Loading...
ST9801-CN 990810 (2)d 'Y TLe City With A BeauHfiil I ub" CONSTR UC77ON SPECIFICATIONS AND CONTRACT DOCLUIENTS l FOR COPPELL ROAD r Project No. ST 98 -01 I FOR THE CITY OF COPPELL r AUGUST 1999 TT h � CITY OF COPPELL CHANGE OR EXTRA WORK ORDER PROJECT: Coppell Road Reconstruction Project # ST98 -01 covTRACTOR: Ed Bell Construction OWNER: City of Coppell CHANGE ORDER NO.: S DATE: 12/1200 Item Description Quantity Unit Unit Price Total Irrigation System Revisions .kDD Ib -64R Fully functional irrigation 1 LS 46,964.00 46,964.00 systems Install new irrigation systems along the east side of Coppell Road from approximately Sta. 3 +00 to 38 +00 including all materials needed to make the system operational DELETE: Ib -64 Adj. existing irrigation sprinklers Total Revision to Contract Amount 20 EA 250.00 (5,000.00) $41,964.00 Previous contract amount Net increase in contract amount Revised contract amount Net increase in contract time of completion Revised Contract time of completion $2,060,958.73 $41,964.00 $2,102,922.73 Calendar Days 33y The contractor hereby accepts this Contract adjustment as a final and complete adjustment in full accord and satisfaction of all past and future liability originating under any clause in the Contract by reason of this revision to the Contract. 1 :L• l IDL- Oct Date Agreed to by Accepted by Owner / Ti rti 0 t h I Qt I q e r CITY OF COPPELL 11-15-00A11:16 R C V D F CHANGE OR EXTRA WORD ORDER PROJECT: Coppell Road Reconstrucdon Project # SM-01 t CONTRACTOR: Ed Bell Construction OWNER: City of Coppol CHANGE ORDER NO.: 4 DATE: 8/22/00 3 3 ,, Item Description Quantity Unit Unit Prke Total Drainage Channel Revisions 1 ADD: 38 CL III RCP 21" 141 LF 43.62 6,150.42 55 12" Grouted Rock RipRap 7 SY 38.00 266.00 Open Back Inlet 1 EA 3000.00 3 DELETE: Curb Inlet 1 EA 2 (2 Total Revision to Contract Amount $7 I 1 r! Previous contract amount $2 9 ,053 9 542.31 Net increase in contract amount $7 Revised contract amount 52 Net increase in contract time of completion 4)- Revised Contract time of completion _ 292 Calendar Daps The contractor hereby accepts this Contract adjustment as a final and complete adjust vent in full accord and satisfaction of all past and future liability originating under any clause in the Contract by reason of this revision to the Contract. Recom72 Engineer Date Agreed y Co for ate AfOW by Owner Date 11 Mil 111:111111 CITY OF COPPELL CHANGE OR EXTRA WORK ORDER E_ PROJECT: Coppell Rood Reconstruction Project 9 5798-01 x CONTRACTOR: Ed Bell Construction AUG 0 2 2000 OWNER: City of Coppell CHANGE ORDER NO.: 3 DATE: 7/28/000 I Item Description . Quantity Unit Unit Price Total Drainage Channel Revisions ADD: New 12" Grouted Rock Rip -rap 440 SY 56.55 $24 9 882.00 Total Revision to Contract Amount 824,882.00 Previous contract amount Net increase in contract amount Revised contract amount Net increase in contract time of completion Revised Contract time of completion $2,0286660.31 824,882.08 52 7 Calendar Days 292 Calendar Days The contractor hereby accepts this Contract adjustment as a final and complete adjustment in full accord and satisfaction of all past and future liability originating under any clause in the Contract by reason of this revision to the Contract. 9.116.00 A Date F i" Agreed to b o r F !, ted by Owner Date a- L CITY OF COPPELL CHANGE OR EXTRA WORK ORDER PROJECT: Coppeg Road Reco»str C*x PMjed 8 ST98 -01 CONTRACTOR: Ed Beg C.onrdurion OWNER: City of Copped CHANGE ORDER NO.: 2 DATE: 6119100 Unit Price , T otal Item Description Quantity Unit Drainage Channel Revisions ADD: New Reconstruct Channel 1 LS 7 $7,900.00 Bottom & Slopes New 12" Grouted Rock Rip -rap 395 SY 38.00 $15 New Remove 26" Pecan Tree 1 EA 160.00 $160.00 Total Revision to Contract Amount $23 9 07000 Previous contract amount 52,Oik'i,S31 - Net increase in contract amount $23,0* Revised contract amount 53,28,660.31 Net increase in contract time of completion 15 Calder Des _ Revised Contract time of completion 2855 Calms Dop The contractor hereby accepts this Contract adjustment as a final and complete adjustment in full accord and satisfaction of all past and ham liability originating under any cW= in the Conftw by reason of this revision to the Contract. III to FIRMIN rowner Date G # ft1 a#wA g tr 7'7rr CITY OF COPPELL CHANGE OR EXTRA WORK ORDER PROJECT: Coppell Road Reconstruction Pmject # S798-01 CONTRACTOR: Ed Bell Construction OWNER: City of Coppen Total Revision to Contract Amount $4 Previous contract amount $2,008 Net increase in contract amount $4,640.56 Revised contract amount $2 Net increase in contract time of completion 14 Calmdar Days Revised Contract time of completion 270 Calendar Days CHANGE ORDER NO.: 1 DATE: 4118100 accord and satisfaction of all past and fitture liability originating under any clause in the Contract E Item Description . Quantity Unit Unit Price Total Reco Engineer Date DELETE: Lime (SH 121 to Parkway) Agr by tractor Date 8 Lime Stabilization 13,436 SY 1.50 20,154.00 10 Lime 282 TONS 100.00 21200100 DELETE: 1" from Concrete Paving Thickness (SH 121 to Sandy Lake) 6 Unclassified &cava. 746 CY 5.00 3,730.00 Concrete Pavement 22,620 SY 1.61 3 6.418.2 0 ($40.148.20) ADD: Slurry Cement Subgrade Stabilization (SH. 121 to Parkway Blvd.) New Cement Stabilization 13,436 SY 3.91 52,534.76 New Cement (Sturry) 282 TONS 144.00 0 $93,142.76 Total Revision to Contract Amount $4 Previous contract amount $2,008 Net increase in contract amount $4,640.56 Revised contract amount $2 Net increase in contract time of completion 14 Calmdar Days Revised Contract time of completion 270 Calendar Days Alit ®IMMIN R MENEM IMMIN IIMMMMMMMI 1■E il® The contractor hereby accepts this Contract adjustment as a final and complete adjustment in M accord and satisfaction of all past and fitture liability originating under any clause in the Contract by reason of this revision to the Contract. 4s Reco Engineer Date r Agr by tractor Date j by Owner Date Alit ®IMMIN R MENEM IMMIN IIMMMMMMMI 1■E il® i �, Mw My Wn A EkKudU PYdrs CONSTRUCTION SPECIFICATIONS AND CONTRACT DOCUMENTS FOR COPPELL ROAD Project No. ST 98-01 FOR THE CITY OF COPPELL Or AUGUST 1999 ALJW-A' Addendum No. l Section 1- Bidding and Contract Documents 1 -1 Notice to Bidders 1-2 Instructions to Bidders 1 -3 Proposal/Bid Schedule 1 -16 Bid Affidavit 1 -32 Prevailing Wage Rates 1 -34 Standard Form of Agreement (Contract) 1 -36 Certificate of Insurance 142 Instructions for Bonds 143 Performance Bond 1-44 Payment Bond. 1-46 Maintenance Bond 148 Section 2 - City of Coppell's Supplementary Conditions to the NCTCOG General Provisions 2-1 For this project, the Standard Specifications for Public Works Construction - North Central Texas, as prepared by the North Central Texas Council of Governments and the City of Coppell Standard Construction Details shall govern all work to be done, together with any additional Special Specifications or Specific Project Requirements included herein. Section 3 - Specific Project Requirements 3-1 Section 4 - Description of Pay Items 4-1 I! 9' IF i CITY OF COPPELL . ©F T► COPPELL ROAD IMPROVEMENTS *•' ; *: PROJECT NO. ST 9&01 .. ....... *,�, CITY OF COPPELL BID NO: Q- 0199 -03 0 . GREEK .......... . .. 75247 (214- 920 - 2500). ADDENDUM NO. I February 22,1999 i= 22•g1 BID DATE: Thursday, February 25, 1999 until 2:00 pm BID LOCATION: Purchasing Agent City of Coppell Town Center 225 Parkway Boulevard Coppell, Texas 75019 The following additions, deletions, modWations, or clarifications shall be made to the appropriate sections of the plans and specifications and shall become a part of the Contact Documents. Bidders shall acknowledge receipt of this Addendum in the space provided on the Bid.form. Copies of this Addendum No. 1 will be faxed to all nlan holders oa Naft., , qkg= 27, 1999. This Addendum No. l includes conies of Mad= SM sew. The 2dgbW MW the bid addendum and raadwav cross sections must be in eked -gg by Rngp2o qe bidders jd the office of Freese and Nichols. Inc. 1341 W. Mockingbird Lo.. Suite 230-E. Texas 1 7761 0 71 Al -1 Reference Page [1 -12] Addition: Add the following paragraph 30. Bid Security Each Bid must be accompanied by a certified or cashier's check or an approved Bid 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, for the sum of five (5%) percent of the amount of the maximum total bid as a guarantee that, if awarded the contract, the Bidder will promptly enter into a Contract and execute a Performance, Payment and Maintenance Bond on the forms included in the Contract Documents. Certified or cashier's check shall be made payable to the Owner. Addendum No.1 N Pro ST 98 -01 o . A I Al-2 BID FORM Modification: Delete this section (Page 1 -13 to Page 1 -31) and replace it with the Bid Form included with this Addendum. Two copies of the revised form are to be attached to the contract documents and submitted with the Bid. Modification: The following modifications have been made to the bid form: Item Ia- 13: Modified description to show 6" Gate Valve. Item la-2 1: Modified quantity from 330 SY to 750 SY to include temporary 6" HMAC Roadway Material for pavement required for construction sequencing and traffic control. Item Ib- 16: Modified quantity from 452 SY to 362 SY. Item lb-65: Added this Item for 96" RCP Sloped End Treatment SECTION 2: SUPPLEMENTARY CONDMONS: Al-3 Reference Page [2-6] Deletion: Delete all amendments to this Item in their entirety and conform with Item 1.42 Inspection and Tests as written in the NCTCOG Standard Specifications. U5-�@ �NDIOJ.1-41614-�11) I-Dr" IL4- Al-4 Reference Page [3-4], Paragraph 1.11 Modification: Replace this paragraph in its entirety with the following: 1.11 TESTING LABORATORY SERVICE: The Owner shaRnub arrangements with an independent laboratory acceptable for all backf ill compaction, concrete and other testing as required by the construction plans and standard specifications. The Contractor shall bear all related costs of retest, or reinspection. The Contractor shall notify the ENGENEER in a timely manner ofwhen 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 Contractors' responsibilityfor his own quality asstuance/qualitycontrol testing. Contractor shall replace any deficient construction items. Al-5 Reference Page [3-7), Paragraph 1.22 Addition. Add the following two sentences to the end of this paragraph. A construction meter can be picked up at the City's Public Works office. The City will provide necessary water only for testing of the waterline. AMenduni No. 1 2-22." Project No. ST 9.01 r 0 Al -6 Reference Page [3 -8], Paragraph 1.25 Addition: Add the following to the end of the paragraph. Coppell Road can also be closed between Parkway Blvd. and Westminster Way with City Council approval during the time the 3- 10'k6'MBC is constructed. It is desired that two way traffic be maintained, however based on City approval, portions of the roadway may be turned to one way traffic for a portion of the construction sequence. SECTION 4: DESCRIPTION OF PAY ITEMS: Al -7 Reference Page [4-5], Paragraph [Pay Item Ia -21: Temporary Roadway Material]. Clarification: This item shall be paid on the actual SY used for temporaryHMAC pavement to replace pavement over the waterline and other utility line construction, and as required to construct temporary HMAC pavement transitions and roadway widening to complywith the Contractors approved construction sequencing and traffic control plan. Al -8 Reference Page [4-6], Paragraph [Pay Item Ib-1: Preparation of Right -of -Way]. Clarification: This item shall include the removal of any concrete pads, drive approaches, walls or other concrete structures to the limits of the proposed right -of -way. There are several franchise utilitybnes within the ROW that will be removed by others. There is an old 2 "- 4" gas service lime along the north -south portion ofthe roadway along the east ROW that is not shown on the plans. It will be relocated or abandon by others. The existing waterline to be abandon shall require the removal on all gate valves and valve risers (salvage to City of Coppell) and shall be plugged with concrete. If during excavationthe waterline is exposed or broken it shall be removed and plugged as required to complete excavation and stabilization. There will be no separate pay for abandoning the waterline. Al -9 Reference Page [4-6], Paragraph [Pay Item Ib-2: Erosion and Sediment Control During Construction] Clarification: The contractor is responsible for preparing and executing a site specific Storm Water Pollution Prevention Plan (SWPPP) forthisproject. Anyconflictsbetweennoteson the plans and this item shall be resolved with wording fromthis item. The cout=or mayuse the erosion and sediment control plan included within the plans in the preparation of the SWPPP. This plan identifies minimum requirements and shall in no means relieve the contractor of his responsibilities for erosion and sediment control during all phases of construction. Al -10 Reference Page[4 -7], Paragraph [Pay Item Ib -6,7: Unclassified Street Excavation & Compacted Fill] Addition: As pan ofthis Addendum No. 1, the Engineer is providing the prospective bides with a copy of the computer generated roadway cross section for their use in preparing Addendum No. 1 2 -22.9 Project No. ST 98-01 E._ roadway cut/fill quantities. These cross sections are provided formformaticnal purposes only The Engineer is not responsible for the accuracy or adequacy of these cross sections in determining cut/fill takeoffs. Clarification: It is anticipated that the on-site material from excavation will be suitable for Ea, roadway fills. T e contractor shall stockpile topsoil grade material for use in final grading of parkways and areas to be sodded or hydro -mulch seeded. The quantity of compacted fill is based on required roadway fills and the fill over the 3bb1- 10'x6' MBC. The select fill material shown over the MBC structure is included in the quantity for compacted fill. Al -11 Reference Page [4-8], Paragraph [Pay Item Ib -16: 6" Reinforced Concrete Driveways] Clarification: The quantity of reinforced concrete driveways is based onconstructing standard City of Coppell driveways at six locations: Sta 2 +20.63, Sta 3 +24.78, Sta 4+ 63.9 1, Sta 