nenod tweed end the person or organization is an'Imured conkacr. • • • • • • • 1 ledodes mpyrlghkd material oithe Insurance Se Iles Once.Iraq.vAh n 0s permissio • CA 71 OS 19.07. Insuznce,sbvkos Office..1998. Pew loll Includes copyrighted material of Insurance Services Olfice,Inc I CA71 1211 09 Page 5 of 5 I• POLICY N014055.022062/79 WILD INSURED,PAVKON,LTD. ' T • POLICY NUMBER:NC-2061853 MANED INSURED:NONCOM,LTD. INS ENDORSEMENT CHANGES THE POUCY.PLEASE READ IT CAREFULLY. THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. • EARLIER NOTICE OF CANCELLATION EARLIER NOTICE OF CANCELLATION PROVIDED BY US PROVIDED BY US • Number a Dan Nodka SO Number of Day.Welke 30 Fa any eta Wtorgy permitted reasenohar than nospeymwt of parrilunathe number of days reamed for notice of cane ledon Is ly pnMlled rwumol ar Woo nor, immense to IM mrmM,of days Yawn In the Schedule them. Increased to the,comber of days aaowi h the Schedule.bat..aeMMm.IM,comb«of days Haired fa notice of nrowarfen Is If this poRey is canceled by us we WE sand IM Named Inland and any party Eelad In the following,echedla notice of orcaWbn If dip poky le canceeed by w we will send the Named Insured end bend on the number of day+nonce chose above. baud en the number of days •^Y party hied in tM lolew4rg schedule notice of ancm'letbn Ys rotice+Mwn Mere, SCHEDULE SCHEDULE Name°f lawspn or OrgenhaUw Name of Parson Or Orgwtred. The Herne of Wrsen or Orgardretlon Y any pawn If agaoltsdw Itoldbg•guNW.t&of W otanke Tha Nemo of Pon.or Chgarisatirse Is Issued for you,provided the cueflcate: Pend/a you.aa6dsd tl,a notiutOYS••M person°r aWlmtbn heeling•eMXMS of Maureen 1. Ratan to Ole policy: 1. Wpm le this poky: 2. States that notice oh 2. BIM.that notice of: e.Caroeleddv: A.NoS;or 0.CCanceled..a rww c.Material change reducing or restdotne sewerage; b,NoawawN;or C.Alepnpl News reducing or rennmtw c°vwege; we be prodded to anal parson or ogarMtbn: ME be provided to Nn person a orgarimNet; 3. S In ellen et Ow lima of We: 3. phelpa ntM time of Met a.Cancellation: b.Nonreneweb Or a.Cancelled.: e.Martenal change redwing a reabktiw coverage;and b.Matelot cMnse'Mucky a rnlgethp coverage:overage;utl 4. Is on file M your went or Woer'e office for this pesky, 4. Is on Na et YREI went or banter's oflke for this policy. M•llhg Addase MaMng Address The Melling Adonis Is the 30des•shown for that person es ogpNMtian In that certificate el TM Melling Address I.dm eddress Mown for diet Insurance. Insurance. Puaw a agNUlion In that cwiMcep of IL70460607 11 70 46 06 07 • FORNIN0 PART OF POLICY NUNBBR: 1000020196 NAN60 INSURED, Pavecen, Ltd. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 A • ' - I�o01 I EXCESS LIABILITY POLICY FORM TEXAS WAIVER OF OUR RIONT TO RECOVER,FROM OTHERS ENDORSEMENT TN+erdenorrronl appOy only to the Irwsiaros pwMm by the pocky 1aoGYep Trees Is aMWn In Ilwg J.A.of Various provisions h this Policy restrict coverage. Read the entire Paley carefully to determine rights, the information Pogo. _ duties and what is and is red covered. We ban Om pint t weever our payments bon rowans 11.pb for an In(wy covered by this policy,we wet net Throughout this Policy,the wads you and your refer to 1M Named Tweed as shown In ITEM 1.of the pre against IM Person or organhalkin named In Ma Schedule,but this weber apples only with Declarations.The words ore,Us and our refer to the Company shown In the Dedamllon providing this weir to bodly kWh,arising out ol the Dian Ibrg dose/bad In the Schedule wham you no towboat by• Insurance, wrote.oentreat to onset lids wove,f ' •• Ode en onern t elate rot sporere directly a b°tlmclly to benen anyone not nand In RN Nolted da: I The wed Insured means the Named Insured and any person or organization qualifying as an Insured In • The prenrlum lot rob endeteemenl le shown Map*SdNdub, - _ the First Undedylrp Insurance Pdky[s), but My to Iha dent to noPich each person(s)a • Seeedub �Pdic�(s)qualify as an Insured in the Fhb Urdetfyig Insurance Policy(es)M the Inception data of 1. I ISpeNOO Weber CMrgechord°rb qualify for o°ygrage�anhalbns must comply with SECTION IV.CONDITIONS,D. None of parson nr tirdanlullon Wads and phrases that appear in quotation marks have special meaning.Refer to SECTION III. • DEFINITIONS,or to the epedfic section,of this Policy Where such words appear. SECTION I.COVERAGE • A. We via pay at behalf of the Insured the'Ultimata Net Loss In excess of be'Undedyiog IXIRlwbvl WNVN - - Insurance'as shown In ITEM S.of the Declarations,War We Insured becomes legally oblgated to •An - pay for loss or damage to witch this Insurance apples and that takes pate In the Coverage• woly �an s°ro.t II.,Ia whom tlw N.m.•bnaurad hoe owed by wrnten,konawl m banish 5.1 Territory.Except for the remits,definitions,°ondli°ns and exdusiona d Ws Policy We coverage I provided bF his Po y aMl follow Wo lemma,definitions,conditions and exclusions d We 2. Operations:. • ying Insurance Pobcy(les)shown In ITEM S.A.of the Declarations. B. Regadlose of any other Warranties,terms.conditions,exclusions or limdations of Ws Poky,if any J P oum - TI premium dune la this aM -" applicable Underlying Insurance Pd s)does not cover' Net Loss'for reasons other m shag be o 0.0 pm0d 1 f IM warmth.dovetopad en payroll In Wan exhaustion et As ImR of lability by payment of Balms or sags,then this Policy will not cover lion with work performed la Ills above passe-7M oe oigenlaaWnId ageing out of IM igerhtbns such'Ultimate Net Lass'. • 4. Advance Prennen - C. The amount we will pay for the'Ultimate Net Loss h Ihotod tie described In SECTION II.LIMITS OF INSURANCE. SECTION II.LIMITS OF INSURANCE i A. The Lhn'ta d Insurance shown N 0n0 DedamII0,1,and We,Wes below desoibe IM most we wit • pay regardless of We number d: 1. Insureds, 2. Claims made or suits brought;or • J. ParsoM or organizations making darns or bringing suits. • S. The Limos of Insurance of this Policy will apply as Wows' 1. This Policy applies only in excess of the'Underlying Insurance scheduled in ITEM 5.of the i • 11th morn 1111101f1 dbin Ile poRky a which h b ellarlwd rd le. effective the dam hewed Mesa•darrdst waled. Cod lotions ITN Wormed.Eileen babes p n°Wr d only when lIe wNaswnwt N breed sob wt''lo prepared.ndo...the tie:':l 2, If our Units 01,1.r/ranee stated in ITEM 4.d the Declarations are bss than the total Lhnils of EMa IEtletllw 7/1/]012 Poky No,IIC]0¢]ae0 Odwewwnt tip. vacon, Lsd. P s Insurance staled h ITEM 4.of the Declarations,than cur Lints of Insurance shall be that proportion d Ied'Ultimate Net Loss'to which our limits d Insurance apply to the total Limits of • //� Insurance slated in ITEM d,of the Declarations and apply only in excess of the total Limits of • bwn.rc•Compa,ry cpr.rtadohed M f ..L� 'Underlying insurance scheduled in ITEM S.of the DedaraWns. • XS-100(10118) Page a.110 U Pb Inl'Uytgyls Gnutett:17al� ya MaWlryeempwn,Nl AgMarrmM Ropengre.b:e.ad dW N+parminlx Instructions For Bonds A. The surety on each bond must be a responsible surety company that is qualified to do business in Texas and satisfactory to the Owner. B. The name and residence of each individual party to the bond shall be inserted in the body thereof, and each such party shall sign the bond with his usual signature on the line opposite the scroll seal, and if signed in Maine, Massachusetts or New Hampshire, an adhesive seal shall be affixed opposite the signature. C. If the principals are partners, their individual names will appear in the body of the bond, with the recital that they are partners composing a firm, naming it, and all the members of the firm shall execute the bond as individuals. D. The signature of a witness shall appear in the appropriate place, attesting the signature of each individual party to the bond. E. If the principal or surety is a corporation, the name of the State in which incorporated shall be inserted in the appropriate place in the body of the bond, and said instrument shall be executed and attested under the corporate seal, the fact shall be stated, in which case a scroll or adhesive seal shall appear following the corporate name. F. The official character and authority of the person or persons executing the bond for the principal, if a corporation, shall be certified by the secretary or assistant secretary according to the form attached hereto. In lieu of such certificate, records of the corporation as will show the official character and authority of the officer signing, duly certified by the secretary or assistant secretary, under the corporate seal, to be true copies. G. The date of this bond must not be prior to the date of the contract in connection with which it is given. 2 -9 Contract Documents Bond #929573737 PERFORMANCE BOND STATE OF TEXAS } COUNTY OF DALLAS } KNOW ALL MEN BY THESE PRESENTS: That Pavecon, Ltd• whose address is 3022 Roy Orr Blvd., Grand Prairie, TX 75050 hereinafter called Principal, and Continental Casualty Company a corporation organized and existing under the laws of the State of IL , and fully licensed to transact business in the State of Texas as Surety, are held and firmly bound unto the CITY OF COPPELL, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called "Beneficiary", in the penal sum of One million five hundred sixty, thousand three hundred twenty-four & 00/100ths DOLLARS ($_1.560.324.00 ) in lawful money of the United States, to be paid in Dallas County, Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors,administrators and successors jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas,the Principal entered into a certain Contract with the City of Coppell, the Beneficiary, dated the loth of September ,A.D.20 13 ,which is made a part hereof by reference,for the construction of certain public improvements that are generally described as follows: Construction of the: Tax 2011C Sandy Lake Road Pavement Repair Denton Tap to Kimbel Kourt Bid No.Q-0813-02 NOW,THEREFORE, if the Principal shall well,truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the plans, specifications and Contract documents during the original term thereof and any extension thereof which may be granted by the Beneficiary, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived;and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of 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 or deficiency,then this obligation shall be void;otherwise,it shall remain in full force and effect. 2-10 Contract Documents PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue shall lie in Dallas County,Texas. AND PROVIDED FURTHER,that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the Work to be performed thereunder or the specifications accompanying the same shall in anyway affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time,alteration or addition to the terms of the Contract,or to the Work or to the Specifications. This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code,and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Dallas County or Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the insurance Code,Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF,this instrument is executed in 2 copies,each one of which shall be deemed an original,this loth day of September ,20 13_ . . PRINCIPAL SURETY Pavecon, Ltd ,,,4111111 Continent.l Casual.y Com.