6+01.85, Sta 41+04.95 and Sta 50+32.22. Al -12 Reference Page [4 -10], Paragraph [Pay Item Ib-27: Traffic Control and Barricades] Clarification: The contractor is responsible for all temporary sighage along Coppell Road, SH 121, Sandy Lake Rd. and all intersecting and detour streets to notify motorists of road closures, detouring, and modifications to standard traffic flow in accordance with MUTCD standards. The proposed traffic controiplan and signage plan shall be approved by the City prior to construction of any phase of the work. Al -13 Reference Page [4 -15], Paragraph [Pay Item Ib-57: Tree Removal] Clarification: The contractor shall include stump removal as part ofthe cost fortreeremoval. Trees to be removed and replaced shall. require that the entire "tree bail" ofthenewlyplanted trees be removed and replanted at the locations identified. Al-14 Reference Page [4 -16], Paragraph [Pay Item Ib- 60,61: Block Sodding and Hydromulch Seeding] Clarification: The contractor shallprepare all areas to be sodded or seeded with 4" oftopsoil grade material salvaged from the roadwayexcavation. There will be no pay for salvaged top soil or anytop soil required to be imported as required to prepare the areas for sodding and seeding. The top surface shall be free of rocks and approved by the City prior to sodding or seeding. Al -15 Reference Page [417], Paragraph [Pay Item Ib-65: 96" RCP Sloped End Treatment] Additions: Add this new pay item for the 96" RCP sloped end treatment. This item shall consist of a premanufactured sloped end treatment at a 3 :1 slope per the plans. This item shall comply with all requirements for reinforced concret e pipe. The price bid per each shall be full compensation for allmaterial% labor, equipment and incidentals necessary to complete the work. Clarifications: The access to the 96" RCP shall be within the City's existing 20 ft. drainage easement over the existing pipe. The contractor shall maintain access to the existing constructiontrailers forthe Mansions at all times. It is anticipated that the construction forthe Addendum No. 1 2 -22-99 Project No. ST 98-01 F" Mansions will be completed by May, 1999. Contractor shall coordinate construction with the Mansions to maintain access during all phases of construction. DRAWINGS: Al -16 ADD THE FOLLOWING DETAIL TO THE DRAWINGS: Add the attached detail in this addendum titled "Foundation Plan for PR- 1 Rail 'to detail sheet PR -1 (sheet 40 of 40). END OF ADDENDUM NO. Addendum No. 1 2.22 - Project No. ST 9&01 IT 0 V4- M BUM AM 10 M6W mff^wff AF-I MK tA Off Iff P�viq 07 OW AF-0 w am O-WW7 i0 n�o AIM• IAL SOL MUS AW AFPVRMWIM JWL CaWV ww AV" MR AF-1 ow FOUNDATION PLAN FOR PR-- RAIL Art BIDDING AND CONTRACT DOCUMENTS NOTICE TO BIDDERS The City of Coppell is accepting bids for the construction of Coppell Road Project No. ST 980E Construction includes approximately 5200 linear feet of 38' wide concrete paving, 2400 linear feet of storm drainage improvements, and 5500 linear feet of 12" water line. The project also includes 300 linear feet of 3- 10'x6' box culverts. Specifications may be obtained for a non - refundable cost of $50.00 from Freese and Nichols, Inc., 1341 W. Mockingbird Lane, Suite 230-E, Dallas, Texas, or telephone (214) 920 -2500. Sealed bids addressed to the Purchasing Agent, City of Coppell, Texas, for the construction of the Coppell Road Project No. ST 98-01, will be received in the Purchasing Office at the City of Coppell Town Center, 225 Parkway Boulevard, until 2 p.m, Thursday, February 25, 1999, and then publicly opened and read aloud. Each Bidder shall submit two identical copies of this bid with the City of Coppell Bid No. Q- 0199 -03 designated clearly on.the exterior of the bid envelope. A Pre -Bid Conference has been scheduled for this project at the Coppell City Hall in the Engineering Department (255 Parkway Blvd.), at 3 p.m. on February 18, 1999. The conference is not mandatory, however, all interested bidders are strongly encouraged to attend. 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. The Owner reserves the right to accept the alternate bid of a Contractor that did not submit the lowest base bid. NO BID TRANSMTI'TED 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 bidders bid form will be used to develop a separated contract and determine the extent of the tax exemption. 1 -2 aMng and c7 maut Dmumoft 15 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 latest addition, as prepared by the NCTCOG and the Supplementary Conditions of Agreement have the meanings assigned to them in these General Conditions. The term 'Bidder" means one who 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 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, 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, Freese and Nichols, Inc., 1341 W. Mockingbird Lane, Suite 230-E, Dallas, Texas 75247, (214)920 -2500. Inspector: The authorized representative of the City of Coppell assigned to observe and inspect any or all parts of the work and the materials to be used therein. 2. Scope of Work. This work shall consist of the construction of improvements to Coppell Road between Sandy Lake Road and SH 121. In general, the work shall consist of the construction of a 12 -inch water line, storm drainage and concrete pavement improvements, along with all related work necessary to complete the project as detailed in the plans and specifications. 3. Copies of Bidding Documents. 3.1 Complete sets of the Bidding Documents may be obtained from Freese and Nichols, Inc., 1341 W. Mockingbird Lane, Suite 230-E, Dallas, Texas 75247, 214-920 -2500, for $50.00. The following general requirements pertain to the Bidding Documents: A) No bidding documents will be issued later than two (2) days prior to the bid opening date. 1 -3 Bidding gad Conaw Dwwn u L! ft 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. j C) Bidding documents may be examined free of charge at the offices of the City Engineer, City of Coppell, 255 Parkway Boulevard, Coppell, Texas, or Freese and Nichols, Inc., 1341 W. Mockingbird Lane, Suite 230-E, Dallas, Texas 75247. 3.2 Complete sets of Bidding Documents must be used in preparing Bids; the City of Coppell assumes no responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. No partial sets of plans, specifications or proposal forms will be issued. 3.3 The Owner, in making copies of Bidding Documents available on the above terms, does so only for the purpose of obtaining Bids on the Work and does not confer a license or grant for any other use. 4. Qualifications of Bidders. The Bidder shall submit within five (5) days of the Owner's request such evidence as the Owner may require to establish his financial responsibility, experience and possession of such equipment as may be needed to prosecute the work in an expeditious, safe and satisfactory manner. The required information to be submitted shall consist of, but shall not necessarily be limited to, the following: A. Current Project Experience. 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. 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. 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. u 1-4 Biddies and coact Docw=mft u D D. Financial. 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. S. 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. The Contractor represents that no employee or officer of the City has an interest in the Contractor. I 6. Examination of Contract Documents and Site. 6.1 Access to the site shall be from the street and right -of -way at the respective intersections. It shall be the contractors responsibility to provide necessary and adequate traffic control. The City will not allow any lane to be blocked before 9:00 a.m. or after 4:00 p.m. Prospective Bidders shall respect all improvements. It is the responsibility of each Bidder before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to become familiar with local conditions that may affect cost, progress, performance or furnishing of the Work, (c) consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work, (d) study and carefully correlate Bidder's observations with the Contract Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. Failure to make these examinations shall in no way relieve any Bidder from the responsibility of fulfilling all of the terms of the contract, without additional cost to the OWNER. 1 -5 BWdft od Con0a Dw mmb 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 L: 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. The Contractor shall M be liable for damage to any utilities resulting from the construction of this project. 6.3 Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any additional examinations, investigations, explorations, tests and studies and obtain any additional information and data which pertain to the physical conditions (surface, subsurface and underground facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or finishing of the Work and which Bidder deems necessary to determine its Bid for performing and finishing the Work in accordance with the time, price and other terms and conditions of the Contract Documents. 6.4 On request in advance, 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 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 famishing the work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 7. Interpretations and addenda 7.1 All questions about the meaning or intent of the Contract Documents are to be directed to the Purchasing Agent. Interpretations or clarifications considered necessary by the Purchasing Agent in response to such questions will be issued by Addenda mailed or delivered to all bidders recorded as having received the Bidding Documents. Questions received less than 1-6 BWdWg copala noon 0 ft 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 for completion in calendar days should be included on the Bid Form in the space provided. 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. 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. 8.4 It is the City's desire to have all phases of this project complete by Dec4;mber 31, 1999. An improved roadway to the new GTE Building site shall be considered as an initial phase in preparing a construction sequencing plan. Completion of this phase by early summer is desirable by the City. 8.5 Calendar days bid will be used to evaluate bids and the lowest responsible bidder. 9. Liquidated Damages. Provisions for liquidated damages are set forth in the Contract. Liquidated damages for this project are: FIVE HUNDRED DOLLARS AND NOXENTS ($500.00) PER DAY. 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 poesible 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. MMr MMI as In 0 , 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, 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 who Contractor has reasonable objection. 12. Bid Proposal. 12.1 Two (2) completed Bid Proposals must be submitted in a sealed envelope as described in Item 15. The blank spaces in the Bid Form shall be filled in for each item for which a quantity is given and the Bidder shall state the price for which he proposes to do each item of work. All blanks on the bid form must be completed in ink or typed. No substitutions, revisions, or omissions from the plans and/or specifications will be accepted unless authorized in writing by the Owner. 12.2 The legal status of the Bidder, that is, as a corporation, partnership, or individual, must be stated on the Bid Form. A corporation Bidder must name the state in which the organization is chartered. Bids which are signed for a corporation shall have the correct corporate 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 t_. 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 1 -8 Did ft aW Contract Docanow 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. 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. 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 478, Coppell, Y Texas 75019, until 2 p.m. on Thursday, February 25,1999, and din 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. Q- 0199 -03, 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 Coppell Road — ST 9841" on the face of it and addressed to the Purchasing Agent, City of Coppell, Texas. 16. Modification and Withdrawal of Bids. 16.1 Bids may be modified or withdrawn by an appropriate 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. 1 -9 Bides wd coe�cc.pooumaaia F 0 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. M Bids to Remain Subject to Acceptance. All Bids will remain subject to acceptance for ninety (90) days after the day of the Bid opening, but the Owner may, in its sole discretion, release any Bid prior to that date. 19. Award of Contract. 19.1 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. 19.2 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, completion time, and other data, as may be requested in the Bid form or prior to the Notice of Award. 19.3 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. U 19.4 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 1 -10 Bidder and COMM Documena 1.' E ft perform and furnish the Work in accordance with the Contract Documents to the Owner's satisfaction within the prescribed time. 19.5 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. 19.6 The Owner will award the bid to the lowest responsible bidder for the combined Part A 8r. B bid as shown in the Bid Summary. 19.7 If the contract is to be awarded, the Owner will give the Successful Bidder a Notice of Award within ninety (90) days after the date of the Bid opening. 20. Execution of Agreement. Within fifteen (15) days after written notification of award of the contract, the Successful Bidder shall execute and furnish to the Owner three (3) original signed contracts and a Certificate of Insurance. 21. Affidavit of Bills Paid. Prior to final acceptance of this project by the Owner, the Contractor shall execute an affidavit that all bills for labor, materials, and incidentals incurred in the project construction E : have been paid in full, and that there are no claims pending. 22. Bid Compliance. Bid must comply with all Federal, State, county and local laws. Contractor shall not hire nor work any illegal alien. 23. Notice to Proceed. Upon execution of the Contract, the Owner will issue a written Notice to Proceed to the Contractor requesting that he proceed with the construction. The Contractor shall commence work within ten (10) calendar days after the date of Notice to Proceed. 24. Sales Tax. The bidder shall not include or provide for sales tax on tangible personal property to be y 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 1 -11 Biddies and CMU2a DoMMM u 25. 26. 27. 29. ;1 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. 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. 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. 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. 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. 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. IM 4 BID FORM PROJECT IDENTIFICATION: Cgppell Road Project No. ST 98 -01 BID OF Ed Bell Co�ction Company DATE 25 Feb 1999 (NAME OF FIRM) 2. BIDDER accepts all of the terms and conditions of the Advertisement or Notice to Bidders and Instructions to Bidders. This Bid will remain subject to acceptance for ninety (90) days after the day of Bid opening. BIDDER will sign and submit the Agreement with other documents required by the Bidding Requirements within fifteen (15) days after the date of OWNER'S Notice of Award. 3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: (a) BIDDER has examined copies of all the Bidding Documents and of the following Addenda (receipt of all which is hereby acknowledged): No: 1 Date: 22 Feb 99 t Recd: 22 Feb 99 (b) BIDDER has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. (c) BIDDER has studied carefully all reports and drawings of subsurface conditions contained in the contract documents and which have been used in preparation of the contract documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such reports, but not upon nontechnical data, interpretations or opinions contained therein or for the completeness thereof for CONTRACTOR's purposes. Except as indicated in the immediately preceding sentence, CONTRACTOR shall have full responsibility with respect to subsurface conditions at site. BIDDER has studied carefully all drawings of the physical conditions in or relating to existing surface or subsurface structures on the site, which are contained in the contract documents and which have been utilized in preparation of the contract documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such drawings, but not for the completeness thereof for CONTRACTOR's purposes. Except as indicated in the immediately preceding sentence, CONTRACTOR shall have full responsibility with respect to physical conditions in or relating to such structures. (d) BIDDER has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies (in addition to or to supplement those referred to in (c) above) which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, performance or furnishing of the Work as BIDDER considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents; and no additional examinations, investigations, explorations, tests reports or similar information or data are or will be required by BIDDER for such purposes. (e) BIDDER has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports or similar information or data in respect of said Underground Facilities are or will be required by BIDDER in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. (f) BIDDER has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. 1 -14 Bidding and Confect Dmumems r r. C" (g) BIDDER has given ENGINEER written notice of all conflicts, errors or discrepancies that it has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to BIDDER. (h) This bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; BIDDER has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; BIDDER has not solicited or induced any person, firm or corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. (i) It is understood and agreed that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. (j) It is understood and agreed that the quantities of work to be done at unit prices and materials to be furnished may be increased or diminished as may be considered necessary in the opinion of the OWNER to complete the work fully as planned and contemplated, and that all quantities of work, whether increased or decreased, are to be performed at the unit prices set forth, except as provided for in the Contract Documents. 4. It is understood and agreed that all work under this contract will be completed within the bid calendar days. Completion date will be established in the Notice to Proceed. It is the desire of the City to have all work complete by December 31, 1999. 5. BIDDER will complete the Work for the following price(s): 1 -15 s;dft MW co USM noes r r. r r. r r. c r. r r r r r r r r E f e Coppell Road Project # ST 98 -01 UNIT PRICE BID SCHEDULE Va*4 A - Wataw T lima Tmry %vamantc Item Quantity Unit Description and Price in Words Unit Total No. Price Price la-1 1 LS Mobilization & Demobilization, $140,000.00 $140 Complete in Place for One Hundred Forty Thousand Dollars and No Cents r Lump Sum. la-2 13 LF 6" C -900, Class 200 DR -14 PVC 26.25 341.25 Pipe, Complete in Place for Twenty -Six Dollars and Twenty -Five Cents r Linear Foot. Ia -3 196 LF 8" C -900, Class 200 DR -14 PVC 28.70 5,625.20 Pipe, Complete in Place for Twenty -Eight Dollars and Seventy Cents r Linear Foot. la-4 4 LF 10" C -900, Class 200 DR -14 PVC 88.30 353.20 Pipe, Complete in Place for Eighty -Eight Dollars and Thirty Cents r Linear Foot. Ia -5 5582 LF 12" C -900, Class 150 DR -18 PVC 22.95 128,106.90 Pipe, Complete in Place for Twenty -Two Dollars and Ninety -Five Cents r Linear Foot. 1 -16 Bidding and CmftW Dwuwmb e r. e r. r. e r_ c r r r r c r r r r r r Item Quantity Unit Description and Price in Words Unit Total No. Price Price la-6 20 LF 16" C -900, Class 150 DR -18 PVC 42.75 855.00 Pipe, Complete in Place for Forty -Two Dollars and Seventy -Five Cents r Linear Foot. Ia -7 3.2 TON Ductile Iron Fittings, 3,600.00 11,520.00 Complete in Place for Thirty Six Hundred Dollars and No Cents r TON. Ia -8 1 EA 6" Gate Valve and Box, 1 1,100.00 Complete in Place for Eleven Hundred Dollars and No Cents r Each. la-9 11 EA 8" Gate Valve and Box, 700.00 7 Complete in Place for Seven Hundred Dollars and No Cents r Each. Ia -10 15 EA 12" Gate Valve and Box, 1,400.00 21,000.00 Complete in Place for Fourteen Hundred Dollars and No Cents r Each. la-11 1 EA 16" Gate Valve and Box 5000.00 5,000.00 Complete in Place for Five Thousand Dollars and No Cents r Each. la-12 2 EA 2" Air Release Valve, 1 3,600.00 Complete in Place for Eighteen Hundred Dollars and No Cents Per Each. 1 -17 Bidding and connect Dorn MU A G Item Quantity Unit Description and Price in Words Unit Total No. Price Price Ia -13 16 EA Fire Hydrant Assembly and 6" Gate 1,900.00 30,400.00 Valve, Complete in Place for Nineteen Hundred Dollars and No Cents r Each. Ia -14 1 EA Relocate Existing Fire Hydrant 750.00 750.00 Assembly, Complete in Place for Seven Hundred Fifty Dollars and No Cents r Each. Ia -15 2 EA Reconnect Existing Water 550.00 1,100.00 Services, Complete in Place for Five Hundred Fifty Dollars and No Cents r Each. la-16 14 EA Connect to Existing 8" Water Line, 1,000.00 14,000.00 Complete in Place for One Thousand Dollars and No Cents r Each. Ia -17 2 EA Connect to Existing 10" Water 1,100.00 2,200.00 Line, Complete in Place for Eleven Hundred Dollars and No Cents r Each. la-18 2 EA Connect to Existing 12" Water 1 2 9 400.00 Line, Complete in Place for Twelve Hundred Dollars and No Cents r Each. 1 -18 BWdMg wd ccmuact ]Doc mmft r e 8 Item Quantity Unit Description and Price in Words Unit Total No. Price Price Ia -19 1 EA Connect to Existing 16" Water 1,800.00 1800.00 Line, Complete in Place for Eiahteen Hundred Dollars and No Cents r Each. la-20 5977 LF Trench Safety for Water Line, 1.25 7471.25 Complete in Place for One Dollar and Twenty -Five Cents r Linear Foot. la-21 750 SY Temp 6" HMAC Roadway 15.00 11,250.00 Material, Complete in Place for Fifteen Dollars and No Cents r Square Yard. 1 - Bidding vW Conum Docwn= s ®® �I1 r r e t! r r Coppell Road Project # ST 98 -01 UNIT PRICE BID SCHEDULE Part B - Paving and Drainage Imnrovements Item Quantity Unit Description and Price in Words Unit Total No. Price Price lb-1 1 LS Preparation of Right -of -Way, 50 50,000.00 Complete in Place for Fifty Thousand Dollars and No Cents r Lump Sum. Ib-2 1 LS Erosion and Sedimentation 20 20,000.00 Control During Construction, Complete in Place for Twenty Thousand Dollars and No Cents r Lump Sum. lb-3 28 EA Adjust Existing Water Valve Box 150.00 4,200.00 to Grade, Complete in Place for One Hundred Fifty Dollars and No Cents r Each. lb-4 5 EA Adjust Existing Manhole Rims to 500.00 2,500.00 Grade, Complete in Place for Five Hundred Dollars and No Cents r Each. lb-5 2 EA Adjust Existing Water Meter Boxes 150.00 300.00 to Grade, Complete in Place for One Hundred Fifty Dollars and No Cents r Each. 1 -20 Bidding wd Conaact Documpna r r. e C C C C C r r r r e r r r r r Item Quantity Unit Description and Price in Words Unit Total No. Price Price lb-6 12400 CY Unclassified Street Excavation, 5.00 62,000.00 Complete in Place for Five Dollars and No Cents r Cubic Yard. lb-7 5060 CY Compacted Fill, 2.50 12,650.00 Complete in Place for Two Dollars and Fifty Cents r Cubic Yard. Ib-8 23731 SY 8" Lime Stabilized Subgrade for 1.50 35,5 %.50 Roadway, Complete in Place for One Dollar and Fifty Cents r Square Yard. Ib -9 3042 SY 6" Lime Stabilized Subgrade for 2.00 6 Trail, Complete in Place for Two Dollars and No Cents r Square Yard. lb-10 498 TON Lime for Roadway Subgrade 100.00 49,800.00 Stabilization, Complete in Place for One Hundred Dollars and No Cents r Ton. lb-11 64 TON Lime for Trail Subgrade 100.00 6,400.00 Stabilization, Complete in Place for One Hundred Dollars and No Cents Mr TON. 1 -21 Bidding and contract Documents 0 6 W Item Quantity Unit Description and Price in Words Unit Total No. Price Price Ib -12 22620 SY 8" Reinforced Concrete Pavement, 24.55 555,321.00 Complete in Place for Twenty Four Dollars and Fifty -Five Cents Per S uare Yard. lb-13 2520 SY 6" Reinforced Concrete Hike and 24.00 60 Bike Trail Pavement, Complete in Place for Twenty Four Dollars and No Cents r Square Yard. Ib -14 911 SY 4" Reinforced Concrete Sidewalk 22.00 20 Pavement, Complete in Place for Twenty Two Dollars and No Cents r Square Yard. Ib -15 157 SY 6" Gravel Driveway Transition, 15.00 2 Complete in Place for Fifteen Dollars and No Cents r Square Yard. Ib -16 362 SY 6" Reinforced Concrete 32.00 11,584.00 Driveways, Complete in Place for Thirty Two Dollars and No Cents r S uare Yard. Ib -17 1 LS 6" Reinforced Double Concrete 7,500.00 7 1 ,500.00 Drive with Stamped Entrance to the Mansions, Complete in Place for Seventy -Five Hundred Dollars and No Cents r Lump Sum. 1 -22 Bidding and conb*d Documents I Item Quantity Unit Description and Price in Words Unit Total No. Price Price lb-18 4 SY 6" Reinforced Concrete Alley 100.00 400.00 Pavement Replacement with Curb, Complete in Place for One Hundred Dollars and No Cents r Square Yard. Ib -19 10000 LF 6" Monolithic Curb, 1.20 12,000.00 Complete in Place for One Dollar and Twenty Cents r Linear Foot. 1b -20 817 SY 2" HMAC Type "D" Surface 5.00 4,085.00 Course, Complete in Place for Five Dollars and No Cents r Square Yard. Ib -21 817 SY 6" HMAC, Type "B" Base 15.00 12,255.00 Course, Complete in Place for Fifteen Dollars and No Cents r Square Yard. lb-22 332 LF 3" Sch. 40 PVC Conduit, 10.00 3,320.00 Complete in Place for Ten Dollars and No Cents r Linear Foot. lb-23 242 SY Brick Pavers for Bike Trail 35.00 8,470.00 Crossing, Complete in Place for Thirty Five Dollars and No Cents r Square Yard. 1 -23 Bidding and CmhM DOCOMMa I Item Quantity Unit Description and Price in Words Unit Total No. Price Price lb-24 2 EA Type I Barrier Free Ramp, 600.00 1,200.00 Complete in Place for Six Hundred Dollars and No Cents r Each. lb-25 6 EA Type I Modified Barrier Free 650.00 3,900.00 Ramp, Complete in Place for Six Hundred Fifty Dollars and No Cents r Each. lb-26 6 EA Type II Barrier Free Ramp, 650.00 3,900.00 Complete in Place for Six Hundred Fifty Dollars and No Cents r Each. lb-27 1 LS Traffic Control and Barricades, 25 25 Complete in Place for Twenty Five Thousand Dollars and No Cents r Lump Sum. lb-28 16 EA Traffic Sign Assembly, 250.00 4,000.00 Complete in Place for Two Hundred Fifty Dollars and No Cents r Each. lb-29 4 EA 6" Painted Pipe Bollards, 200.00 800.00 Complete in Place for Two Hundred Dollars and No Cents r Ea ch. lb-30 160 LF Thermoplastic 18" Stop Bars 6.30 1 (Type n, Complete in Place for Six Dollars and Thirty Cents r Linear Foot. 1 -24 Bidding and contact DocamenN Moll Item Quantity Unit Description and Price in Words Unit Total No. Price Price lb-31 2854 EA 4" Yellow Non - Reflective Traffic 3.15 8,990.10 Buttons, Complete in Place for Three Dollars and Fifteen Cents r Each. Ib -32 456 EA 4" Yellow Reflective Traffic 7.35 3,351.60 Buttons, Complete in Place for Seven Dollars and Thirty Five Cents r Each. lb-33 25 EA 4" White Non - Reflective Traffic 3.15 78.75 Buttons, Complete in Place for Three Dollars and Fifteen Cents r Each. Ib -34 17 EA 4" Blue Reflective Traffic 8.00 136.00 Buttons, Complete in Place for Eight Dollars and No Cents r Each. lb-35 130 LF Remove and dispose of Existing 5.00 650.00 Metal Beam Guard Rails, Complete in Place for Five Dollars and No Cents r Linear Foot. lb-36 613 LF TOOT PR- 1 Railing, 75.00 45,975.00 Complete in Place for Seventy Five Dollars and No Cents r Linear Foot. 1 -25 slam and C Uma Do=mc= i ft r Item anti Qu ty Unit Description and Price in Words P Unit Total No. Price Price lb-37 10 LF 18" RCP (Class III), 50.00 500.00 Complete in Place for F y Dollars and No Cents r Linear Foot. lb-38 1403 LF 21" RCP (Class IIn, 33.00 46,299.00 Complete in Place for Thirty Three Dollars and No Cents r Linear Foot. lb-39 89 LF 24" RCP (Class M), 40.00 3,560.00 Complete in Place for Forty Dollars and No Cents r Linear Foot. 1b-40 19 LF 27" RCP (Class III), 47.00 893.00 Complete in Place for Forty Seven Dollars and No Cents r Linear