=ny By: II BY / �ii-®ii 1I Title: (Ar e i,,r4,t1C ` Title: . ichael D. Hendrickson, Attorney-in-Fact Y-in Fact ATTEST: �t ATTEST: 6 (- Patricia—gmith. Witness Resident Agent of the S. -. in Dallas or Denton *Linty,Texas,for delivery of notice and service of the process is: NAME: Michael D. Hendrickson - IBTX Risk services ,- ADDRESS:, _6363 N. State,Highway..161, Suite 100. Irving, TX 75038 NOTE: Date of Performance Bond must be date of Contract.. If Resident Agent is not corporation,give person's name. 2-1.1 Contract Documents Bond No. 929573737 PAYMENT BOND STATE OF TEXAS } COUNTY OF DALLAS } KNOW ALL MEN BY THESE PRESENTS: That Pavecon, Ltd. whose address is 3022 Roy Orr Blvd., Grand Prairie,_TX ,750.50_ .. , hereinafter called Principal, and Continental Casualty Company , a corporation organized and existing under the laws of the State of_ __,IL and fully licensed to transact business in the State of Texas as Surety, are held and firmly bound unto the CITY OF COPPELL, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called 'Beneficiary", in the penal sum of One million five hundred sixty thousand three hundred twenty-four and 00/100ths DOLLARS ($ 1,560,324.00 ) in lawful money of the United States, to be paid in Dallas County, Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract with the City. of Coppell,dated the 10th of September ,A.D. 20 13 , which is made a part hereof by reference, for the construction of certain public improvements that are generally described as follows: Construction of the: Tax 2011C Sandy Lake Road Pavement Repair Denton Tap to Kimbel Kourt Bid No.Q-0813-02 NOW,THEREFORE, if the Principal shall well,truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in said Contract and any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modification to the Surety is hereby expressly waived, then this obligation shall be void;otherwise it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue shall lie in Dallas County,Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change,extension of time,alteration or addition to the terms of the Contract or to the Work to be performed thereunder or the Plans,Specifications,Drawings,etc.,accompanying the same,shall in anyway affect its obligation on this Bond,and it does hereby waive notice of any such 2-12 Contract Documents change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder. This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code,and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Dallas County or Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the insurance Code,Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF,this instrument is executed in 2 copies,each one of which shall be deemed an original,this loth day of .September ,20 13 , PRINCIPAL SURETY Pavecon, Ltd. Continental Casualty Co pany By: BY: .1A111:10./yzi, .40 s Title: Prc ,Oi_4u,c' Title:Michael D. Hendrickson, Attorney-in-Fact A klualik ATTEST: IJ ) NL bt� Patricia Smith, Witness The Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and service of the process is: NAME: Michael D. Hendrickson - IBTX Risk Services ADDRESS: 6363 N. State Highway 161, Suite 100, Irving, TX 75038 NOTE Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name. 2-13 Contract Documents Bond No. 929573737 MAINTENANCE BOND STATE OF TEXAS } COUNTY OF DALLAS } KNOW ALL MEN BY THESE PRESENTS: THAT Pavecon, Ltd. 3022 Roy Orr Blvd., Grand Prairie, TX 750Principal, and Continental Casualty Company , a corporation organized under the laws of IL ,as sureties, do hereby expressly acknowledge themselves to be held and bound to pay unto the City of Coppell , a Municipal Corporation, Texas, the sum of *" Dollars and Cents ($1,sso,324.00 ), for the payment of which sum will and truly be made unto said City of Coppell , and its successors,said principal and sureties do hereby bind themselves,their assigns and successors jointly and severally. THIS obligation is conditioned; however, that whereas, the said Pavecon, Ltd. has this day entered into a written contract with the said City of Coppell to build and construct Tax 2011C Sandy Lake Road Pavement Repair,Denton Tap to Kimbel Kourt, Bid No. Q-0813-02, which contract and the plans and specifications therein mentioned, adopted by the city of_.Coppell 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 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 **One million five hundred sixty thousand three hundred twenty-four and 00/l00ths 1-14 Contract Documents IN WITNESS WHEREOF, the said Pavecon, Ltd. has caused these presents to be executed by and the said Continental Casualty Company has caused these presents to be executed by its Attorney in fact and the said Atto,rneyinfact Michael D. Hendrickson , has hereunto set his hand,the _ Toth day of September ;20 13 . PRINCIPAL SURETY Pavecon, Ltd. Continental Casualty Company By: By: '. �G '. `iw%i//i ,f0 .! Title: / ,� Title: ichael D. Hendrickson, Attorney-in-Fact _. TTEST C1)7 _ 6-1'3 --- �--- Patricia Smith, Witness NOTE: Date of Maintenance Bond must not be prior to date of Contract. 2-15 Contract Documents POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That Continental Casualty Company,an Illinois insurance company,National Fire Insurance Company of Hartford,an Illinois insurance company,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania insurance company(herein called "the CNA Companies"),are duly organized and existing insurance companies having their principal offices in the City of Chicago,and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make,constitute and appoint Pat J Moore,Gary W Wheatley,Bryan K Moore,Clark D Fresher,Betty J Reeh,Individually,of San Antonio,TX Michael D Hendrickson,Individually,of Irving,TX their true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature -In Unlimited Amounts- and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney,pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law and Resolutions,printed on the reverse hereof,duly adopted,as indicated,by the Boards of Directors of the insurance companies. In Witness Whereof,the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 26th day of June,2013. G [T} Continental Casualty Company! oRq4,0F 0aar0F„ National Fire Insurance Company of Hartford coNP:RArfyy American Cas alty Company of Reading,Pennsylvania �; �UI9021 u SEAL �r O 1897 woe • Paul T.Bruflat Vice President State of South Dakota,County of Minnehaha,ss: On this 26th day of June,2013,before me personally came Paul T.Bruflat to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota;that he is a Vice President of Continental Casualty Company,an Illinois insurance company, National Fire Insurance Company of Hartford,an Illinois insurance company,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania insurance company described in and which executed the above instrument;that he knows the seals of said insurance companies;that the seals affixed to the said instrument are such corporate seals;that they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said insurance companies. J.MaBo NOTARYPUBLIC e/ FJ+L SOUTH DAKOTA My Commission Expires June 23,2015 J.Mohr Notary Public CERTIFICATE 1,D.Bult,Assistant Secretary of Continental Casualty Company,an Illinois insurance company,National Fire Insurance Company of Hartford,an Illinois insurance company,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania insurance company do hereby certify that the Power of Attorney herein above set forth is still in force,and further certify that the By-Law and Resolution of the Board of Directors of the insurance companies printed on the reverse hereof is still in fo e. In testimony whereof I have reunto subscribed my name and affixed the seal of the said t insurance companies this O day of_ye `t-C_YY\bt;: , &O t 3 GASUq[r 1HSURq aaANroe Continental Casualty Company s� — �F tia�° National Fire Insurance Company of Hartford coRPo Arf % n g ORiR ilko : ; $ ANC aArro . American Casualty Company of Reading,Pennsylvania • a° IUtY 11, y 0i� SEAL) °� V e 1902 too HA•06° • D.Bult Assistant Secretary Form F6853-4/2012 • Authorizing By-Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company at a meeting held on May 12,1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents,agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents,agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T.Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of Continental Casualty Company. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25th day of April,2012: "Whereas,the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the"Authorized Officers") to execute various policies,bonds,undertakings and other obligatory instruments of like nature;and Whcreas,from time to time,the signature of the Authorized Officers,in addition to being provided in original,hard copy format,may be provided via facsimile or otherwise in an electronic format(collectively,"Electronic Signatures");Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents,agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents,agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of National fire Insurance Company of Hartford. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25th day of April,2012: "Whereas,the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers(the"Authorized Officers") to execute various policies,bonds,undertakings and other obligatory instruments of like nature;and Whereas,from time to time,the signature of the Authorized Officers,in addition to being provided in original,hard copy format,may be provided via facsimile or otherwise in an electronic format(collectively,"Electronic Signatures");Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING,PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents,agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents,agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat,Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of American Casualty.Company of Reading,Pennsylvania. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25th day of April,2012: "Whereas,the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers(the"Authorized Officers")to execute various policies,bonds,undertakings and other obligatory instruments of like nature;and Whereas,from time to time,the signature of the Authorized Officers,in addition to being provided in original,hard copy formal,may be provided via facsimile or otherwise in an electronic format(collectively,"Electronic Signatures");Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." • State of Texas Claim Notice Endorsement To be attached to and form a part of Bond No, 929573737 In accordance with Section 2253.021(f) of the Texas Government Code and Section 53.202(6) of the Texas Property Code any notice of claim to the named surety under this bond(s) should be sent to: CNA Surety 333 South Wabash Chicago, IL 60604 Telephone: (312) 822-5000 Form F6944 Figure: 28 TAC§1.601(a)(3) 1 IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una queja: 2 You may contact Continental Casualty Company, Puede comunicarse con Continental Casualty National Fire Insurance Company,American Company,National Fire Insurance Company, Casualty Company or Continental Insurance American Casualty Company or Continental Company at 312-822-5000. Insurance Company al 312-822-5000. 3 You may call Continental Casualty Company, Usted puede Ilamar al numero de telefono gratis de National Fire Insurance Company,American Continental Casualty Company,National Fire Casualty Company or Continental Insurance Insurance Company,American Casualty Company or Company's toll-free telephone number for Continental Insurance Company's para informacion o information or to make a complaint at: para someter una queja al: 1-877-672-6115 1-877-672-6115 4 You may also write to Continental Casualty Usted tambien puede escribir a Continental Casualty Company,National Fire Insurance Company, Company,National Fire Insurance Company, American Casualty Company or Continental American Casualty Company or Continental Insurance Company at: Insurance Company: CNA Surety CNA Surety 333 South Wabash 333 South Wabash Chicago,IL 60604 Chicago,IL 60604 5 You may contact the Texas Department of Puede comunicarse con el Departamento de Seguros Insurance to obtain Information on companies, de Texas para obtener informacion acerca de coverages, rights or complaints at: companias, coberturas, derechos o quejas al: 1-800-252-3439 1-800-252-3439 6 You may write the Texas Department of Puede escribir al Departamento de Seguros de Insurance: Texas: P.O. Box 149104 P.O. Box 149104 Austin,TX 78714-9104 Austin,TX 78714-9104 Fax: (512)475-1771 Fax: (512)475-1771 Web: http://www.tdi.state.tx.us Web: http://www.tdi.state.tx.us E-Mail: ConsumerProtection @tdi.state.tx.us E-Mail: ConsumerProtection @tdi.state.tx.us 7 PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Should you have a dispute concerning your Si tiene una disputa concerniente a su prima o a premium or about a claim you should contact un reclamo,debe comunicarse con el Continental Continental Casualty Company,National Fire Casualty Company,National Fire Insurance Insurance Company,American Casualty Company Company,American Casualty Company or or Continental Insurance Company first. If the Continental Insurance Company primero. Si nose dispute is not resolved,you may contact the Texas resuelve la disputa,puede entonces comunicarse Department of Insurance. con el departamento(TDI). 8 ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA: Este aviso es This notice is for information only and does not solo para proposito de informacion y no se become a part or condition of the attached convierte en parte o condicion del documento document. adjunto. Form F8277 SECTION 3 STANDARD SPECIFICATIONS SUPPLEMENTARY CONDITIONS T H E C 1 T Y O F COPPELL 1' O CITY OF COPPELL SUPPLEMENTARY CONDITIONS TO THE NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS GENERAL PROVISIONS THESE SUPPLEMENTARY CONDITIONS AMEND THE STANDARD SPECIFICATIONS FOR THE PUBLIC WORKS CONSTRUCTION —NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS, FOURTH EDITION AS INDICATED BELOW. ALL PROVISIONS WHICH ARE NOT AMENDED OR SUPPLEMENTED REMAIN IN FULL FORCE AND EFFECT. ALL PROVISIONS AMENDED REMAIN IN FULL FORCE AND EFFECT AS AMENDED. DIVISION 100: GENERAL PROVISIONS ITEM 101. — DEFINITIONS & ABBREVIATIONS SC -101.1 Engineer: The word "Engineer" in these contract documents and specifications shall be understood as referring to CITY ENGINEER, City of Coppell, P.O. Box 9478, Coppell, TX 75019, Engineer of the Owner, or such other representatives as may be authorized by said owner to act in any particular position. Owner: The word "Owner" in these contract documents and specifications refers to the CITY OF COPPELL acting through its authorized representatives. Calendar DU: Add the following sentence to the end of the working days definitions: "Hours worked before 8:00 a.m. or after 5:00 p.m., all weekends and holidays are subject to overtime. Overtime request or scheduled testing must be made in writing and approved by the City of Coppell. Seventy - two hours notice required. All overtime incurred by the City for inspection services and any overtime incurred by the testing laboratory shall be paid by the Contractor. If not paid, such cost may be deducted from partial payments." The pay rate scale for Inspector overtime charges will be $54/hr. All other terms used in these Supplementary Conditions which are defined in the General Provisions shall have the same meanings used in the General Provisions. 