Foot. Ib-41 853 LF 30" RCP (Class ]In, 49.00 41,797.00 Complete in Place for Forty Nine Dollars and No Cents r Linear Foot. lb-42 35 LF 96" RCP (Class M), 400.00 14,000.00 Complete in Place for Four Hundred Dollars and No Cents r Linear Foot. lb-43 299 LF 3- 10'x6' Multiple Cast -in -Place 800.00 239,200.00 Concrete Box Culvert (MC 10 -2), Complete in Place for Eight Hundred Dollars and No Cents r Linear Foot. 1 -26 Bidding and Contract DOMMIa 9 U ti L! i 7 lly I, Item Quantity Unit Description and Price in Words Unit Total No. Price Price Ib-44 14 CY 3- 10'x6' Multi. Box Culvert 400.00 5,600.00 Straight Wingwalls (FMCW -S1), Complete in Place for Four Hundred Dollars and No Cents r Cubic Yard 1b-45 50 SY 6" Reinforced Concrete Apron, 42.00 2,100.00 Complete in Place for Forty Two Dollars and No Cents r Square Yard. Ib-46 6 EA Reinforced Concrete Energy 600.00 3,600.00 Dissipaters, Complete in Place for Six Hundred Dollars and No Cents r Each. Ib-47 5 EA 4' Square Standard Storm Drain 2,200.00 11,000.00 Manhole, Complete in Place for Twenty -Two Hundred Dollars and No Cents r Each. Ib-48 15 EA 10' Recessed Curb Inlet, 2,000.00 30,000.00 Complete in Place for Two Thousand Dollars and No Cents r Each. Ib49 1 EA 10' Standard Curb Inlet, 2,000.00 2,000.00 Complete in Place for Two Thousand Dollars and No Cents r Each. 1 -27 . Bidding and Conaaac nommma r Item Quantity Unit Description and Price in Words Unit Total No. Price Price Ib -50 1 EA 4' Square Drop Inlet with Concrete 2,500.00 2,500.00 Apron, Complete in Place for Twenty Five Hundred Dollars and No Cents r Each. Ib-51 430 LF Earthen Drainage Swale, 7.00 3,010.00 Complete in Place for Seven Dollars and No Cents r Linear Foot. Ib -52 6 LF Jack and Bore 24" RCP Under 300.00 1,800.00 Wall, Complete in Place for Three Hundred Dollars and No Cents r Linear Foot. Ib-53 2708 LF Trench Safety for Storm Drain 1.75 4 Installation, Complete in Place for One Dollar and Seventy -Five Cents r Linear Foot. lb-54 560 CY Unclassified Channel Excavation, 6.00 3,360.00 Complete in Place for Six Dollars and No Cents r Cubic Yard. 1-55 1176 SY 12" Grouted Rock Rip -Rap, 38.00 44 Complete in Place for Thirty Eight Dollars and No Cents r Square Yard. 1 -28 siMa8 wa contact Dww is 0 0 Item Quantity Unit Description and Price in Words Unit Total No. Price Price Ib-56 376 SY 6" Reinforced Concrete Rip -rap 44.00 16,544.00 Protection, Complete in Place for Forty Four Dollars and No Cents r Square Yazd. lb-57 142 EA Tree Removal and Disposal, 160.00 22,720.00 Complete in Place for One Hundred Sixty Dollars and No Cents r Each. lb-58 25 EA Tree Removal and Replacement 200.00 5,000.00 (2" — 6" Caliper Various Variety), Complete in Place for Two Hundred Dollars and No Cents r Each. lb-59 15 EA 5 Gallon Red Tip Photinia Shrubs, 50.00 750.00 Complete in Place for Fifty Dollars and No Cents per Each. lb-60 10288 SY Hydromulch Seeding, 0.75 7 9 716.00 Complete in Place for No Dollars and Seventy-Five Cents r Square Yard. Ib-61 8620 SY Bermuda Block Sodding, 2.75 23,705.00 Complete in Place for Two Dollars and Seventy -Five Cents per Square Yard. Ib-62 2076 LF Remove and Replace Existing 4.00 8 Barb -Wire Fence, Complete in Place for Four Dollars and No Cents per Linear Foot. 1 -29 Bidding OW Couusct Docw=ts C 1 i l- �1 3 Item Quantity Unit Description and Price in Words Unit Total No. Price Price lb-63 190 LF Remove and Replace Existing 14.00 2,660.00 Wooden Split Rail Fence, Complete in Place for Fourteen Dollars and No Cents per Linear Foot. Ib -64 20 EA Adjust Existing irrigation Sprinkler 250.00 5,000.00 Heads to Grade, Complete in Place for Two Hundred Fifty Dollars and No Cents per Linear Foot. Ib -65 1 EA 96" RCP Sloped End Treatment, 5,000.00 5,000.00 Complete in Place for Five Thousand Dollars and No Cents per Linear Foot. SUBTOTAL —PART A (la -1 thru Ia -21) $ 396.572.80 SUBTOTAL — PART B (Ib-1 thru lb-65) $ 1.604.376.95 TOTAL BID ITEMS (Part A and Part B) $ 2.000.949.75 TANGIBLE PERSONAL PROPERTY COST $ 850.873.45 1 -30 Bidding and conMict Docnm=U i i a U , E t.L 6 E.L H. - - 3-11-NINU TIM SUBTOTAL — PART A (Ia -1 thru Ia. -21) $ 396,572.80 SUBTOTAL — PART B (Ib-1 thru Ib-65) $ 1,604,376.95 TOTAL BID ITEMS (Part A and Part B) $ 2,000,949.75 In Words: Two Million Nine Hundred Forty Nine Dollars and Seventy Five Cents. 6. BIDDER agrees that all Work awarded will be completed within 2411 Calendar Days. Contract time will commence to run as provided in the Contract Documents. 7. Communications concerning this Bid shall be addressed to the address of BIDDER indicated on the applicable signature page. 8. 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). 9. 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. SUBNHTTED ON 25 Feb 1999 1 -31 siddW =W conaut nocunmts F, [. L, BID AFFIDAVIT The undersigned certifies that the bid prices contained in this bid have been carefully reviewed and are submitted as correct and final. Bidder further certifies and agrees to furnish any and/or all commodities upon which prices are extended at the price offered, and upon the conditions contained in the Specifications of the Invitation to Bid. The period of acceptance of this bid will be ninety (90) calendar days from the date of the bid opening. STATE OF COUNTY OF �� �" BEFORE ME, the undersigned authority a Notary Public in and for the State of Cxis , on this day personally appeared who after being by me Name duly sworn, did depose and say: R I t2 ( am a duly authorized office/agent for Name. _ ar - En �5aL U^; imRuc i i cy-� << Y and have been duly authorized to execute the Name of Firm / foregoing on behalf of the said E►) ��ezc- 6y" j - TN LT / 10 Cr Name of Firm I hereby certify that the foregoing bid has not been prepared in collusion with any other Bidder or individual(s) engaged in the same line of business prior to the official opening of this bid. Further, I certify that the Bidder is not now, nor has been for the past six (6) months, directly or indirectly concerned in any pool, agreement or combination thereof, to control the price of services/ commodities bid on, or to influence any individual(s) to bid or not to bid thereon." Name and Address of Bidder: ti� f5eLt, L.P5TA cT (c-- n _ (C(,c� fin+== �t�.;�,� �v�l tJ*1.c 1X 4S 1 L' Telephone: (2-(4- 3 S9 - LS'9 by: Title: 4 - 0tei , Signature: SUBSCRIBED AND SWORN to before me b,Y the above named on this the Z S 4�, day of N5 LE 'r � Notary Pu 1' and for State of ••:ter,. � . ROBERT D. WEBER Notary Public, State of Taxes My Commission Exp. 03. 14.2002 1-32 Bidding and Contract Documents r If BIDDER IS: An Individual By (Seal) (Individual's Name) doing business as Business address Phone No. A Partnership By (Seal) (Firm Name) _ (General Partner) Business address Phone No. #r - A Corporation B 1 IL C�- ►r� -c��,� C �K; L,$, y (Corporation Name) (State of Incorporation) (Name of person authorized to sign) (Title) (Corporate Seal) Attest C-'5 �y Phone No. z 3:ig 65 1 A Joint Venture E By � (Name) (Address) (Name) (Address) (Each joint venture must sign. The manner of signing for each individual, partnership and corporation that is a partner to the joint venture should be in the manner indicated above.) (Secretwy) Business address cS ;' %; 1 -33 Bidding and Contract Documents E PREVAILING WAGE RATES General Decision Number TX980045 Superseded General Decision No. TX970045 State: ~S Construction Type: HEAVY CONSTRUCTION County(ies): CO~ ~ JN GRAYSON ROCKWALL DALLAS JOHNSON TARRANT DENTON KAUPMAN WICHITA ELLIS PARKER Heavy and Highway Construction Projects in Wichita County Only. Highway Construction Projects Only for Remaining Counties. Modification Nu_mber 0 1 Publication Date 02/1311998 05/22/1998 *SU'TX2043A 03/26/1998 Rates Air Tool Opecat_or ............... $9.00 Asphalt Raker ................... 9.55 Asphalt ShoveJer ................ 8.80 Batching PlantWcigher .......... 11.51 Carpenter ..................... 10.30 Concrete Finisher (Paving) ........ 10.50 Concrete Finisher (Structures) ...... 9.83 Conaete Rubber ................. 8.84 Electrician ..................... 15.37 Flagger ........................ 7.55 FormBullder(Struaures) .......... 9.82 Form Liner (Paving and Curb ) ...... 9.00 Form Setter (Paving and Curb ) ...... 9.24 Form 3~tter (3tra~m'~s) ............ 9.09 Laborer, Comm,m ................ 7.32 Laborer, Utility ................... 8.94 Mechanic ...................... 12.68 Offer ....................... 10.17 Painter (Structures) .............. 11.00 Pipelayer ....................... 8.98 Servicer ........................ 9.41 Work Zone Barricade ............. 7.32 Asphalt Distributor Operator ...... 10.29 Asphalt Paving Machine ......... 10.30 Blaster 11.50 Broom or Sweeper Operator ........ 8.72 Bulldozer ..................... 10.74 Rates Concrete Curing Machine ......... 9.25 Concrete Fini_~mg Machine ...... 11.13 Concrete Paving Joint Machine .... 10.42 Concrete Paving Joint Sealer ....... 9.00 Concrete Paving Saw ............ 10.39 Conaete Paving Spreader ........ 10.50 Dragline, Shovel .............. 11.04 Foundation Drill Operator (Crawler Mounted) .................... 10.00 Foundation Drill Operator (Truck Mounted) .................... 11.83 Front End Lo~__de~_ ................ 9.96 Mining Machine Operator ......... 8.62 Mixer ....................... 10.30 MLxer (Concrete Paving) ...... ,... 9..50 Mowr~0peratar ........... 10.96 Pavement Marking Machine ....... 7.32 Reinforcing Steel Setter (Paving) ... 13.21 Reinforcing Steel Se~ter(Struaures) 13.31 Roller, Steel Wheel (plant-Mix Pavements) ................... 9.06 Roller, Steel Wheel (Other, Flat Wheel orTamping) ................... 8.59 Roller, Pneumatic (Self propelled) ... 8.48 Scraper ........................ 9.63 SllpformMachtneOperator ........ 9.92 '!' "l ....ili i '11 I Itl Spreader Box Operator ........... 10.00 Steel Worker (Structural) ......... 14.80 Tractor (Crawlet Type) ........... 10.58 Tractor (Pneumatic) .............. 9.15 Traveling Mixer ................. 8.83 Vibrator Operator (Hand Type) ..... 7.32 Wagon-Driller, Boring Machine . .. 12.00 Welder ....................... 11.57 Truck Drivers: Lowboy-Float .................. 10.44 Single Axle, IAght ................. 8.965 Single Axle, Heavy ............... 9.02 Tandem Axle or Semi-Trailer ....... 8.77 Trasit-Mix ..................... 9.47 Winch ........................ 9.00 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 (29 ~ 5.5(a) l(v)). In the listing above, the "SLT' designation raea~ that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1 ) Has there been an initial decision in this martS. This can be: ~ an existing published wage determination survey underlying a wage determination Wage and Hour Division letter setting forth a position on a wage determination matt~ conforming (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regionel Office fc~ 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 fonnal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage DetefmtnatioBS Wage and Hour Division U.S. ~t of tabor 200 Constitution Avenue, N.W. Washington, D.C. 20210 ff the answer to the question in 1 ) is yes, then an interested party (those affected by the action) can request review and reconsideration fi'om the Wage and Hour Administrator (S~ 29 CFR Part 1.8 and 29 CIaR Part 7). Write to: Wage and Hour AdminiStrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, D.C. 20210 The request should be accompanied by a full statement of the interested party' s position and by any information (wage payment data, projea description, area practice mateflat, etc.) that the requmtcz conalders relevant to the issue. 1-35 Bk~U~=dC, mU~~ I;I ~i' !: :I · [ I IN' II I ! N"ITI: It '. i' ~1 .... . ' hi"' L STANDARD FORM OF AGREEMENT. BETWEEN OWNER AND CONTRACTOR ON THE BASIS OF A STIPULATED PRICE THIS AGREEMENT is dated as of the / 0 f~ day of ~ tJ~ U ,~ "/" in the year 1999 by and between the CITY OF COPPELL, TEXAS, a municipal corporation (hereinafter called OWNER) and Ed Bell Construction Company (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereina~er 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: The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Article 2. ENGINEER. The Project has been designed by Freese and Nichols, Inc., Consulting Engineers. Contract administration will be provided by the City of Coppell Engineering Depamnent who is hereinafter called ENGINEER and who is to act as OWNER's representative, assume all duties and responsibilities and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work'in accordance with the Contract Documents. 1-36 Bidding ad Contract Documml~ Article 3. CONTRACT TIME. 3.1. The Work will be completed within 240 calendar days from the date when the Contract time commences to run as provided in Item 1.13 of the General Provisions, and completed and ready for final payment in accordance with Item 1.51 of the General Provisions. 3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the time specified in paragraph 3.1 above, plus any extensions thereof allowed in accordance with Item 1.36 of the General Provisions. They also recognize the delays, expense and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for daily (but not as a penalty) CONTRACTOR shall pay OWNER FIVE HUNDRED and no/100 dollars ($500.00) for each day that expires after the time specified in paragraph 3.1 for Completion until the Work is complete. Article 4. CONTRACT PRICE. 4.1. OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents in current fun& 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 contact sum shall be the mount of $ 2,000.949.75. · The total tangible personal property cost included in the contract sum is $ 850,873.45. Article5. PAYMENT PROCEDURES. CONTRACTOR shall submit Applications for Payment in accordance with Item 1.51 of the General Provisions. Applications for Payment will be processed by ENGINVlh'~ 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 pwvided below. All pwgress payments wffi be on the basis of the progress of the Work measured by the schedule of values established in Item 1.5 1 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. 