3 -2 Standard Specifications Supplementary Conditions ITEM 103.3 — SURETY BONDS SC- 103.3.1 Add following sentence to Item 103.3.1: "Maintenance Bond shall be required in the amount of 50% of the cost of the public improvements for a 2 year period." ITEM 103.4 - INSURANCE SC- 103.4.6 Add the following new item: 103.4.6 If OWNER requests in writing that other special insurance be included in the property insurance policy, CONTRACTOR shall, if possible, include such insurance, and the cost thereof will be charged to OWNER by appropriate Change Order or Written Amendment. Prior to commencement of the Work at the site, CONTRACTOR shall in writing advise OWNER whether or not such other insurance has been procured by CONTRACTOR." SC- 103.4.7 Add the following new item: "103.4.7 CONTRACTOR intends that any policies provided in response to Item 1.26 shall protect all of the parties' insured and provide coverage for all losses and damages caused by the perils covered thereby. Accordingly, all such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurer will have no rights of recovery against any of the parties named as insured or additional insured, and if such waiver forms are required of any Subcontractor, CONTRACTOR will obtain the same." ITEM 103.6 - NOTICE TO PROCEED AND COMMENCEMENT OF WORK SC -103.6 Add following sentence to end of Item 103.6. "Before Contractor starts the Work at the site, a conference attended by Contractor, Engineer and others as appropriate will be held to discuss the schedules referred to in Items 105.3, 108.1 and 109.5.1, to discuss procedures for handling Shop Drawings and other submittals and for processing Applications for Payment, and to establish a working understanding among the parties as to the Work." 3 -3 Standard Specifications Supplementary Conditions ITEM 104.2 - CHANGE OR MODIFICATION OF CONTRACT SC- 104.2.1 104.2.1 Amend the last sentence in Paragraph two of Item 104.2.1 to delete the following "except as provided below." Add the following sentence to the end of paragraph two in Item 104.2.1. "The unit price of an item of Unit Price Work shall be subject to re- evaluation and adjustment under the following conditions: ITEM 105.1— CONTRACT DOCUMENTS SC- 105.1.1 Add the following language at the end of the Item 105.1.1: "If there is any conflict between the provisions of the Contract Documents and any such referenced standard specifications, manuals or codes, the provisions of the Contract Documents shall take precedence over that of any standard specifications, manuals or codes." SC- 105.1.3 Amend the first sentence of Item 105.1.3 by changing "such copies" to be "five copies ". Add the following to the end of Item 105.1.3: "In the preparation of Drawings and Specifications, ENGINEER has established and relied upon the City of Coppell Standard Construction Details were used for pavement depth and subgrade preparation. The Contractor is responsible for obtaining a copy of these standards prior to beginning construction. The Contractor may take borings at the site to satisfy himself as to subsurface conditions." ITEM 105.2 - WORKMANSHIP, WARRANTIES AND GUARANTEES SC- 105.2.2 Amend the first sentence of Item 105.2.2 to change the words "one year" to "two years ". ITEM 105.4 — CONSTRUCTION STAKES SC -105.4 Delete Item 105.4 in its entirety and insert the following in lieu thereof: "Construction stakes /surveying shall be provided by the CONTRACTOR. Monumentation has been provided for establishing vertical and horizontal control. The Contractor shall be responsible for 3 -4 Standard Specifications Supplementary Conditions establishing all lines and grades, and the precise location of all proposed facilities. The ENGINEER may make checks as the Work progresses to verify lines and grades established by the Contractor to determine the conformance of the completed Work as it progresses with the requirements of the construction documents. Such checking by the Engineer shall not relieve the Contractor of his responsibility to perform all Work in connection with Contract Drawings and Specifications and to the lines and grades given therein." ITEM 107.3 - OWNER'S OFFICERS, EMPLOYEES OR AGENTS SC- 107.3.2 Replace Item 107.3.2 with the following new paragraph: "107.3.2 Conflict of Interest City Charter states that no officer of the City shall have a financial interest, direct or indirect, in any contract with the City, nor shall be financially interested, directly or indirectly, in the sale to the City of any land, or rights or interest in any land, materials, supplies or services. This prohibition does not apply when the interest is represented by ownership of stock in a corporation involved, provided such stock ownership amounts to less than one percent (1 %) of the corporation stock. Any violation of this prohibition will constitute malfeasance in office. Any officer or employee of the City found guilty thereof should thereby forfeit his office or position. Any violation of this prohibition with the knowledge, expressed or implied, of the persons or corporations contracting with the City shall render the contract voidable by the City Manager or the City Council. The Contractor represents that no employee or officer of the City has an interest in the Contractor." ITEM 107.14 - STATE AND LOCAL SALES AND USE TAXES SC- 107.14 Delete Item 107.14 and substitute the following in lieu thereof: "107.14 Recent legislation has removed the sales tax exemption previously provided by Section 151.311 of the Tax Code covering tangible personal property purchased by a contractor for use in the performance of a contract for the improvement of City -owned realty. It is still possible, however, for a contractor to make tax -free purchase of tangible personal property, which will be incorporated into and become part of a City construction project through the use of a "separated contract" with the City. A "separated contract" is one, which separates charges for materials from charges for labor. Under such a contract, the contractor becomes a "seller" of those materials, which are incorporated into the project, such as bricks, lumber, concrete, paint, etc. The contractor issues a resale certificate in lieu of paying the sales tax at the time such items are purchased. The contractor then receives an exemption certificate from the city for those materials. (This procedure may not be used, however, for 3 -5 Standard Specifications Supplementary Conditions materials, which do not become a part of the finished product. For example, equipment rentals, form materials, etc. are not considered as becoming "incorporated" into the project). Utilization of this "separated contract" approach eliminates the need for bidders to figure in sales tax for materials, which are to be incorporated into the project. The successful bidder's bid form will be used to develop the "separated contract" and will determine the extent of the tax exemption. Upon execution of the construction contract, the contractor shall furnish a breakdown (per item) of 1) materials incorporated into the project; and 2) labor, equipment, supervision and materials not incorporated into the project." ITEM 107.19 - PROTECTION OF WORK AND OF PERSONS AND PROPERTY SC- 107.19.2.1 Add the following new Item 107.19.2.1 immediately after Item 107.19.2: "107.19.2.1 Should CONTRACTOR cause damage to the work or property of any separate Contractor at the site, or should any claim arising out of CONTRACTOR'S, OWNER, ENGINEER, Consulting Engineer or any other person, CONTRACTOR shall promptly attempt to settle with such other Contractor by agreement, or to otherwise resolve the dispute by arbitration or at law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold OWNER, ENGINEER and Consulting Engineer harmless from and against all claims, damages, losses and expenses (including, but not limited to, fees of engineers, architects, attorneys and other professionals and court and arbitration costs) arising directly, indirectly or consequentially out of any action, legal or equitable, brought by any separate Contractor against OWNER, ENGINEER or Consulting Engineer to the extent based on a claim arising out of CONTRACTOR'S performance of the Work. Should a separate Contractor cause damage to the work or property of CONTRACTOR or should the performance of work by any separate Contractor at the site give rise to any other claim, CONTRACTOR shall not institute any action, legal or equitable, against OWNER, ENGINEER or Consulting Engineer or permit any action against any of them to be maintained and continued in its name or for its benefit in any court or before any arbiter which seeks to impose liability on or to recover damages from OWNER, ENGINEER or Consulting Engineer on account of any such damage or claim. If CONTRACTOR is delayed at any time in performing or furnishing Work by any act or neglect of a separate Contractor and OWNER and CONTRACTOR are unable to agree as to the extent of any adjustment in Contract Time attributable thereto, CONTRACTOR may make a claim for an extension of time in accordance with Item 1.36. An extension of the Contract Time shall be CONTRACTOR's exclusive remedy with respect to OWNER, ENGINEER and Consulting Engineer for any delay, disruption, interference or hindrance caused by any separate Contractor." 3 -6 Standard Specifications Supplementary Conditions ITEM 107.23 — EXISTING STRUCTURES, FACILITIES AND APPURTENANCES SC- 107.23.2a Add the following new Item 107.23.2a immediately after Item 107.23.2: "107.23.2a Existing Utilities and Sewer Lines: The Contractor shall be responsible for the protection of all existing utilities or service lines crossed or exposed by the construction operations. Where existing utilities or service lines are cut, broken or damaged, the CONTRACTOR shall replace the utilities or service lines with the same type of original construction, or better, at his own cost and expense. This includes any and all irrigation systems, whether or not they are identified on the plans. If it is necessary to change or move the property of any owner or of a public utility, such property shall not be moved or interfered with until authorized by the ENGINEER. The right is reserved to the owner of any public utility to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by the performance of this contract." ITEM 108.1— PROGRESS SCHEDULE SC -108.1 Amend the first sentence of Item 108.1 by adding the following at the beginning of the sentence: "If requested by Owner, Engineer or Contractor ". ITEM 108.3 - OTHER CONTRACTORS; OBLIGATION TO COOPERATE SC -108.3 Delete the last sentence of the second paragraph and substitute the following in lieu thereof: "In such event, Contractor shall be entitled to an extension of working time only for unavoidable delays verified by the Engineers, as provided in Item 108.8; however, no increase in the contract price shall be due the Contractor." Insert the following sentence at the end of the second paragraph of Item 108.3: "The ENGINEER shall coordinate such other work with the CONTRACTOR and schedule events to minimize delay caused to the CONTRACTOR. No additional time shall be given to the CONTRACTOR of such related work except as provided in Item 108.8." 3 -7 Standard Specifications Supplementary Conditions ITEM 108.8 - DELAYS; EXTENSION OF TIME; LIQUIDATED DAMAGES SC -108.8 Add the following at the end of the last paragraph in Item 108.8: "No extension of the contract time shall be allowed unless the CONTRACTOR can demonstrate the delay caused an adverse impact to the critical path and that loss of time cannot be made up by revising the sequence of the work of the project." DIVISION 200: SITE PROTECTION AND PREPARATION ITEM 203 —.SITE PREPARATION: 203.3.2 Add the following sentence after the second sentence: "The method of protection shall be 2 inch by 4 inch wood railing unless otherwise shown on the Plans or directed by the Engineer." ITEM 203.7 - EMBANKMENT: 203.7.3. Strike the first sentence and replace with the following: "Earth embedment and select material shall be compacted to between 95 percent and 100 percent of Standard Proctor Density as determined by ASTM D -698 at, or up to five (5) percentage points above, optimum moisture content, using mechanical compaction methods, unless otherwise specified in the Plans or Specifications." DIVISION 300: ROADWAY CONSTRUCTION ITEM 303. — PORTLAND CEMENT CONCRETE PAVEMENT: 303.2.4 Mineral Admixtures. Delete paragraph 303.2.4 in its entirety. The use of Fly Ash as an admixture in any Class of concrete is specifically prohibited without written approval of the Engineer. ITEM 303.5 - CONSTRUCTION METHODS: 303.5.4 Joints 303.5.4.2 Expansion Joints: Replace with the following: "Expansion joints shall be installed perpendicularly to the surface and centerline of the pavement. Expansion Joint material shall be redwood boards, 3/4 -inch in width, and extended through curbs. Expansion joints are to be installed at each end of radius at street intersections. Expansion joints shall be equally spaced between intersections with not less than one every 200 linear feet of pavement, unless otherwise specified on the Plans or directed by the Engineer. 3 -8 Standard Specifications Supplementary Conditions 303.5.4.2.3 Proximity to Existing Structures: Add to end of sentence, "or as directed by the Engineer ". 303.5.4.3 Contraction Joints. Delete the first sentence of the first paragraph and insert the following: "Contraction or dummy joints shall be sawed to T/4 inches in depth, and 1/4 inch in width, and installed every 20 linear feet of pavement, and extend through curb, unless otherwise directed by the Engineer." 303.5.6 Finishing. 303.5.6.1 Machine. Add the following paragraph at the end of this subsection: "Fog sprays powered by pressure pumps, and capable of covering the entire area of freshly placed concrete with a fine mist, shall be used if water is needed for finishing operations." 303.5.6.2 Hand. Add a new paragraph after first paragraph which reads as follows: "Fog sprays powered by pressure pumps, and capable of covering the entire area of freshly placed concrete with a fine mist, shall be used if water is needed for finishing operations." DIVISION 500: UNDERGROUND CONSTRUCTION AND APPURTENANCES ITEM 504. — OPEN CUT - BACKFILL: 504.2.3.3.3 Additional Requirements (2) Additional Requirements for Type "B" back ill when used in streets: Insert the following paragraph at the beginning of this subsection: "All trench back ill shall be compacted to between 95 percent and 100 percent of Standard Proctor Density as determined by ASTM D -698 at, or up to five (5) percentage points above, optimum moisture content, using mechanical compaction methods unless otherwise specified in the Plans. Water jetting maybe used paly with specific written permission of the Engineer." ITEM 504.5 - EMBEDMENT: 504.5.3.2 Compaction. 504.5.3.2.1 Densities - Areas Not Subjected to or Influenced by Vehicular Traffic. Amend the second sentence by striking the words "to a density comparable with adjacent undisturbed material" and replacing with "to a density between 95 percent and 100 percent Standard Proctor Density as determined by ASTM D -698 at, or up to five (5) percentage points above, optimum moisture content, unless otherwise specified in the Plans or directed by the Engineer." 3 -9 Standard Specifications Supplementary Conditions DIVISION 800: MISCELLANEOUS CONSTRUCTION & MATERIALS ITEM 803 —.SLOPE AND CHANNEL PROTECTION: 803.3.3 Riprap Construction Methods 803.3.3.6 Mortar Riprap. Add the sentence: "Mortar or concrete type shall be approved by the Engineer and shall conform to A.S.T.M. C 387 -83." 3 -10 Standard Specifications Supplementary Conditions SECTION 4 SPECIFIC PROJECT REQUIREMENTS T H E C 1 T Y O F COPPELL SPECIFIC PROJECT REQUIREMENTS The construction specifications, which apply to this project are the Standard Specifications for Public Works Construction - North Central Texas Council of Governments Fourth Edition. The following Specific Project Requirements contain general and specific project requirements applicable to this project in the City of Coppell. These individual specifications control for this project. Additional amendments to the NCTCOG Standard Specifications are contained in Section 3 - Supplementary Conditions to the Standard Specifications for Construction. In the event that an item is not covered in the Project Drawings (Construction Plans) and these Specifications, then the Standard Specifications for the City of Coppell, Texas shall apply. In addition, reference to the following shall be considered as referring to the specifications or Method of Test as set forth by these organizations and shall be considered as part of the Specifications when referenced. A.S.A. American Standards Association A.S.T.M. American Society of Testing Materials A.A.S.H.T.O. American Association of State Highway & Transportation Officials A.C.I. American Concrete Institute A.W.S. American Welding Society A.W.W.A. American Water Works Association S.S.P.C. Steel Structures Painting Council, Federal Specifications Treasury Department U.L. Underwriters Laboratories N.E.M.A. National Electrical Manufacturers Association W.P.C.F. Water Pollution Control Federation TX.DOT Texas Department of Transportation C.D.G.S. City of Dallas General Specifications S.S.P.W.C.N.C.T. Standard Specifications for Public Works Construction North Central Texas T.M.U.T.C.D. Texas Manual on Uniform Traffic Control Devices 4 -2 Specific Project Requirements 1.1 OWNER: The "OWNER" or "City" as referred to in these Specifications is the City of Coppell, 255 Parkway Boulevard, P.O. Box 9478, Coppell, Texas 75019. 1.2 ENGINEER: The "Engineer" as referred to in these Specifications is the City Engineer, City of Coppell, Engineer of the Owner, or such other representatives as may be authorized by said owner to act in any particular position. 1.3 STANDARD CONSTRUCTION SPECIFICATIONS FOR THE CITY OF COPPELL: All improvements described in this Proposal and Construction Drawings shall be performed in accordance with the Project Drawings and Specifications. In the event that an item is not covered in the Project Drawings and Specifications, then the City of Coppell Standard Construction Details (Ord. 42006- 1129), and Appendix `C' Design Criteria and Standards in the City of Coppell Subdivision Ordinance (Ord. 494 -643) shall apply. 1.4 SITE: The Contractor shall limit his work to the area shown on the Project Drawings as within the street right -of -way. Entrance onto private property shall be at the expressed approval of the ENGINEER, only. 1.5 PROJECT DESCRIPTION: This work will consist of the repair of extensive street failures in Sandy Lake Road, and mudjacking over utility trench lines to avoid additional pavement failures. This work also includes the construction of a left turn bay with median nose, stamped concrete, and relocation of lighting and landscaping to accommodate the construction. The work shall consist of the reconstruction of 7,400 square yards of 8" concrete pavement removal and replacement, including over excavation of subgrade, and import of CTB. The project also includes mudjacking of suspected void areas, construction of a left turn bay, and installation of traffic buttons and pavement markings. Work shall include all components necessary for the "turn key" construction of the project as shown in the plans for the Tax 2011C Sandy Lake Road Pavement Repair, Denton Tap to Kimbel Kourt project. It will also be necessary to maintain access to the adjacent properties at all times on both streets. The project contractor shall be responsible for all traffic control and any additional work necessary to maintain the safe operation of traffic through the project site. 1.6 EXPLANATION OF CONTRACT TIME: In the event the Contractor completes the contract prior to the expiration of the Original Contract Time, the Owner will pay the Contractor an incentive payment of the Daily Value amount specified in Item 19 of the Instructions to Bidders in the Contract Documents for each calendar day the actual completion date precedes the Original Contract Time and subject to the conditions set forth below. The term "Original Contract Time" as used herein will mean the number of calendar days established by the Contractor for completion of the work of the Contract on the date the Contract was executed. The term "calendar day" as used in this Article will mean every day shown on the calendar. Calendar days will be 4 -3 Specific Project Requirements consecutively counted from commencement of Contract Time regardless of weather, weekends, holidays, suspensions of Contractor's operations, delays or other events as described herein. For purposes of the calculation and the determination of entitlement to the incentive payment stated above, the Original Contract Time will not be adjusted for any reason, cause or circumstance whatsoever, regardless of fault, save and except in the instance of a catastrophic event (i.e., war, invasion, riot, declared state of emergency, national strike, or other situations as declared by the Owner). The parties anticipate that delays may be caused by or arise from any number of events during the course of the Contract, including, but not limited to, work performed, disruptions, permitting issues, actions of suppliers, subcontractors or other contractors, actions by third parties, weather, weekends, holidays, or other such events, forces or factors sometimes experienced in roadway construction work. Such delays or events and their potential impacts on performance by the Contractor are specifically contemplated and acknowledged by the parties in entering into this Contract, and shall not extend the Original Contract Time for purposes of calculation of the incentive payment set forth above. Further, any and all costs or impacts whatsoever incurred by the Contractor in accelerating the Contractor's work to overcome or absorb such delays or events in an effort to complete the Contract prior to expiration of the Original Contract Time, regardless of whether the Contractor successfully does so or not, shall be the sole responsibility of the Contractor in every instance. In the event the project is altered by work deleted, change orders, supplemental agreements, utility conflicts, design changes or defects, extra work, right of way issues, or other situations which are not the fault of or a direct result of contractor negligence which may impact the critical path of the project construction schedule, the Owner may choose to negotiate the extension or reduction of the Original Contract Time with the Contractor. In the event of a catastrophic event (i.e., war, invasion, riot, declared state of emergency, national strike, or other situations as declared by the Owner) directly and substantially affecting the Contractor's operations on the Contract, the Contractor and the Owner shall agree as to the number of calendar days to extend the Original Contract Time so that such extended Original Contract Time, will be used in calculation of any incentive payment. In the event the Contractor and Owner are unable to agree to the number of calendar days to extend the Original Contract Time, the Owner shall unilaterally determine the number of calendar days to extend the Original contract Time reasonably and necessary and due solely to such catastrophic event and the Contractor shall have no right whatsoever to contest such determination, save and except that the Contractor establishes that the number of calendar days determined by the Owner were arbitrary or without any reasonable basis. The Contractor shall have no rights under the Contract to make any claim arising out of this incentive payment provision except as is expressly set forth in this Provision. As conditions precedent to the Contractor's entitlement to any incentive the Contractor must: 1. Actually complete all Contract requirements, including the completion of all punch list work, and obtain final acceptance by the Owner prior to expiration of the Original Contract Time. 2. The Contractor shall notify the Owner in writing, within 30 days after the final acceptance of the Contract by the Owner, that the Contractor elects to be paid the incentive payment which the Contractor is eligible to be paid based on the actual final 4 -4 Specific Project Requirements acceptance date, and such written notice shall constitute a full and complete waiver, release and acknowledgement of satisfaction by the Contractor of any and all claims, causes of action, issues, demands, disputes, matters or controversies, of any nature or kind whatsoever, known or unknown, against the Owner, its employees, officers, agents, representatives, consultants, and their respective employees, officers and representatives, the Contractor has or may have, including, but not limited to, work performed, work deleted, change orders, supplemental agreements, delays, disruptions, differing site conditions, utility conflicts, design changes or defects, time extensions, extra work, right of way issues, permitting issues, actions of suppliers or subcontractors or other contractors, actions by third parties, shop drawing approval process delays, expansion of the physical limits of the project to make it functional, weather, weekends, holidays, suspensions of Contractor's operations, extended or unabsorbed home office or job site overhead, lump sum maintenance of traffic adjustments, lost