1-37 Bidding and ConUact Documenm 5.1.1. Prior to Completion, progress payments will be made in an mount equal to the percentage indicated in Item 1.51.2 of the General Provisions, but, in each case, less the aggregate of payments previously made and less such mounts as ENGINEER shall determine, or OWNER may withhold, in accordance with Item 1.52 of the General Provisions. 5.2. Final Payment. Upon final completion and acceptance of the Work in accordance with Item 1.51.4 of the General Provisions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said Item 1.51.4. Article 6. INTERF~T. 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 subsre'face conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in Item 1.3 of the General Provisions, and accepts the determination set forth in Item SC-1.20 of the Supplementary Conditions of the extent of the technical data contained in such reports and drawings upon which CONTRACTOR is enti~ed 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 Conwact Documents, including specifically the pwvisions of Item 1.3 of the General Provisions; and no additional examinations, investigations, explorations, tests, reports, studies, or similar information or data are or will be required by CO$CTOR for such purposes. 7.3. CONTRACTOR has reviewed and checked all information and c!_~.t_~ shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, 1-38 Bidding and Contract Documents reports, studies, or similar information or data in respect of said Underground Facilities am 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 1.3, 1.20 and 1.21 of the General Provisions. 7.4. CONTRACTOR has correlated the results of all such observations, examinations, investigations, explorations, tests, reports, and studies with the terms and conditions of the Contract Documents. 7.5. CONTRACTOR has given ENGINEER written notice of all eontliets, endOrs or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. Article 8. CONTRACTOR 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 1-36 thru 141, inclusive). 8.2. Exhibits to this agreement (immediately following this Agreement, inclusive). 8.3. Certificate of Insurance. 8.4. Notice of Award. 8.5. Part 1: General Provisions of the Standard Specifications for Public Works Construction, NCTCOG, latest edition. 8.6. Supplementary Conditions to the NCTCOG, Part 1: General Provisions (pages 2-1 through 2-8). 8.7. Specifications bearing the rifle: "Construction Specifications and Contract Documents for Coppell Road Project # ST 98-01' for the City of Coppert". 8.8. Drawings entitled: "Construction Hans for Coppell Road Waterline Improvements" and "Construction Plans for Coppert Road Paving and Drainage Improvements." 8.9. The following listed and numbered addenda: 8.10. CONTRACTOR's Bid Proposal and Bid Schedule of Section 1 - Bidding and Contract Documents. 1-39 8.11. Documentation submitted by CONTRACTOR prior to Notice of Award. 8.12. The following which may be delivered or issued after the F.,ffective Date of the Agreement and are not attached hemto: All Written Amendments and other documents mending, modifying, or supplementing the Contract Documents pursuant to Items 1.37 and 1.38 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 1.37 and 1.38 of the General Provisions. Article 9. MISCELLANEOUS. 9.1. Terms used in this Agreement which are defined in Item 1.0 of the General Provisions will have the meanings indicated in the General Provisions. 9.2. No assignment by a party hemto 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 (expect 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 assi~m~ment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 9.3. OWNER and CONTRACTOR each binds itseft, its parmen, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect of all covenants, agreements and obligations contained in the Contract Documents. ~ [ I I I I II lit; I IN I~ I: it ~1 M I :Ill: 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 OWNER: City of Coppell BY: ~ T1TI.F: ~ -~, ] TITLE: ATTEST: Address for giving notices: P.O. Box 478 Coppell? Texas 75019 Attn: Ken Griffin, P.E. Dir. of Engineering / Public Works Address for giving notices: ('If OWNER is a public body, attach evidence of authority to sign and resolution or other documents authorizing execution of Agreement.) (If CONTRACTOR is a corporation, attach evidence of authority to sign.) 1-41 [] i CONSENT OF THE SOLE D!IECTOR OF ED BELL CONSTRUCTION COMPANY hly 31, 1998 Pursuant to Section 9.10Co) of the Texas Business Corporation Act, the undersigm:d, being the sole director of Ed Bell Construction Company, a Texas corporation (the "Company"), hereby declares that when this Consent has been signed, the following resolutions shall be adopted at a meeting of the Board of Directors duly called and held for the purpose of acting upon such resolutions: RESOLVED, that Steven B. Priddy be, an~i he hereby is, authorized toexecute on behalf of the Company contracts and agrmnents binding upon the company for the performance of construction work' and services, and the furnishing of labor and materials in connection therewith. IN WITNESS WHEREOF, the undersigned has caused this Consent to be executed as of luly 31, 1998. Edwin S. Be!l, [ hereby certify that this is a tree copy of a page of the minute books of Ed Bell Construction Company. Notary~ublio,[n and for Dallas County, Texas IIl/lll/l/lll /111 I1!!/11 !:/{: i[ li 'li; Certificate of Insurance After award of contract, Contr~tor will provide Owner With Certificate of Insurance which will be executed and bound here with final documents. 1-42 ACORD. C : ,.,. ., .... . , . . :: !,. ,,,,.". "." "~ 0/18/~000 ''= SqmOUCER 'THI~ CERTIFICATE IS I~IIJED A~ A MATTER OF INFOItlIATION Aon Risk Services of Texas Inc OIlY AND COI:.,,..I NO FUGH'II UPON THE 114) 989-0000 a Zurich American Ins. Co. Ed Bell Investments, Inc.; s American Zurich Ins. Co. Ed Bell Construction Co. P. O. Box 540787 c National Onion Fire Ins. Dallas, TX 75354-0787 CO · THIS IS TO CERTIFY THAT THE POUCIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO 1HE INSURED NN4ED ABOVE FOR THE POUCY PE!IOO E L'IR X cmb~cw. iaew. usLnv ~ OVlNIED AUTOG INDICATED, NO3Y4TTHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER OOCUMENT WITH RESPECT TO WHICH THIS CERTIRCATE MAY BE ISSUED OR MAY PETrAIN, THE INSURANCE AFFORDED BY 1HE POUCIES I:N~SCRIBED HERBN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. uMrrS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 10/31/00 10/31/01 TAP1 llS~el BAPtIlIBll lo/31/oo lo/31/ol lo/31/oo lo/31/ol I'mSm,L&ADVK~URV , ~ C~aSa.DSsW. ELMT S eC01LYIIJURY 0"WSwa,) S srz4ossee 10/31/00 10/31/00 exoep~ Workers' C~enss~ion. Waiver of Certificate Holder for a11 covers . ---, ~~~~~:~~~~ ....... CoppeZZ fX 75019 OCT 2 3 2000 ,~ i i]i ;iliii~ k ' tll ~ [ I Aon Risk Services of Texas 2711 N. Haskell Ave.#800 LB$8 Dallas, TX 75204 (214) 989-0000 fax(214) 989-2580 mmm Ed Bell Investments, Inc.; Ed Bell Const~uction Co. P. O. Box 540787 Dallas, T~ 75354-0787 St, Paul Guardian National Union Fire Ins, Co, Tens workers' Co~ Ins Fund CERmCA~ MAY SE -_~_JED Cm MAY ~ERTAIN, THE NIURMICE ~ SY THE INXICIS CmE~C~Id ~ IS SUBJECT TO ALL THE Tgle. A, __sects. uamuw KK 28122888 lo/31/99 10/31/99 10/31/OOmmum~- __(~/NBq&CCNIRACTOR'SFfiOT .x. p--' x,-,x:l xvv X ~'4'~n~'r'mmr'tmum3 ~N4YAUTO L{ m ~ BE 7390812 Tq3FO00101aI74 Certi~cate Holder is additional ~mured w~th r ard ~o all coverage except Workers' C~2sa~i~, Waiver of S~r~a~on applies ~ favor of Certifica~e Holder for 811 covers es ~~~' ' :~=~'~' ~f~':Y.~T. ~ ....... :Sty of Coppall >.0. Box 476 :oppell TX 75019 ~.~.a..-~ ,.-,,~,~,..,-.,,~~-._ :, . -~_._- .....::--,_~ ...... .......... mm, ma~mmmm mMm THeSe,, ~a ssesee cma,m~ ~ mmmeam m mmm. roUT ,. T ~-_.m W { { m emtmAxmmm m tmmmmux~ ...... %%~"%'1W "'? ..................................................................... i,i[ ;it: {:i :l ~; I' l il i [ ]] l: {llli. [; ] (23.4) 989-0000 fax(23.4) 989-2580 axewe s Bell ZAvemt3mnCm, ZDC.; Ed Bell Construction Co. P. O. Box 540787 Dallas, TX75354-0787 St. Paul Guardian National Union Fire Ins. Co. Texas Workers' Ccem Ins Fund CERnF~TE MAY mS mUED (Xi MAY PEn'NN. THE elSURNeCE~ 8Y1Hi ~ ~,5~ e I ~~ ~ ~ ~'MIq&CCN1MmCTmlmlmmROT .X. x,,$,- P"n.,t except Workers' C_cm_p_anlatian. Waiver of eubroga~:n &pplies in tavor ' ["~T of Coppell Box 478 "m "'ii "'Tr'T ............:m ................[] ~ ....I ......I'i T ..........ii II1 ....I' ;l ............F"';[ tlI Itl~i "] PRODUCER THIS CEITT18CATE 18 ISSUED AS A MATTER OF INFORMATION Aon Risk Services of Texas 2711 N. Basks11 Ave.#800 LB#8 Dallas, TX 75204 (214) 989-0000 fax(214) 989-2580 ONLY AND C~&..-S NO IIIQH11 UPON THE CE%'TEICATE ALTER THE COVEPAll Ar~,.qDEL BY THE POUCIE8 BEU3W. COMPANIES AfrOIll]Ill8 COVERAQE st. Paul Guardian Ed Bell Investments, Inc.; National Union Fire Ins. Co. Ed Bell Construction Co. P. O. Box 540787 Texas Workers' ComD Ins Fund Dallas, TX 75354-0787 .... -' THIS IS ~ CERTI~ THAT THE POMCIB OF INSURANCE USTED BELOW ~ BEEN 18SUED ~ ME INSUFED N~ ABOVE F.O~ THE POUCY PE!tOD INDICA]B:), NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCU~ WITH I:EImECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE ~ BY THE POLICIES DESCRIBED HEREIN I~ SUBJECT TO ALL THE TERMS, A __eee~u~muw KK ImooTo4 10/31/98 10/31/99 3L per pr~ Aqg E A __au~xeaau~uw KK ~eloo?~l-1 10/31/98 10/31/99 __ HSED~UT08 EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. UMIT8 SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. -- FROI~YDAMASE GRRAeEI.MIIUTY AUTOOILY-EAKXIIIiT l mmeuMm. BE M?ml4 10/31/98 10/31/99 r,,Z:.OCCU,.E~E O~NB~H&NUMSREU/FORM I ~C womams~eemmaTiow,um TSF0a01082Fr4 10/31/98 10/31/991~w~A'~ l_.;u~m except'Workers' C_o~_~_ensation. Waiver of 8ubroga~o pplies in favor of Certificate Holder for all covers es ";i{ ']' 'i:'~ :rammini 1/11~1~ ~mm I1~ I1~! '~!~i ~1 ;{;' i' { Iti 'i: 'T .... General InstruCtiOns For Bonds The surety on each bond must be a responsible surety company which is qualified to do business in Texas and satisfactory to the Owner. 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. If the principals are panneE, 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 fn'm shall execute the bond as individuals. The signature of a witness shall appear in the appropriate place, attesting the signature of each individual party to the bond. 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 insmunent 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. 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. The date of this bond must not be prior to the date of the contract in connection with which it is given. 1-43 11 i~ I Ill II g]: Bond No. 11127418405 PERFORMANCE BOND STATE OF TEXAS COUNTY OF DALLAS } KNOW ALL MEN BY TItF~E PRESENTS: That Ed Bell ConstrucEion Company whose address is 10605 Harry Hines Blvd., Dallas, TX 75220 , hereinafter called Principal, and American Automobile Insurance C?mpany , a corporation organized and existing under the laws of the State of Missouri , and fully licensed to transact business in the State of Texas as Surety, are held and fn'mly bound unto the CITY OF COPPELL, a municipal corporation organized and existing under the laws of the Sta~_e of Texas, hereinaftcr called "Bene~ci ", in the hal sum of T~o Million Ni:~ Hundred Forty Nine and 75/100 ******l**l~********~**~******************** EX)IJ-ARS ($ 2,000,949.75 ) 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 Supplt~ental 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 Coppert, the Beneficiary, dated the loth of August ,.A.D. 19 99 , which is made a part hereof by reference, for the construction of certain public improvements that are generally described as follows: CoRneli Road/PrOject No, ST 98,01. ' -, Bid No.Q-0!99.03 ': NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agr~ments 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 fulffil 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 x~place 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. Bidding and Contract Documents "iii't':ii"[ ii IIIIIIIIIIIIIIIIf II/lllll/lll~lll~',!llllll l: i[ Ii PROVIDED FURTItER, 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 Contraet 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 Article 5160 of Vemon's Annotated Civil Statutes, 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 d~livered 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, Vemon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in S ix ( 6 ) copies, each one of which shall be doemed an original, thisthe 10th dayof August .19 99. Title: A TTESZ~49 SURETY American Automobile Insurance Company Tifie: Attorney-in-fact The Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and service of the process is: NAI~fE: Jerry P. Rose. Aon Rt~k S~rv~ees nf Texn~, The. ADDRESS: 2711 N. Baskell Avenue #800. Dallas. TX 75~04 'NOTE: Date of Performance Bond must be date of Contract. If Resident Agem not corporation, give person ~ name. 145 'i "~11 ;]i :li~; ii ~1 IIlNNNIIIIIN f ~l IN~ Illl~! ~INNNN !NINIII/ 1, PAYMENT BOND Bond No. 11127418405 STATE OF TEXAS } COUNTY OF DALLAS } KNOW ALL MEN BY THESE PRESENTS: That Ed Bell COnstruction Comnanv whose address is 10605 Harry Hines Blvd., Dallas, TX 75220 , hereinafter called Principal, and American Automobile Insurance Company , a corporation organized and existing under the laws of the State of Missouri , 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, hcreinafter called "Beneficiary", in the penal sum of Tvo Million Nine Hundred Forty Nine and 75/100 *************************************** DOT JARS ($ 2,000,949.75 ) 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, fttrnly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contra_et 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 CoppeH, dated the 10 th of Angus t , A.D. 19 99 , which is made a part hereof by reference, for the construction of certain public improvements that are generally described as follows: 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 pwsecution of the Work pwvided for in said Contract and any and all ~.uly 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. E 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 Hans, Specifications, Drawings, etc., accompanying the