profits, prime mark -up on subcontractor work, acceleration costs, any and all direct and indirect costs, any other adverse impacts, events, conditions, circumstances or potential damages, on or pertaining to, or as to or arising out of the Contract. This waiver, release and acknowledgement of satisfaction shall be all- inclusive and absolute, save and except any routine Owner final estimating quantity adjustments. Should the Contractor fail to actually complete the Contract and obtain final acceptance by the Owner prior to expiration of the Original Contract Time, or should the contractor, having timely completed the Contract and obtained final acceptance by the Owner prior to expiration of the Original Contract Time, but having failed to timely request the incentive payment for any reason, and including but not limited to the Contractor choosing not to fully waive, release and acknowledge satisfaction as set forth in (2) above, the Contractor shall have no right to any payment whatsoever under this Article. Notwithstanding the Contractor's election or non - election of the incentive under this provision, the disincentive provision applies to all circumstances where the work in the Contract is not finally accepted by the Original Contract Time. Should the Contractor fail to complete the Contract on or before the expiration of the Original Contract Time, as adjusted in accordance with the provisions above, the Owner shall deduct from the moneys due the Contractor the Daily Value specified in the Contract Documents for each calendar day completion exceeds the Original Contract Time. This deduction shall be the disincentive for the Contractor's failing to timely complete the Contract. This shall be strictly enforced. In the event the Contractor elects to exercise this incentive payment provision, should this provision conflict with any other provision of the Contract; the Contract shall be interpreted in accordance with this provision. Any reference to "Substantially Complete" shall be interpreted to be complete with the Contract with no work remaining on the project. 1.7 SAFETY PRECAUTIONS: The Contractor shall comply with all applicable laws including the Occupational Safety and Health Act of 1970, ordinances, rules, regulations and order of any public authority have jurisdiction for the safety of persons or property to protect them from damage, injury or loss. He shall erect and maintain, as required by 4 -5 Specific Project Requirements existing conditions and progress of the work, all reasonable safeguards for safety and protection, including posting danger signs and other warnings against hazards, promulgating safety regulations and notifying owners and users of adjacent utilities. 1.8 SOIL INVESTIGATION: A geotechnical investigation report has not been prepared for this project. The City of Coppell Standard Construction Details were used for pavement depth and subgrade preparation. The Contractor shall visit the site and acquaint himself with the site conditions. 1.9 SURVEY AND FINISHED GRADES: Horizontal and vertical control is provided by the owner as shown on the plans. The Contractor shall be responsible for layout and staking of all grades and lines for construction utilizing qualified survey personnel. The Contractor shall preserve all stakes or markings until authorized by the Engineer to remove same. The Contractor shall bear the cost of the re- establishing any control or construction stakes destroyed by either him or a third party and shall assume the entire expense of rectifying work improperly constructed due to failure to maintain established points and marks. No separate payment shall be made to the Contractor for construction staking which shall be considered incidental to the project and payments made under specific Pay Items shall be considered as full compensation for these requirements. 1.10 CONFORMITY WITH DRAWINGS: All work shall conform to the lines, grades, cross - sections, and dimensions shown on the Drawings. Any deviation from the Drawings which may be required by the exigencies of construction will be determined by the Engineer and authorized by him in writing. 1.11 TESTING LABORATORY SERVICE: The Owner shall make arrangements with an independent laboratory acceptable for testing as required by the construction plans and standard specifications. The Contractor shall bear all related costs of retests, or re- inspections. The Contractor shall notify the ENGINEER in a timely manner of when and where tests or inspections are to be made so that they may be present. One copy shall be provided to the contractor of all reports and laboratory test results. Testing by the Owner does not alleviate the contractors' responsibility for his own quality assurance /quality control testing. Contractor shall replace any deficient construction items. 1.12 SUSPENSION OF WORK: If the work should be stopped or suspended under any order of the court, or other public authority, the Owner may at any time during suspension upon seven days written notice to the Contractor, terminate the Contract. In such an event, the Owner shall be liable only for payment for all work completed plus a reasonable cost for any expenses resulting from the termination of the Contract, but such expenses shall not exceed $5,000. 1.13 PRESERVATION OF TREES: Permission of the Engineer must be obtained for removal of trees that obstruct the installation of the improvements as outlined for this project in these Contract Documents. The penalty for the removal or destruction of a tree without obtaining written permission from the Engineer shall be $500.00 per caliper inch payable to the 4 -6 Specific Project Requirements Owner. If damage is occurring or is likely to continue, tree guards shall be erected when so directed by the Engineer at the Contractor's expense. 1.14 COOPERATION OF CONTRACTOR: The Contractor shall have on the project at all times, as his agent, a competent Superintendent capable of reading the plans and specifications and thoroughly experienced in the type of work being performed. The Superintendent shall have full authority to execute orders or directions and to promptly supply such materials, equipment, tools, labor and incidentals as may be required. Such superintendence shall be furnished irrespective of the amount of work contracted. The Superintendent and the Contractor shall be responsible for supervision of all work performed by the subcontractor at all times during construction. 1.15 WARNING DEVICES: The Contractor shall have the responsibility to provide and maintain all warning devices and take all precautionary measures required by law to protect persons and property while said persons or property are approaching, leaving or within the work site or any area adjacent to said work site. Compensation will be paid to the Contractor for the installation or maintenance of any warning devices, barricades, lights, signs or any other precautionary measures required by law for the protection of persons or property under pay item to Furnish, Install and Maintain Traffic Control Devices. The Contractor shall assume all duties owned by the City of Coppell to the general public in connection with the general public's immediate approach to and travel through the work site and area adjacent to said work site. Where the work is carried on, in, or adjacent to, any street, alley, sidewalk, public right -of- way or public place, the Contractor shall at his own cost and expense provide such flagmen and watchmen and furnish, erect and maintain such warning devices, barricades, lights, signs and other precautionary measures for the protection of persons or property as are required by law. The Contractor shall submit a traffic control plan to be reviewed by the City prior to the beginning of work. In preparing the traffic control plan, the contractor shall take into account that the project will be constructed in multiple phases. The Contractor's responsibility for providing and maintaining flagmen, watchmen, warning devices, barricades, signs, and lights, and other precautionary measures shall not cease until the project shall have been fully and finally accepted by the Owner. If the Engineer discovers that the Contractor has failed to comply with the applicable federal and state law (by failing to furnish the necessary flagmen, warning devices, barricades, lights, signs or other precautionary measures for the protection of persons or property), the Engineer may order such additional precautionary measures as required by law to be taken to protect persons and property, and to be reimbursed by the Contractor for any expense incurred in ordering such additional precautionary measures. In addition, the Contractor will be held responsible for all damages to the work and other public or private property due to the failure of warning devices, barricades, signs, lights, or other precautionary measures in protecting said property, and whenever evidence is found of 4 -7 Specific Project Requirements such damage, the Engineer may order the damaged portion immediately removed and replaced by and at the cost and expense of the Contractor. If the damages are not corrected in a timely fashion, then the City shall have the right to repair the damage and charge the cost back to the Contractor. All of this work is considered incidental to pay item I -48 — Traffic Control. 1.16 EXISTING UTILITIES, STRUCTURES AND OTHER PROPERTY: In regards to existing utilities, structures and other property within, crossing or adjacent to the site, the Contractor understands and accepts the following conditions: a. Prior to any excavation, the Contractor shall determine the locations of all existing water, gas sewer, electric, telephone, telegraph, television, and other underground utilities and structures. This includes the water and sanitary sewer services. b. After commencing the work, the Contractor will use every precaution to avoid interferences with existing underground and surface utilities and structures, and protect them from damage. C. Where the locations of existing underground and surface utilities and structures are indicated, these locations are generally approximate, and all items that may be encountered during the work are not necessarily indicated. The Contractor shall determine the exact locations of all items indicated, and the existence and locations of all items not indicated. d. The Contractor shall repair or pay for all damage caused by his operations to all existing utilities, public property, and private property, whether it is below ground or above ground, and he shall bear sole responsibility to settle the total cost of all damage suits which may arise as a result of his operations. e. To avoid unnecessary interferences or delays, the Contractor shall coordinate all utility removals, replacements and construction directly with the appropriate utility company. 1.17 DRAINAGE: The Contractor shall maintain adequate drainage at all times. 1.18 PROJECT MAINTENANCE: The Contractor shall maintain, and keep in good repair, the improvements covered by these plans and specifications during the life of the contract. 1.19 CLEANUP: During Construction. The contractor shall at all times keep the job site as free from all material, debris and rubbish as is practicable and shall remove same from any portion of the job site when it becomes objectionable or interferes with the progress of the project, and/or when requested to do so by the Owner. 4 -8 Specific Project Requirements Final. Upon completion of the work, the Contractor shall remove from the site all plant, materials, tools and equipment belonging to him and leave the site with an appearance acceptable to the Engineer and the Owner. The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean, polished and new - appearing condition. 1.20 INSPECTION: The word "Inspection" or other forms of the word, as used in the contract documents for this project shall be understood as meaning an Owner's agent will observe the construction on behalf of the Owner. The agent will observe and check the construction in sufficient detail to satisfy himself that the work is proceeding in general accordance with the contract documents, but he will not be a guarantor of the Contractor's performance. 1.21 DISPOSAL OF WASTE AND SURPLUS EXCAVATION: All trees, stumps, slashings, brush or other debris removed from the site as a preliminary to the construction of the various improvements shall be removed from the property by the Contractor. Any required burning and/or disposal permits shall be the sole responsibility of the Contractor. All excavated materials in excess of that required for backfilling shall be removed from the job site and disposed of in a satisfactory manner by the Contractor. 1.22 WATER FOR CONSTRUCTION: The Contractor shall make the necessary arrangement for securing and transporting all water required in the construction of this project, including water required for mixing of concrete, sprinkling, testing, flushing, flooding, or jetting. The Contractor shall provide water as required at his own expense. 