same, shall in anyway affect its obligation on this Bond, and it does hereby waive notice of any 1 --46 Bi~-'~-$ sad Contract Documents i ;ii !lii; ~ "] $ i IH f: i[ ]i ' !i I lh i such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder. This Bond is given pursuant to the provisions of Article 5160 of Vemon's Annotated Civil Statutes, 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 s ix (6) one of which shall be deemed an original, this the 10th day of August copies, each ,1999. PRINCIPAL SURETY Ed Bell Cons:~.'u~/~L~n Company American Automobile Insurance Company Title: Attorney-in-fact ATTEST: The Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and service of the process is: Jerry P. Rose, Aon Risk Services of Texas, Inc. ADDRESS: 2711N. Haskell Avenue #800, Dallas, TX 75204 ~V'~TE: Date of Performance Bond must be date of Contract. If Residem Agent not corporation, give person ~ name. 147 MAINTENANCE BOND Bond No. 11127418405 STATE OF TEXAS COUNTY OF DALLAS } KNOW ALL MEN BY THESE PRESENTS: THAT Ed Bell' Construction Company as Principal, and American Automobile Insurance Company , a corporation organized under the laws of Missouri , as sureties, do hereby expressly acknowledge themselves to be held and bound to pay un~o the City of Coppell One Million Four Hundred Seventy a MuniciRal C ration,. Texas, the sum of Four and 88/I0~°r~* Dollars and Cents ($ 1,000.474.88 ' ), for th~ 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 s ~ccessors joinfly and severally. THIS obligation is conditioned; however, that whereas, the said Ed Bell Construction Company has this day entered into a written contract with the said City of Coppell to build and consU'uct Coppell Road / Project # ST 93-01 which conWatt and ~z plans and specifications therein mentioned, adopted by the City of Coppell, Texas are hereby expressly made a pan thereof as through the same were wriuen and embodLexl 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 pan of said improvements that should be occasioned by settlement of foundation, defective workmanship or materials furnished in the construction or any pan thereof or any of the accessories thereto consuucted 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 -~ontract for each day's failure on its' pan 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 Cit:y Of CoDpell 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 fthnl~r understood 1-48 Bidding sad Contract Documents that the obligation herein to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished or in any manner affected from any cause during said time. IN WITNESS WHENOF, the said ~.a R~]I Cons~tr,,etion CO~p~D~V has caused these presents to be executed by and the said American Automobile Insurance Company has caused these presents to be executed by its Attorney in fact and the said Attorney in fact Lisa M. Bonnot , has hereunto set his hand, the 10th day of August ,19 99 . PRINCIPAL Ed Bell Construcl~o~4C~mpany By: ~9~' ~ ./ Ti~e: SURETY American Automobile Insurance Company By: Ti~e: A~orne, y-~ n-fac~ ATTEST: NOTE: Date of Maintenance Bond must not be prior to dale of Contract. 149 Bidding amt Contract Documents I! l i E FIREMAN'S FUND INSURANCE COMPANY NATIONAL SURETY CORPORATION ASSOCIATED INDEMNITY CORPORATION THE AMERICAN INSURANCE COMPANY AMERICAN AUTOMOBILE INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: Thai FIREMAN'5 FUND INSURANCE COMPANY, · California cor~, NATIONAL SURETY CORPORATION, an Illinois corporation, THE AMERICAN INSURANCE COMPANY, a New kney corporation mtomesticat~d in Nebraska, AS. SOCIATED INDEMNITY CORPORATION, a California corporation, and AMERICAN AUTOMOBILE INSURANCE COMPANY, · Missouri eo~ (l~,,t~n collectively callsd "the Companief') does each he~by appoint Jerry P. Rose, Don E. Cornell,' Robbi Morales, Lisa M. Bonnot and James W. Baughman of Dallas', TX. their ne and lawful Attorney(s)-in-Fact, with full power of authority hereby conferred in their name, place and ~e~, to execute, seal acknowledle and deliver any and all bonds, undertakings, recognizances or other written obligations in the nature thereof ........................... and Io bind she Companies thereby u fully and to the same extent as if such bonds were signed by the Pies·ring. Malnl with tim mix}fate seals of the Companies and duly nttesled by the Companies' Secretary, hereby ratifying and confirming all that h~e said Attomey(s)-in-Fact may do in Ihe !rams·see. This of anomey is granted under and by the authol'ity of Article Vll of the By-laws of FIREMAN'S FUND INSURANCE COMPANY, NATIONAL CO~s~'flON, THE AMERICAN INSURANCE COMPANY, ASSOCIATED INDEMNITY CORPORATION and AMERICAN AUTOMOBILE INSURANCE COMPANY which provisions are now in full force and effect, This power of attorney is siSned and sealed under the authority of the following Resolutiorbad~ed by the Board of Dis~Iors of FIREMAN'S FUND INSURANCE COMPANY. NATIONAL SURETY CORPORATION, THE AMERICAN INSURANCE CO Y, ASSOCIATED INDEMNITY' CORPORATION and AMERICAN AUTOMOBILE INSURANCE COMPANY at a meeting duly called and held, or by written conseeL on the 19th day of Mmx:h. 1995. and said Resolution has not b~n amended or repealed: "RESOLVED, thai the signature of any Vice-President. Assistant Secretary, and Resident Assistant Secrctm7 of the Companies, and th~ seal of the Companies may he affixed or printed on any power of attorney. on any revocation of any power of attorn~. or on any ~'eni~cate relatingthe·no. facsimile. and any' power of auomey. any revocation of any power of attorney. or certificate hearing such facsimile signatu~ or facsimik seal shall b~ valid and binding upon the Companies.'' day of A , STATE OF CALIFORNIA } ss. COUNTY OF MARIN By On~s 09 dayof AUgUSt 1999 ,hefmmep~'~n.qycame Harold N. Harsh who. ~in2 by ~ duly sw~. d~ ~M a~ ~y: ~ax he is a~ce-~i~m of ~ c~y, ~ in n ~ e~ ~ ~ ~ ~ls of ~ ~d C~s: ~m ~e ~als affix~ to ~e ~d in~m m such co~y ~s; ~ ~ ~ ~ ~ ~ ~ ~ ~m ~ ~t ~ sig~ his n~ ~e~o by like ~r. ~ W~S W~OE I ~ ~reMnt~t~y~n~ an~ ~xe~m~ offiCIO. the ~y ~ y~ ~in ~t a~ ~n. ~A~ OF C~OR~ } ~. CO~ OF M~ I, ~ u~ig~ R~i~nt Assi~l S~ of ~h corn y, ~ ~Y C~ ~ ~e ~ oinI ~ a~ ~ OF A~ ~ h~ m ~ ~; ~d f~ ~ ~cle VII ~ By-lawi of M ~y, ~ ~ ~a~ of ~ ~ d ~; m ~ Si~~E~County~M~n. Da~e 10~h ~y~ Augus~ 1999 ~Y91-II-98 i iil il, iii "W:: ! !1 [ l i [ Ii I1] ' Ill : I [: i[ ~i: liI [~ {~ [~ [~ II 2-1 SECTION 2 STANDARD S PECIH CA TI ONS SUPP~ARY CONDITIONS Sundm~ SpecU~Uom SupplemmUry Condifiom SUPPLEMENTARY CONDITIONS TO THE NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS GENERAL PROVISIONS THESE SUPPI-F. MENTARY CONDITIONS AMEND THE STANDARD GENERAL PROVISIONS OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, NORTH CENTRAL TEXAS, LATEST ADDITION, PREPARED BY THE NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS.AS INDICATED BELOW. ALl, PROVISIONS WHICH ARE NOT AMF. NDED OR SUPPLEMENTED REMAIN IN FULL FORCE AND EFFECt. AT,T- PROVISIONS AMENDED REMAIN IN FULL FORCE AND EFFECT AS AMENDED. PART I ITEM ITEM DIVISION 1 - GENERAL PROVISIONS 1,1S SURETY BONDS: SC-I,IS Add following sentence to Item 1.15 (a): "Maintenance Bond shall be required in the amount of .50% of the cost of the public improvements for a 2 year period." 1.16 NOTICE TO PROCEED: SC-1.16 Add following sentence to end of Item 1.16. "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 1.22.5, 1.28 and 1.51.1, 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." 1.19 PRIORITY OF CONTRACT DO~NTS: SC-1.19 Add the following language at the end of the Item 1.19: "If there is any co-~ict between the provisions of the Contract Documents and any such referenced standard specifications, 2-2 ITEM manuals or codes, the provisions of the Contract Documents shall take precedence over that of any standard specifications, manuals or codes." 1.20 CORRELATION AND INTENT OF DOCUMENTS: SC-1.20.1 Amend the first sentence of Item 1.20. 1 by changing "such copies" to be "five copies". Add the following to the end of Item 1.20. 1: '"In the preparation of Drawings and Specifications, ENGINEER has established and relied upon the following reports of explorations and tests of subsurface conditions at the site of the work: No geotechnical explorations or tests of subsurface conditions have been performed. The Contractor may take borings at the site to satisfy him~ff as to subsurface conditions." SC-1.20.~ Add the following new Item 1.20.5 immediately after Item 1.20.4: "1.20.5 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 consm:c~on. 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. 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." 1.22 CONTRACTOR'S RESPONSIBILITIES: SC-1.22.5 Amend the first sentence of Item 1.22.5 by adding the. following at the beginning of the sentence: "If requested by Owner, Engineer or Contractor". 2-3 ITEM 1.~4 PROTECTION OF WORK AND OF PERSONS AND PROPERTY: SC-1.24.2.1 Add the following new Item 1.24.2. 1 immediately after Item 1.24.2: 1.24.2.1 Should CONTRACTOR cause damage to the work or property of any separate Conlractor 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, indirec~y 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 worlC be any separate Contractor at the site give rise to any other claim, CONTRACTOR shall not institute any action, legal or equitable, against OWNER, ENGINI~ER or Consulting Engineer or pertnit 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 Ome 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 Itan 1.36. An extension of the Contract Time shall be CONTRACTORb exclusive remedy with respect to OWNER, ENGINEER and Consulting Engineer for any delay, disruption, interference or hindra/lce caused by any separate Contractor. 1.26 INSURANCE: SC-1.26.6 Add the following new item immediately after item 1.26.5: 1.26.6 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. 24 Stmiard sne~timiom Supplementary Conditions SC-1.26.7 Add the following new item immediately after item 1.26.6: 1.26.7 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 1.27 MATERIALS AND WORKMANSHIP: WARRANTIF~ AND GUARA.NTE~,S: SC-1.27.4 Amend the fast sentence of Item 1.27.4 to change the words "one year" to "two years". ITEM 1.32 WOIt~G AREA: COORDINATION WITH OTHER CONTRACTORS: FINAL CLEANUP: SC-1.32.1 Delete Item 1.32.1 in its entirety and insert the following in lieu thereof: "Construction stakes/surveying shall be provided by the CONTRACTOR. Vertical control has been established as shown on the construction plans. Horizontal control can be established from existing inlets, street intersections or other utilities indicated on the construction plans. The Contractor shall be responsible for establishing all lines and grades, and the precise location of all proposed facilities. The ENGINEER my make checks as the Work pwgresses 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 Drawing and Specifications and the lines and grades given therein." ITEM 1.33 OI14ER CONTRACTORS: OBLIGATION TO COOPERATE: SC-1.33 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 1.36; however, no increase in the contract price shall be due the Contractor." 2-5 Supplemmury CondMons Insert the following sentence at the end of the second paragraph of Item 1.33: "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 1.36." 1.36 DELAYS: EXTENSION OF TIME: LIOUIDATED DAMAGES: SC-1.36 Add the following at the end of the last paragraph in Item 1.36: "No extension of the contract time shall be allowed unless the CONTRACTOR can demonstrate the delay caused an adverse impact to the critical path and that loss of time can not be made up by revising the sequence of the work of the project." 1.37 CHANGE OR MODIFICATION OF CONTRACT: SC-1.37 1.37.1 Amend the last sentence in Paragraph two of Item 1.37.1 to delete the following "except as provided below." Add the following sentence to the end of paragraph two in Item 1.37.1. '"fhe unit price of an item of Unit Price Work shall be subject to re-evaluation and adjustment under the following conditions:" 1.42 INSPECTION AND TESTS: SC-1A2 1.42.3 Amend the first paragraph to delete "direction and expense of the Owner" and add the following "dir~tion of the Owner and expense of the ConUaetor". Amend the last paragraph, first sentence by changing "Contraaor" to "Owner". 2-6 /t {i i [ I I I ~ { 'i · [{1~ Hi :] ]l' l j ITEM 1.49 OWNER'S. EMPLOYEES OR AGENTS: ITEM SC-1.49.2 Replace Item 1.49.2 with the following new paragraph: 1.49.2 Con~ict of Interest City Charter states that no officer of the City shall have a financial interest, direct or indirect, in any contract with the City, nor shall be financially interested, directly or indirec~y, 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 mounts 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 Manger or the City C6uncil. The Contractor represents that no employee or officer of the City has an interest in the Contractor. 1.58 STATE AND LOCAL SALES AND USE TAXES: SC-1.58 Delete Item 1.58 and substitute the following in lieu thereof: "1.58 Recent legislation has removed the sales tax exemption previously provided by Section 151.31 1 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 It is still possible, however, for a contractor to make tax-free purchase of tangible personal pwperty 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 conwactor then receives an exemption certificate from the city for those materials. Crhis procedure may not be used, however, for materials which do not become a part of the finished product. For example, equipment rentals, form materials, etc. are not considered as becoming "incorporated" into the pwject). 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 bidders bid form will be used to develop the "separated contract" and will determine the extent of 2-7 Stmd=d sve~c~ti~ supplementw7 Conditions I !!11 I ! I i i !tll. :ll: a l. :1 tl; ~/: t i,:;~ PART H ITEM ITEM ITEM ITEM the tax exemption. Upon execution of the construction contra~, the contractor shall f~drnish a breakdown (per item) of 1) materials incorporated into the project; and 2) labor, equipment, supervision and materials not incorporated into the project." DIVISION 2 - MATERIALS 2.1.3. TRENCH BACKFILL: (b) Types "B" and "C" (4) Additional Requirements (S) Additional Requirements for Type "C" ba~kfill when used in streets: Insert the following paragraph at the beginning of this subsection:, "All trench back~H shall he compacted to between 95 percent and 100 percent of Standard Proctor Density as determined by ASTM 13-698 at, or up to five (5) percentage points above, optimum moisture content, using mechanical compaction mahods unless otherwise specified in the Plans. Water jetting may he used only with specific written permission of the Engineer." 