1.23 GUARANTEE: All work shall be guaranteed against defects resulting from the use of inferior materials, equipment or workmanship for a period of two (2) years from the date of final completion and acceptance of the project. 4 -9 Specific Project Requirements SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 1.1 GENERAL: A. Contractor to submit Shop Drawings, Product Data and Samples as required by the Contract Documents and as specified in other sections of the specifications. 1.2 SHOP DRAWINGS: A. As soon as practicable after contract award, submit to the Engineer, for review, the required number of bound copies of shop drawings of all items as specified in the various sections of these specifications, accompanied by letters of transmittal. B. Shop drawings shall include: Manufacturer's catalog sheets and /or descriptive data for materials and equipment; showing dimensions, performance characteristics, and capacities and other pertinent information as required to obtain approval of the items involved. C. No work requiring shop drawings will be executed until review and acceptance of such drawings has been obtained. 1.3 PRODUCT DATA: A. Preparation: 1. Clearly mark each copy to identify pertinent products or models. 2. Show performance characteristics and capacities. 3. Show dimensions and clearances required. B. Manufacturers standard schematic drawings and diagrams: 1. Modify drawings and diagrams to delete information that is not applicable to the work. 2. Supplement standard information to provide information specifically applicable to the work. 1.4 SAMPLES: Provide samples as indicated in other parts of these specifications. 1.5 CONTRACTOR RESPONSIBILITIES: A. Review Shop Drawings and Product Data prior to submission. B. Determine and verify: 1. Field measurements. 2. Field construction criteria. 3. Catalog numbers and similar data. 4. Conformance with specifications. 4 -10 Specific Project Requirements C. Coordinate each submittal with requirements of the work and of the Contract Documents. D. Begin no work that requires submittals until return of submittals with Engineer's review. E. Keep one (1) approved copy of shop drawings or product data at job site at all times. 1.6 SUBMISSION REQUIREMENTS: A. Make submittals promptly and in such sequence as to cause no delay in the work or in the work of any other contractor. B. Number of submittals required: 1. For shop drawings and product data: Submit the number of copies that the contractor requires, plus two that will be retained by the Engineer. C. Submittals shall contain: 1. The date of submission and the dates of any previous submissions. 2. The project title. 3. The names of: a. Contractor b. Supplier C. Manufacturer 4. Identification of the product. 5. Field dimensions, clearly identified as such. 6. Relation to adjacent or critical features of the work or materials. 7. Applicable standards, such as ASTM or Federal Specification numbers. 8. Identification of deviations from Contract Documents. 9. Identification of revisions on re- submittals. 10. Contractor's stamp, initialed or signed, certifying to review of submittal, verification of products, field measurements and field construction criteria, and coordination of the information within the submittal with requirements of the work and of Contract Documents. 11. Fabrication and erection drawings lists and schedules. 12. Basis of design and design calculations signed and sealed by a registered professional engineer. 13. Seal and signature of a registered engineer on all structural submittals. 1. Shop drawing and product data information review will be general. Such review will not relieve the contractor of any responsibility and work required by the Contract. 2. Satisfactory shop drawings will be so designated and all sets, except four (4), returned to the Contractor. Rejected shop drawings will be so designated 4 -11 Specific Project Requirements and all sets except two (2) will be returned to the Contractor, with indications of the required corrections and changes. 3. Rejected shop drawings will be corrected and resubmitted to the Engineer for Acceptance. 1.7 RESUBMISSION REQUIREMENTS: A. Make any corrections or changes in the submittals required by the Engineer and resubmit until accepted. B. Shop Drawings and Product Data: 1. Revise initial drawings or data, and resubmit as specified for the initial submittal. 2. Indicate any changes that have been made other than those requested by the Engineer. 1.8 ENGINEER'S RESPONSIBILITIES: A. Review submittals with reasonable promptness. B. Affix stamp and initials or signature, and indicate requirements for re- submittal, or acceptance of submittal. C. Return submittals to Contractor for distribution, or for resubmission. 4 -12 Specific Project Requirements SECTION 5 DESCRIPTION OF PAY ITEMS SECTION 5 - DESCRIPTION OF PAY ITEMS This section includes comments concerning various Pay Items so that the CONTRACTOR can fully understand the scope of work involved in the Pay Items. 1. Construction No Pay Items: All work necessary for the orderly completion of the project, but not specifically included as a pay item in the Proposal, shall be considered subsidiary to the Contract and no separate or additional payment will be made therefore. For example, there shall be no separate payment for the following: (a) removal and replacement of any signs, with the exception of the new sign paid under various Bid Items, (b) removal of spoils, (c) water for construction, (d) surveying to establish grade, (d) maintenance of streets during construction, (e) sprinkling for dust control, (f) project trailer if needed, and/or (g) any other incidentals necessary to complete the work whether directly called out within the plans or implied. 2. Construction Pay Items: Pay items as listed in the proposal shall be measured and paid for in accordance with the applicable measurement and payment paragraphs in the Standard Specifications for Public Works Construction - North Central Texas Council of Governments Fourth Edition, unless modified by these special provisions. All work for this project shall be governed by the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition, the City of Coppell Standard Construction Details (Ord. 42006 - 1129), and Appendix "C" Design Criteria and Standards in the City of Coppell Subdivision Ordinance (Ord. 494 -643), together with any additional Supplementary Conditions, Specific Project Requirements, General Notes or Description of Pay Items included herein. 2.1. Pay Item #I -1— Mobilization: This pay item shall include the mobilization and demobilization for the construction of the project.. This pay item shall be inclusive of any and all mobilizations and demobilizations associated with the project. Mobilization shall be defined as all necessary equipment, supplies, materials, and personnel on the job site ready to begin construction. Note: The total amount bid for Mobilization & Demobilization shall not exceed five percent (5 %) of the Base Bid amount, exclusive of this pay item (adiusted contract amount). Measurement and payment shall be as follows: Ten percent (10 %) of the amount bid shall be paid with the first pay estimate following mobilization. On all subsequent pay estimates, payment shall be prorated on the basis of the value of the adjusted contract amount completed. Prorated payment shall be as follows: When 1% of the adjusted contract amount has been earned, 50% of lump sum bid for mobilization, less retainage, will be paid. When 5% of the adjusted contract amount has been earned, 75% of the lump sum bid for mobilization, less retainage, will be paid. When 10% of the adjusted contract amount has been earned, 90% of the lump sum bid for mobilization, less retainage, will be paid. Payment for the remaining 10% of the lump sum bid for mobilization, less retainage, will be paid on the next monthly estimate following the 90% payment. Payment shall be 5 -2 Description of Pay Items total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work. 2.2. Pay Item #I -2 — Furnish, Install, and Maintain Project Signs: This pay item shall consist of the installation of project signage on the east and west ends of Sandy Lake Road. Each sign shall be constructed in accordance with the details found in Section 6 of the Specifications. If the city logo cannot be produced as an integral part of the sign, the City will furnish the City logo. The contractor will be responsible for maintenance of the sign for the duration of the project. Any debris, graffiti, or damage caused by any means shall be cleaned or repaired by the contractor at no additional cost to the city. Measurement and payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.3. Pay Item #I -3 — Prepare and Implement Traffic Control Plan: This work includes developing and preparing a Traffic Control Plan, and then implementing and maintaining the required traffic control devices during each phase of construction as shown and/or indicated on the plans or as determined by the Engineer, in accordance with the appropriate details and specifications, including the TMUTCD. Inclusive with this pay item is the requirement for adequate notification and instruction (i.e., printed notices delivered to individual homes and businesses, electronic message boards, signage, etc.) to be given to adjacent property owners and to the traveling public regarding interruptions or changes to established traffic flow patterns to, from and along the work site. This work also includes the use of flagman, if necessary, to control traffic in an orderly manner as it enters, exits and/or passes through the construction area, as well as the installation and removal of all temporary riding surfaces. Additionally, the Contractor shall maintain the existing roadway and temporary riding surfaces in a safe driving condition at all times during construction. The Contractor shall provide, utilize and update one (1) message board for each direction of traffic affected by the work, with the location and message to be determined during construction. Traffic control plans and updates shall be provided to the Engineer for review prior to construction or modifying any traffic flow (changing lanes, road closures, changing a street to one way, etc.). Any lane reductions on divided streets will require the use of an arrow board as described in the TMUTCD. Measurement and payment for traffic control work performed and materials furnished shall be made on the basis of the price per price bid per lump sum (LS) and shall be total compensation for furnishing and /or operating all labor, materials, tools, equipment and other incidentals necessary to complete all phases of the work. Payment will be made on a prorated basis, with the percentage based on the amount of time bid on the contract. In the event the contractor exceeds the time bid on the contract, no additional compensation will be paid under this pay item. 5-3 Description of Pay Items 2.4. Pay Item #I4 — Prepare and Implement Storm Water Pollution Prevention Plan(SWPPP): This pay item shall consist of furnishing, installing, maintaining and removing erosion controls throughout the duration of the project in accordance with the Texas Commission on Environmental Quality permitting requirements for construction projects that disturb one (1) or more acres. Under the Texas Pollution Discharge Elimination System (TDPES) general construction permit TXR 150000, the operator with control of construction plans and specifications (Owner) and the operator with day -to -day operational control (Contractor) are required to obtain a permit for the discharge of storm water runoff The Contractor shall be required to prepare and implement a single comprehensive site specific Storm Water Pollution Prevention Plan (SWPPP) for the entire construction site. The Owner and the Contractor shall independently: (1) sign the SWPPP, (2) submit an NOI, and (3) post a site notice as part of the permit. The SWPPP must describe and insure the implementation of best management practices that will be used to reduce, to the maximum extent possible, the pollutants and storm water discharges associated with the construction activity and insure compliance with the terms and conditions of the permit. The SWPPP must clearly indicate which operator is responsible for satisfying each shared requirement of the SWPPP. The SWPPP shall be subject to approval by the Owner and must be retained on -site during the term of the construction. Notice must be posted if the SWPPP is retained off -site. Measurement and payment shall be made on the basis of the price bid per lump sum (LS) for preparation and implementation of the SWPPP. This includes any necessary revisions to the Erosion Control Plan throughout the term of construction and the installation, sequencing, and maintenance of structural control measures throughout the term of construction. Payment shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work and payment shall be prorated throughout the term of construction based on the calendar days. 2.5. Pay Item #I -5 — Remove & Replace 4" Concrete Sidewalk: This work includes the removal and replacement of 4" concrete sidewalks at the locations shown in the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications. All material removed from the job site shall be transported and legally disposed off -site by the contractor. Concrete to be removed shall be sawed full -depth through the existing reinforcement along even straight lines as shown on the plans or as established by the Engineer, in accordance with NCTCOG Item 402.3. Once concrete improvements are removed, exposed surfaces shall be roughened to allow adequate bonding of new concrete. Epoxy grout 43x18" dowel bars into end of existing concrete. This operation shall be inspected and approved by the Engineer prior to placement of new concrete. All concrete used for sidewalk shall be Class "A" concrete with a minimum cement content of 5 sacks per cubic yard and minimum compressive strength of 3,000 psi at 28 days. No fly ash will be permitted. 