2.1.6. RIP RAP OR STONE MASONRY: (b) Materials and Dimensions (4) Mortar Rip rap. Add the sentence: "Mortar or concrete type shall he approved by the Engineer and shall conform to A.S.T_M. C 387-83." 2.1.7. PIPE BEDDING MATERIAL FOR STO~ SEWERS: (a) General: Amend the first sentence, by striking the words "requirements for earth bedding" and x~place with "recommendations of the pipe manufacturer, and shall he approved by the Engineer". (b) Earth Bedding: Add the following sentence at the be nning of this paragraph: "Earth bedding will not he permitted without written approval of the Engineer." 222. CHEMICAL ADMIXTURES: (d) Mineral Admixtures. Delete paragraph (d) 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. 2-8 PART IH ITEM ITEM PART IV ITEM PART V ITEM DIVISION 3 - SITE PREPARATION 3.1.2. CONSTRUCTION METHODS: Add the following sentence after the second sentence: 'q'he method of protection shall be 2 inch by 4 inch wood railing unless otherwise shown on the Plans or directed by the Engineer." 3.72. DENSITY: Strike the fn'st sentence and replace with the following: '~arth cmbedment and select material shall be compacted to between 95 percent and 100 percent of Standard Proctor Density as determined by AST1VI D-698 at, or up to five (5) percentage points above. optimum moisture content, using mechanical compaction mathods, unless otlgi~ise specified in the Plans or Specifications." DIVISION 4- SUBASE AND BASE COURSES 4.8.4. CONSTRUCTION METHODS: (b) Compaction Amend the last sentence of the first paragraph, by striking the words: "90 percent of the maximum dry density of such material." and replace with the words "95 percent of the maximum dry density of such material, or as directed by Engineer." DIVISION S - PAVEMENT AND SURFACE COUP, SES 5.8.2. CONSTRUCTION METHODS: (e) Joints O) Expansion Joints: Delete the first paragraph and replace with the following: '~xpansion 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 600 linear feet of pavement, unless otherwise specified on the Plans or directed by the Engineer." (C) Proximity to Existing Structures: Add to end of sentence, "or as directed by the Engineer". 2-9 Sumdata SVeeii~.c,io., PART VI ITEM (2) Contraction Joints. Delete the fast sentence of the fast paragraph and insert the following: "Contraction or dummy joints shall be sawed to 1-1/4 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." (h) Finishing. (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." (2) Hand. Add a new paragraph after fast 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." DMSION 6 - UNDERGROUND CONDUIT CONSTRUCTION 6.2.9. BACKFILL: Co) Compaction. (2) 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 raplacing 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 directe~ by the Engineer." 2-10 1'NIlII !j I T ' ~ · ~]Jl I' f~;I tl : I!; ~sl T~[li iT J"'l r i ilEl 3-1 I1 ! i ~ SECTION 3 SPECIFIC PRO[ECT SPECIFIC PROJECT REQUIREMENTS The construction specifications which apply to this project are the Standard Specifications for Public Works Construction - North Central Texas prepared through the North Central Texas Council of Governments (C.O.G.). 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 C.O.G. Standard Specifications are contained in Section 3 - Special Provisions to Standard Specifications for Construction. In the event that an item is not covered in the Project Drawings 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 considereal as part of the Specifications when referenced. A.S .A. A.S .T.M. A.A.S .H.T.O. A.C.I. A.W.S. A.W.W.A. S.S.P.C. U.L. N.E.M.A. W.P.C.F. TX.DOT C.D.G..S. S .S .P.W.C.N.C.T. American Standards Association Axr~rican Society of Testing Materials American Association of State Highway & Transportation Officials Ameri,~au Concrete hstitute American Welding Society American Water Works Association Steel S~ Painting Council, Federal Specifications Treasury Departm~t Underwriters Laboratories National Electrical Manufacturers Association Water Pollution Control Federation Texas Department of Transportation City of Dallss General Specifications Standard Specifications for Public Works Construction North Cenmd Texas "'li"l'!i!['~"i :i IIIIIIII !~lll ~1/11/1/i IiI1~1 !, ,I,~ il litl I~i l ii I i 1.1 1.2 1.3 1.5 1.7 OWNER: The "Owner" as referred to in these Specifications is the City of Coppell, P.O. Box 478, Coppell, Texas 75019. ENGINEER: The "Engineer" as referred to in these Specifications is the City Engineer, City of Coppell, Engineer of the Owner (Freese and Nichols, Inc.), or such other representatives as may be authorized by said owner to act in any particular position. CITY OF COPPELL: All improvements described in this Proposal and Construction Drawings shall be done 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 Standard Specifications for Construction for the City of Coppell, Texas shall apply. 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 property owners and the Contractor assumes all liability. PROJECT DESCRIFHON: This work shall consist of the construction of a 12-inch PVC waterline, storm drainage systems and 8" reinforced concrete pavement improvements to improve Coppeli Road to a 38' B-B pavement section from Sandy Lake Road to SH 121, along with all related work necessary to complete the project as detailed in the plans and specifications. CALENDAR DAY COUNT: Calendar days shall be counted by the Engineer on the basis of the definition set out in the General Conditions of Agreement. The calendar day count shall be suspended upon receipt by the Engineer of a written request for final inspection. The calendar day count shall resume upon receipt by the Contractor of a written list of items necessary to satisfactorily complete the project. This process shall continue until such time as the project is accepted by the Engineer, and the Owner. The calendar day count will not be suspended or otherwise affected by use of completed portions or "substantial completion" of any of the project. 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 shah erect and maintain, as required by existing conditions and progress of the work, all reasonable safeguards for safety and protection, including posting danger signs and other warnings against hazards, promulgating safety regulations and notifying owners and users of adjacent utilities. 3-3 r il I,i; lii i T ~ ' u: i a i I! Ii !! i i ! ft~,: J'" iil: 9: I:: al 1.10 1.11 1.13 SOIL INVESTIGATION: The indications of subsurface physical conditions on the drawings and in the specifications are the result of site investigations by Rone Engineers, Inc., 11234 Goodnight Lane, Dallas, Texas 75229. A copy of this nport is available for review at the offices of Freese and Nichols, Inc., 1341 W. Mockingbird Lane, Ste. 230-E, Dallas, Texas 75247. 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. The Contractor shall preserve all stakes or marking 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. 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. TESTING LABORATORY SERVICE: The Contractor shall make arrangements with an independent laboratory acceptable to the owner for all back~H compaction, concrete and other testing as required by the construction plans and standard specifications. The Contractor shall bear all related costs of tests, inspections or approvals. 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. Two copies shall be provided to the Owner of all reports and laboratory test results. No separate payment shall be made to the Contractor for the cost of geotechuical testing services which shall be considered incidental to the project. 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. PRESERVATION OF TREES: Permission of the Engineer must be obtained for removal of trees on the property that obstruct the installation of the improvements as outlined in this project. Penalty for destruction of a tree without permission shall be assessed per the City of Coppell Tree Ordinance Number 91500-A-203. If damage is continuous, tree guards shall be erected when so directed by the Engineer at the Contractor's expense. Any tree that is to be saved shall be fenced as per the Tree Ordinance. No storing of material or equipment, including vehicles, will be allowed within the drip line of the trees to be saved. [? F 1.14 1.15 COOPERATION OF CONTRACTOR: The Contractor shall have on the project at all times, as his gent, a competent Superintendent capable of reading the p~ans and specifications and thoroughly experienced in the type of work being performed.' The Superintendent shah have full authority to execute orders or directions and to promptly supply such materials, equipment, too]s, 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. (a) WARNING DEVICES: The Contractor shall have the responsibility to provide and maintain all warning devices and take all precautionary measures required by law and the Texas Manual on Uniform Traffic Control Devices (TMUTCD) 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. No separate 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. 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 City anticO~ates that the work will be performed in 3 to 4 phases. Tiw Contractor shall submit a tra. O~c control plan, for each phase of the project, to be reviewed by the City prior to the beginning of work No lane shah be barricaded before 9:00 t~tt~ or aftor 4:00 p.m. The Contractor's responsibility for providing and maintaining flagmen, watchmen, warning devices, barricades, signs, and lights, and other precautionary measures shall not cease until the project shall have been accepted. If the Engineer discovers that the Contractor has failed to comply with the applicable federal and state law Coy 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 prec~tion~ me~ures as required by law to be taken to protect persons and property, and to be reimbursed by the Contractor for any expense incurred in ordering such additional precautionary measures. In addition, the Contractor will be held responsible for all damages to the work and other public or private property due to the failure of warning devices, barricades, signs, lights, or other precautionary measures in protecting said property, and whenever evidence is found of such damage, the Engineer may order the damaged portion immediately removed and replaced 3-5 Sl~mcPm~Requitnn.~ 1.16 1.17 1.18 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 t.~s work is considered incidental and shall not be separate pay item. (b) DETOURS AND BARRICADES: The Contractor shall submit to the Project Inspector two (2) copies of each Traffic Control Plan four (4) weeks prior to closing any street or section of street or causing any obstruction to traffic on any street. The Contractor shall not proceed with the implementation of the Traffic Control Plan until notified by the Project Inspector that the plan has been accepted. The Traffic Control Plan shall be drawn at a scale not less then 1 "=200' unless approved by the Project Inspector and such that it is legible and shall include proposed street closings, detours, barricade placements and sign placements, including advance warning signs and pavement markings if necessary. The Contractor shall furnish and erect suitable barricades, signs and appropriate pavement markings to protect the motorists and pedestrians, as set forth in the latest edition of the TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES. The barricades, signs and pavement markings shall be constructed, placed and adequatly maintained as set forth in the Traffic Control Plan or as directed by the Engineer and/or his authorized representative. Compensation will be made to the Contractor for furnishing, installing and maintaining barricades, signs, pavement markings and detours, and their subsequent removal at the lump sum price bid to include all phases of construction. EXISTING UTILITIES. STRUCTURF~ AND OTHER PRQPE~RTY: 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. After commencing the work, use every precaution to avoid interferences with existing underground and surface utilities and structures, and protect them from damage. Where the locations of existing underground and surface utilities and structures are indicated, these locations are generally approximate, and all items which may be encountered during the work are not necessarily indicated. The Contractor shall determine the exact locations of all items indicaW. d, and the existence and locations of all items not indicated. The Contractor shall ~ 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 settle in total cost of all damage suits which may arise as a result of this operations. DRAINAGE: The Contractor shall maintain adequate drainage at all times. PROJECT MAINTENANCE: The Contractor shah maintain, and keep in good repair, the improvements covered by these plans and specifications during the life of the contract. During SVec~R.,qm 1.19 1.20 1.21 .22 1.24 all phases of construction, the Contractor is responsible .for maintenance, repair and any temporary paving to maintain a smooth and clean driving surface along the existing Coppell Road paving until the project is complete. During Constru~ction. 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. Any tracking of dirt, mud and/or materials from this project on streets shall also be cleaned up at the Contractor's expense. Final. Upon completion of the work, the Contractor shall remove from the site all plant, materials, tools and equipment belon~ng 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. 