5-4 Description of Pay Items All sidewalk construction shall be in compliance with the Texas Accessibility Act Article 9102 of the Texas Civil Statute as administered by the Texas Department of Licensing and Regulations. Any sidewalk found to be in noncompliance shall be removed and brought to compliance at the Contractor's sole expense. Measurement and payment for reinforced concrete sidewalk work performed and materials furnished completed and in place as provided herein shall be made on the basis of the price bid per square foot (SF) in accordance with NCTCOG Item 305.2, and shall be total compensation for furnishing and /or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 2.6. Pay Item #I -6 — Remove & Replace 8" Concrete Paving: This work includes the removal and replacement of 8" reinforced concrete pavement including integral curb at the locations shown on the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications. All material removed from the job site shall be transported and legally disposed off -site by the contractor. Concrete to be removed shall be sawed full -depth through the existing reinforcement along even straight lines as shown on the plans or as established by the Engineer, in accordance with NCTCOG Item 402.3. Any existing improvements beyond these limits, which are damaged or destroyed by the construction shall be removed and replaced at the Contractor's expense. Once concrete improvements are removed, exposed surfaces shall be roughened to allow adequate bonding of new concrete. Epoxy grout 44x24" dowel bars into end of existing concrete. This operation shall be inspected and approved by the Engineer prior to placement of new concrete. The removal of concrete curb that is integral to any concrete pavement, which is to be removed as part of this work, shall not be paid for directly but shall be considered subsidiary to this pay item. All concrete removal shall be subsidiary to this pay item. The removal of any asphalt patch material shall be considered subsidiary to this pay item. Asphalt removed under this pay item shall be properly disposed of. The thickness of the existing concrete is approximately 8 ", but may vary. In order to match the existing grade, the contractor may import additional base material, or may pour extra concrete back. In either case, no additional payment will be made under this pay item. All concrete used for concrete paving shall be Class "C" concrete with minimum cement content of 6 sacks per cubic yard and minimal compressive strength of 3,600 psi at 28 days. No fly ash will be permitted. Curbs are subsidiary to this pay item, therefore, no separate payment will be made for curb. Any street headers shall be constructed subsidiary to this pay item. The concrete shall be doweled into the existing pavement and reinforced in accordance with the City of Coppell Standard Construction Details. The concrete pavement shall be reinforced with a minimum of No. 4 bars placed on chairs on 18 -inch centers in each direction. The cost for furnishing and placing reinforcement is subsidiary to the price bid. 5 -5 Description of Pay Items The Contractor shall vibrate all concrete during the pour by a method approved by the Engineer. The Contractor is responsible for making sample concrete cylinders at a cycle determined by the Engineer for testing purposes. No sand level up course will be allowed under any paving. The paving shall be a baker broom finish and shall be cured with a highway white curing compound applied per the manufacturer's recommendations. CONTRACTOR shall pay close attention to NCTCOG Item 303.5.4.3 "Contraction Joints" regarding sawing of joints. In general, joints shall be sawed into the completed pavement surface as soon after initial concrete sets as possible so that some raveling of the green concrete is observed in order for the sawing process to prevent uncontrolled shrinkage cracking. Failure to perform the work in compliance with these requirements and those in Item 303.5.4.3 will subject the slab to rejection. All joints shall be spaced a maximum of 15- 18 feet apart. All joints shall be sealed with silicone joint sealing prior to opening the road to traffic. The sealing of joints where new pavement is placed is considered subsidiary to the cost of the new paving. Measurement and payment for work performed and materials furnished related to the construction of reinforced concrete pavement of the specified thickness, as provided herein, shall be made on the basis of the price bid per square yard (SY) in accordance with NCTCOG Item 303.9, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 2.7. Pay Item #I -7 — 6" Stamped Concrete Pavement with Integral Color: This work includes construction of stamped concrete with integral color at the locations shown in the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications, including NCTCOG Item 305.2. All concrete used for construction shall be Class "C" concrete with a minimum cement content of 6 sacks per cubic yard and minimum compressive strength of 3,600 psi at 28 days. No fly ash will be permitted. The concrete pavement shall be reinforced with a minimum of No. 4 bars placed on chairs on 18 -inch centers in each direction. The cost for furnishing and placing reinforcement is subsidiary to the price bid. Work shall be in compliance with City of Coppell stamped concrete ordinance 2002 -979 and manufacturer's specifications. Colors 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 specification and a test section that demonstrates the ability to match color and pattern. All j oints shall match the colors used in the colored pavement. Measurement and payment for stamped concrete pavement work performed and materials furnished completed and in place as provided herein shall be made on the basis of the price bid per square yard (SY) in accordance with NCTCOG Item 305.2.4, and shall be total compensation for furnishing and /or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 5 -6 Description of Pay Items 2.8. Pay Item #I -8 — Route and Seal Pavement Cracks: This work shall consist of the removal of any debris or old joint sealant material, the routing of the existing joint or cracks to be sealed, and the placement of backer rod and/or self - leveling silicone joint sealant as indicated in the plans, standard details, or as directed by the engineer. This pay item is strictly for the routing and sealing of existing cracks and joints. No payment shall be made under this pay item where new concrete is placed. Sealing of the joints in new paving, including the joints between the new pavement and the existing pavement shall be subsidiary to the placement of the new pavement. Measurement and payment shall be on the basis of the price bid per linear foot (LF), and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 2.9. Pay Item #I -9 — Remove Subgrade, Import and Compact CTB: This work includes the removal and disposal of existing unsuitable subgrade material. Removal shall be to the limit of trench failure as shown in the plans and details. The quantity established herein is based on the removal of the top three feet of trench area; however the actual limits of removal shall be to a point where the contractor reaches firm hard ground. All material removed from the job site shall be transported and legally disposed off -site by the contractor. This item will also include the import, placement, and compaction of new base material. The base material shall be plant mixed cement treated base material having a 7 day compressive strength of between 300 and 500 pounds per square inch. Measurement and payment for work performed and materials furnished related to the removal of subgrade and import and compaction of CTB shall be based on the actual field quantity of CTB installed on the job, and shall be made on the basis of the price bid per cubic yard (CY) and shall be total compensation for furnishing and /or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. This item shall be measured by Contractor and shall be documented by the furnishing of trip tickets from the CTB supplier. 2.10. Pay Item #I -10 — Remove and Replace Inlet Top and Throat: This work includes the removal of inlet tops and throats in the locations shown in the plans, or as determined by the Engineer, in accordance with the appropriate details and specifications, including City of Coppell Standard Construction Details 6020 and 6030 and NCTCOG Item 702. Concrete used for the construction of inlets shall be Class "A ", with a minimum cement content of 5 sacks of cement/cubic yard of concrete, and a 3,000 psi minimum compressive strength when tested at 28 days. Measurement and payment for work performed and materials furnished related to the inlet top reconstruction, as provided herein, shall be made on the basis of the price bid per each 5 -7 Description of Pay Items (EA) and shall be total compensation for furnishing and /or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 2.11. Pay Item #I -11 — Remove and Replace Inlet: This work includes the removal and replacement of the inlet, top, and throat in the location shown in the plans, or as determined by the Engineer, in accordance with the appropriate details and specifications, including City of Coppell Standard Construction Details 6020 and 6030 and NCTCOG Item 702. Concrete used for the construction of inlets shall be Class "A ", with a minimum cement content of 5 sacks of cement/cubic yard of concrete, and a 3,000 psi minimum compressive strength when tested at 28 days. All inlets shall be cast in place. Measurement and payment for work performed and materials furnished related to the inlet removal and replacement, as provided herein, shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing and /or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 2.12. Pay Item #I -12 — Remove and Replace 21" Reinforced Concrete Pipe (Class III): This work includes the removal of damaged 21" RCP, and installation of new 21" reinforced concrete pipe (RCP) storm drain at the locations shown on the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications, including NCTCOG Item 501.6 and 508.3. All RCP storm drain shall be Class III ( NCTCOG Item 501.6); all bends shall be pre- fabricated, and rubber gasketed material shall be used for all joints meeting ASTM C -443, unless approved otherwise by the Engineer. This work shall include trench excavation, preparation and shaping of bedding, transporting of pipe, jointing, connections to existing and /or proposed improvements and structures, embedment, backfill, and temporary pavement repair, if necessary. Embedment shall be in accordance with the City of Coppell Standard Construction Detail 3020. Where leads or pipe terminate into an existing system, this work shall include construction of a concrete collar at the junction to form a watertight connection. The construction of concrete collars, as required by these specifications, and the connection to the existing storm sewer line will not be paid for directly but shall be considered subsidiary to this pay item. This work shall also include the construction of temporary pavement repair, when necessary or as determined by the Engineer, consisting of a minimum of 8" of flexible crushed stone base. Temporary pavement repair shall be constructed and maintained along all storm drain installed in areas that need to be open to traffic prior to the construction of the final pavement. Temporary pavement repair, as required by these specifications, will not be paid for directly but shall be considered subsidiary to this pay item. Measurement and payment for work performed and materials furnished related to the construction of RCP storm drain, as provided herein, shall be made on the basis of the price bid per linear foot (LF) in accordance with NCTCOG Item 508.6, and shall be total compensation for furnishing and /or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 5-8 Description of Pay Items 2.13. Pay Item #I -13 - Adjust Existing Valve Box to Grade: This work includes the adjustment (raising or lowering) of existing water valve boxes in locations along the project where the pavement is being adjusted, or where the valve box has settled, as shown on the construction plans or as determined by the Engineer. These adjustments shall be in accordance with the appropriate details and specifications, including those of the valve manufacturer. No separate pay will be allowed for repairing damage to valves or valve boxes due to construction on this project. The cost to repair such damage shall be the sole responsibility of the CONTRACTOR. Any damage to the valves or valve boxes that exists prior to commencing this project should be brought to the attention of the engineer prior to beginning work. Measurement and payment for work performed and materials furnished related to the adjustment of existing water valve boxes, as provided herein, shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing and /or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 2.14. Pay Item #I -14 — Restore Disturbed Areas: This work includes all work, materials and incidentals necessary to restore parkways, median landscaping, yards or other improved areas to an equal or better condition than prior to construction, in accordance with the appropriate details and specifications, including NCTCOG Items 202.2, 202.3, 202.4, 202.5, and 202.6. Parkways and disturbed areas along the length of the project shall be restored with sod of the same type that exists adjacent to the disturbed area.. Topsoil shall be placed in low areas to bring them to grade. Any existing landscape improvements, landscape beds, gravel rock beds, and/or any other existing improvement removed or relocated during the course of construction shall be replaced with like kind or better as a part of this pay item. The CONTRACTOR will be required to water, fertilize, mow and otherwise maintain restored areas to establish healthy growth, even distribution of vegetation and full coverage over the restored area. The CONTRACTOR shall also maintain and protect these areas from damage and repair any damage that occurs, until completion and final acceptance of the project by the OWNER. Measurement and Payment for parkway, median, and yard restoration work performed and materials furnished complete and in place as provided herein shall be made on the basis of the price bid per lump sum (LS) and shall be total compensation for furnishing and /or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work, including watering, fertilizing, and maintenance of the restored areas. 2.15. Pay Item #I -15 — Repair, Replace, Modify and Restore Existing Irrigation Systems: This work includes repairing, replacing and/or modifying any existing irrigation system or system component within the limits of the work area that is damaged or whose 5-9 Description of Pay Items function /operation is adversely impacted by the construction of the proposed improvements, in a manner satisfactory to the adjacent property owners or HOAs to whom they belong and the Engineer. This work includes repairing or replacing any damaged pipes, sprinkler heads or other system components (i.e., valves, controllers, valve boxes, etc.). This item shall apply to the necessary modification of the irrigation system within the median where the turn lane is being added between station 33 +00 and 35 +00. All existing irrigation systems will be assumed to be in good condition and fully operational unless the CONTRACTOR has inspected, noted and documented some specific damage to a system that exists, prior to construction beginning. It would, therefore, be advisable for the CONTRATOR to contact adjacent property owners and/or system owners /operators prior to construction to determine the limits of all existing irrigation systems, the location of sprinkler heads and other system components, and to identify and document any existing damage. All repairs should be completed as soon as possible after the damage is discovered. Any damage to existing grass, trees or landscaping resulting from a lack of water during construction because of damage to irrigation systems or irrigation systems that become inoperable will be the sole responsibility of the CONTRACTOR to replace. The exact number and location of sprinkler heads, valves, controllers, etc. on this project is unknown. The CONTRACTOR is, therefore, advised to visit the project site for himself and make his own determination of where existing irrigation systems may be located and to what extent those systems and system components may be damaged or impacted during construction. Measurement and payment for work performed and materials furnished related to the repair, replacement, modification, or restoration of existing irrigation systems, as provided herein, shall be made on the basis of the price bid per lump sum (LS) and shall be total compensation for furnishing and /or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work, including replacing any sod, trees or landscaping damaged during the course of construction due to the lack of adequate watering or the inability to properly operate an existing irrigation system resulting from the construction. 2.16. Pay Item #I -16 — Mudjacking: This pay item includes all work necessary to stabilize existing slabs, fill voids under existing pavement, and where applicable, raise existing concrete pavement to the appropriate grade. The work will include drilling injection holes, pumping grout and /or polyurethane material under the slab, and filling the injection holes. All work under this section should be done in accordance with acceptable industry standards. In general, drilling holes should not exceed 1 1/2 inches in diameter. Holes shall be spaced so they do not damage the exiting steel reinforcing. Drill holes shall penetrate below the concrete to allow for filling of voids, and drilling operation should be done in a manner to prevent breakout of the bottom of the pavement. Materials used for mudjacking shall consist of water, portland cement, fly ash, and admixtures. The mix design should be submitted for approval prior to commencing this phase of the project. The submittal shall include information from a certified testing 5 -10 Description of Pay Items laboratory indicating compressive strength of the mix for 1, 3, and 7 day tests, fluidity, time of initial set, and shrinkage and expansion observed. The 7 -day compressive strength shall be a minimum of 600psi. Mudjacking shall be performed on all trench lines within the limits of the project as indicated in the plans. Where settlement has occurred on slabs, and effort should be made to bring the slab back into alignment with slabs on all sides. If a slab is raised more than 1/4" above the adjacent slabs, the CONTRACTOR shall grind the edges to make a smooth transition. If a slab is raised more than a /z" above the adjacent slabs, it shall be removed and replaced at the contractors expense. Begin the injection as soon as practicable after mixing the material. Do not use material held in the mixer or injection sump pump for more than 1 hour after mixing. Do not add water to the material after the initial mixing. Inject the mudjacking material in an approved pattern sequence, and in the quantity required to fill voids under the pavement. Cease injection when material appears at any joint, crack or adjacent hole, or when monitoring devices indicate slab movement. Prevent grout or polyurethane material from being injected into any drainage facility or other open structure. Prevent excessive loss of material through cracks, joints, other drilled holes or back pressure. Slabs that are damaged by the drilling or injection process shall be replaced by the contractor at no additional cost to the city. Connect an expanding rubber packer, or other approved device, to the end of the grout plant discharge hose. Place the expanding rubber packer in the injection hole, being careful not to extend the discharge end of the rubber packer below the lower surface of the pavement. Produce grout slurry to a 12 second flow cone time. Pump the grout into the holes using an injection pump with a pressure capability of 250 to 300 psi when pumping grout slurry mixed to a 12 second flow cone time. Cease injection at a hole when grout flow does not occur after 7 seconds of sustained 150 psi gauge pressure, and there is no indication of slab movement. Prior to grout drying on the drilled holes, fill the holes with a fast setting sand /cement mixture or other patching material approved by the Engineer Measurement and payment for work performed and materials furnished for mudjacking , shall be made on the basis of the price bid per TON, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 2.17. Pay Item #I -17 — Furnish and Install Traffic Buttons, all Types: This work includes the placement and installation of all traffic buttons (raised pavement markers) for traffic delineation, as shown in the construction plans, on the City of Coppell Standard Details, or as determined by the Engineer, in accordance with the appropriate details and specifications, including Item 672 in TxDOT's 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. 3M Series 290 an engineered thermoplastic marker or equal as approved by the City will be used. Ceramics may be used for Type W or Y. Surface preparation, as required by these specifications, will not be paid for directly but shall be considered subsidiary to this pay item. This work also 5 -11 Description of Pay Items includes the removal of any existing buttons that are not in alignment or sequence. Manufacturer's recommendations for use of the epoxy adhesive shall be carefully followed. Measurement and payment for traffic button work performed and materials furnished completed and in place as provided herein shall be made on the basis of the price bid each (EA) for the various types and sizes and shall be total compensation for furnishing and /or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 2.18. Pay Item #I -18 — Furnish and Install Pavement Markings, all Types: This work includes the placement and installation of all pavement markings (stop bars, striping, words, symbols shapes, etc.) as shown in the construction plans, where removed during the course of construction, or as determined by the Engineer, in accordance with the appropriate details and specifications, including Items 666 & 668 in TxDOT's 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. Surface preparation (including sealing), as required by these specifications, will not be paid for directly but shall be considered subsidiary to this pay item. This work also includes the removal (and replacement, if necessary) of any existing markings that are not in alignment or sequence. Measurement and payment for pavement markings work performed and materials furnished completed and in place as provided herein shall be made on the basis of the price bid per lump sum (LS) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 2.20.Pay Item #I -19 — Remove and Reset Street Light: This work includes the removing and resetting of an existing street light within the median at approximate station 33 +80. The work under this pay item shall include the coordination with Oncor for de- energizing this light, removal of the light, and reinstallation of the light when the median modifications are complete. This item also includes the removal of the existing light pole foundation, rerouting of the light circuit conduit, and construction of a new light pole foundation. All work under this item shall be done in accordance with Oncor specifications, and shall be permitted and inspected by their personnel. Measurement and payment shall be on the basis of each light pole (EA) complete in place. The bid price shall be full compensation for furnishing all labor, materials, supplies, equipment, and incidentals necessary to complete the work as specified. Any payment due to Oncor for their work associated with this light pole should be paid by the contractor, and shall be considered subsidiary to this pay item. 2.20.Pay Item #I -20 — Remove and Reset Street Sign: This work includes the removing and resetting of an existing street sign within the median at approximate station 33 +30. This sign should be removed and stored in a manner that prevents 5 -12 Description of Pay Items the sign from being lost or damaged. If the sign is lost or damaged, it shall be replaced at the contractor's expense. Upon construction of the new median nose, the sign shall be reinstalled as indicated in the plans or details. Measurement and payment shall be on the basis of each sign (EA) complete in place. The bid price shall be full compensation for furnishing all labor, materials, supplies, equipment, and incidentals necessary to complete the work as specified. 5 -13 Description of Pay Items SECTION 6 TECHNICAL SPECIFICATIONS T H E C 1 T Y O F COPPELL I DTY OF COPPELL PROJECT SV4 ... ..... . ... 71 CITY OF CC) P I I INTO,RMA7 MPECTORS N, PHONE MUMMA, 0p p 1'. EE"', L L I COMACT.- ILF9 1180C.C76-i NOT E& 1) LETTER NON SHOULD BE, SOLD TYPE , "IMPRIA, I