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 satis~ himserf that the work is proceeding in general accordance with the contract documents, but he will not be a guarantor of the Contractor's performance. DISPOSAL OF WASTE AND SURPLUS EXCAVATION: All trees, stumps, slashings, brush or other debris removed from the site as a prelixninary to the construction shall be removed from the property prior to construction ending on that day. Any required burning and disposal permits shall be the sole responsibility of the Contractor. Vegetation that has been cut must be removed from the sitewithin 24 hours. All excavated earth in excess of that required for backfilling shall be removed from the job site and disposed of in a satisfactory manner. WATER FOR CONSTRUCTION: The Contractor shall make the necessary arrangement for securing and transporting all water required in the construction, including water required for mixing of concrete, sprinkling, testing, finsiting, flooding, or jetting. The Contractor shall provide water as required at his own expense. 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. EROSION CONTROL: The Contractor shall be responsible for furnishing, constructing and maintaining control measures as necessary to prevent and control soft erosion, sedimentation and water pollution in accordance with the city of CoppeWs Erosion Control Ordinance. 3-7 These measures shall be maintained throughout the construction and shall be coordinated with any permanent or temporary pollution control feature required on the plans or in the specifications. Lump sum payment shall be made for all work necessary to comply with all local, state and federal regulations and the erosion control plan for the duration of the project. ff the Owner, Engineer or Inspector determines that additional erosion protection is needed, the Contractor shall provide such measures at his own expense. CONSTRUCTION SEOUENCING: The project shall be constructed in accordance with the Conuactors approved Construction Sequencing Plan unless approved otherwise by the Engineer. If the Contractor wishes to deviate from the Contractor approved plan, be must submit an alternate plan to the Engineer for approval prior to beginning work. In preparing bids and a construction sequencing plan, the Contractor shall mainUfin a minimum of two lanes of traffic. The Contractor should anticipate that Coppell Road can be closed, with City Approval, to through traffic from SH 121 to the entrance drive into the Mansions, provided that an alternate traffic route is provided. 1.26 PROJECT SIGNS: The contractor shall be responsible for furnishing and erecting two (2) project signs, (one at each end of the project) in locations as directed by the Engineer. The signs shall be furnished in accordance to the specifications and details on page 3-10. Furnishing, installing and maintaining the signs in good condition shall be considered incidental to the Contract and no separate payment will be made. 1.27 1.28 1.29 ACCESS TO PRIVATE PROPERTY: The Contractor shall at no time obstruct the access to Coppell Road from' any residential streets, commercial driveways or Corporate Park Blvd. The Contractor shall put all private drives in an accessible condition to allow residents ingress and egress before leaving the job site for an extended period of time, except during the pouring and curing of drive approaches. "Extended period of time" is defind as overnight, weekends, holidays or a period of inclement weather. The Contractor shall leave with the Project Inspector telephone number's of responsible persons available twenty-four (24) hours a day to handle emergencies concerning ingress and egress. ff any pedestrian vehicle becomes stranded due to an inaccessible condition, any legitimate claims arising from such conditions shall be the sole responsibility of the Contractor. ff such claims are not setfled prior to the monthly pay estimate, they shall be deducted from that estimate. USE OF PRIVATE PROPERTY: The Contractor shall not at any time'use private property to park or turn around construction vehicles or store equipment and/or materials without written permission of the property owner involved. The Contractor shall not at any time use water metered by meters set for the property owners' use without written permission of the propertry owner. PROTECTION OF THE PUBLIC (COG 1.29.2): The Contractor shall at all times conduct the work in such manner as to insure the least possible obstruction to public traffic and protect the safety of the public. Public safety and conveuience and provisions therefore made necessary by the work, shall be the direct responsibility of the Contractor and shall be perform at his entire expense. 3-8 1.30 Materials placed on the site or materials excavated and the construction materials or equipment used shall be located so as to cause as little obstruction to the public as possible. Any materials or equipment stored in the right-of-way shall be barricaded for safety. The Owner reserves the right to remedy any neglect on the part of the Contractor as regards to public convenience and safety, which may come to its attention. The cost of such work perfromed or materials furnished by the owner shall be deducted from the monies due or to become due to the Contractor. PROTECTION OF ADJACENT PROPERTY: The Contractor shall be responsible for the protection of all fences, trees, curb and gutter and other improvements on the property adjoining the construction sites from damage by the contractor's equipment and men. The Contractor shall be responsible for notifying the property owners in advance of any trimming to be done on the existing trees. The Contractor shall notify the City of any trees, shrubs or bushes that must be removed by the construction. No trees will be removed by the Contractor until permission is granted by the Engineer or his designated representative. The Contractor will not be allowed to place excess materials, forms, equipment or any other materials outside the street right-of-way without written permission of the property owner and approval of the Project Engineer. CITY OF COPPELL PROJECT SIGN Notes: 1 ) Lettering should be bold type 2) Sign should be 8' x 4' 3) Sign Panel will be ~" exterior plywood painted as shown on detail 4) Frame will be 2"x4" Stock (reinforced behind sign panel at Approx. 2' centers) 5) All paint to be "Outdoor Type" 6) Coppell Logo to be provided by the City Example on next page. 3--9 · uli i' CITY OF COPPELL PROJECT SIGN NOTES: 1) LETTERING SHOULD BE BOLD TYPE 2) SIGN PANEL WILL BE 3/4" EXTERIOR PLYWOOD PAINTED AS SHOWN ON DETAIL 3) FRAME WILL BE 2"X4" STOCK- REINFORCED BEHIND SIGN PANEL AT APPROX. 2' CENTERS 4) ALL PAINT TO BE "OUTDOOR TYPE" 5) COPPELL LOGO TO BE PROVIDED BY THE CITY EXAMPLE: E, BELTLINEWATERUNE WA94.01' (817) 926-43/7 OOMPLETION DATE:SPRIIIJ1995 '1] i!"F"' ;1 IIIIIIIII ',//11111 ~1~ II!l~ IJ SECTION 4 DESCRIPTION OF PAY ITEMS 4-1 IF I i i i Hlii '!m !l:i ] Ill !~. i'!: 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 Item. Note: Any traffic control plan r~quimd in Section~l.15 of the Specific Project Requirements is subsidiary to the price for the vatiota bid items. Pay Item la-l: MOBILIZATION & DEMOBILIZATION This item shall consist of the mobilization and demobilization of equipment and supplies at the project site in preparation for beginning work on other contract items. Mobilization shall include, but is not limited to, the movement of equipment, material, supplies, etc. to the project site and the establishment of office and other facilities necessary prior to beginning the work. Demobilization shall itselude, but is not limited to, the removal of equipment, material, supplies, project sign, offices and other facilities from the project site. Payment for work covered under this section of the specifications will be made at the lump sum price bid for "Mobilization" which payment shall constitute hall compensation for labor, equipment, tools, and incidentals necessary to complete the work specified herein. Partial payments for the lump sum bid for "Mobilization" will be as follows. The adjusted contract amount for construction items as used below is I!defined as the total contract amount less the lump sum bid for Mobilization. 1. When 1% of the adjusted contract amount for construction is earned, 50% of the mobilization lump sum bid will be paid. When 5% of the adjusted contract amount for construction is earned, 75% of the mobilization lump sum bid will be paid. Previous payment under this item will be deducted from the above amount. e When 10% of the adjusted contract mount for construction is earned, 90% of the mobilization lump sum bid will be paid. Previous payments under this item will be deducted from the above amount. 4. Upon completion of all work under this contract, payment for the remainder of the lump sum bid for "Mobilization" will be made. Pay Item Ia-2,3,4,5,6: PVC WATER LINE PIPE All water pipe 10" and smaller shall be C-900, Class 200 PVC Pipe. All water pipe over 10" shall be C-900, Class 150 PVC Pipe. All water pipe shall be installed in compliance with NCTCOG Item 2.12. 4-2 iil '; 'ial~ ' ' ~[ i 11 Embedment for all water pipe shall typically be per City of Coppell's Standard Specifications and per NCTCOG Item 6.2. and 2.1.8. Required densities shall be obtained by mechanical compaction, and backfilling shall not commence over embedment until density tests have verified the required compaction. Detectable underground utility warning tapes which can be located from the surface by a pipe detector shall be installed directly above the pipe. The detectable tape shall be 12 gauge, galvanized wire with the tape not less than 2" wide. The tape shall be safety precaution blue and imprinted with the message as follows: "Caution - Buried Water Line Below" Installation of detectable tapes shall be per manufacturer's recommendations and shall be as close to the grade as is practical for optimum protection and detectability. Allow a minimum of 18' inches between the tape and the line. Payment for furnishing and installing the tapes shall be subsidiary to the price per linear foot for water main. Concrete blocking on this project will necessarily be required as shown on the Plans and shall be installed in accordance with the City of Coppell's Standard Specifications and Details. All valves shall have concrete blocking provided for support. No separate payment will be made for any of the work involved in completing the concrete blocking and all costs incurred will be considered incidental to and included .in the price bid per linear foot of the water pipe. All water lines installed by this contract shall be tested and chlorinated in accordance with standard City procedures, requirements, and the Standard Specifications. Measurement and payment shall be made on the basis of the unit price bid per linear foot and shall be full compensation for furnishing and installing the pipe, concrete blocking, trenching, backfffi, compaction, materials, equipment, tools, labor and all incidentals necessary to complete the work. Pay Item Ia-7: DUCTILE IRON FITTINGS Water line fittings shall be ductile iron conforming to NCTCOG Item 2.12 and ANSI/AWWA, Cll0 (latest revision), standard or short body, for use with Class 150 or 200 PVC Pressure Pipe. All fittings shall have mortar lining with bituminous seal coat as specified in ANSIYAWWA C104 (latest revision), and an exterior bituminous coating in accordance with ASA A21 (outside coating). Measurement and payment shall be made on the basis of the price bid per ton, at all sizes as actually furnished and installed for horizontal or vertical fittings (whether they be bell and spigot, mechanical joint, or standard or short body) and shall be full compensation for all materials, tools, equipment, labor and incidentals necessary to complete the work. 4-3 ~,dPsylm I I ! II[ ~ I i iilii ; I ~: i Pay Item Ia-8,9,10,11: GATE VALVES AND BOXES All gate valves shah conform to NCTCOG Item 2.13 and the AWWA Standard for "Gate Valves, Resilient-Seated, 3" through 48", for Water and Sewage Systems", ANSI/AWWA, C509 (latest revision). All gate valves shah be iron body, bronze mounted, wedged disc, resilient rubber seat, non-rising stem, internal wedging type 200 psi working pressure, U/L listed and FM approved. Valves shall close by turning the handwheel clockwise. Payment for adjustment of valve cover runs to final grade shall be made separately. Provide valve stem extensions as required to maintain valve stems 18" minimum below finished grade. Measurement and payment shall be made on the basis of the unit price bid per each and shall be full compensation for furnishing and installing the valve, Cast iron valve box, necessary valve stem extensions, concrete support blocking, other materials, equipment tools, labor and incidentals necessary to complete the work. Pay Item Ia-12: 2" MR RELEASE VALVE All 2" air release valves shah conform to NCTCOG Item 2.13.2 and City of Coppell Standard Detail SD15. Meter box for valves shah be located a minimum of two feet behind curb and outside of the sidewalk or bike trail areas. Pay Item Ia-13,14: HRE HYDRANT AND GATE VALVES Fire hydrants shall be furnished and installed, except for those to be relocated, at the locations shown on the Plans. Only City approved fire hydrants shah be used. Construct per City of Coppell standard detail sheet SD16 and verify with City prior to ordering. Installation shall include fire hydrant and short 6" nipple between the valve and hydrant. Valves shall close by tttrning the handwheel clockwise. As shown on the plans, one fn'e hydrant assembly is to be removed, salvaged, cleaned and relocated. Relocated fire hydrant shall be constructed per City' Standards. Measurement and payment shah be made on the basis of the price bid per each for the fn'e hydrant assembly, including gate valves, complete in place, and shah be full compensation for all materials, equipment, tools, labor and incidentals necessary to complete the work. Pay Item la-15: RECONNECT EXISTING WATER SERVICES This item shall include disconnection and reconnecting the existing water services to the new 12" water main. Services shah be constructed in,accordance with NCTCO0 Item 2.16 and City of Coppell Standard Detail sheet SD18. I)Saeriptim of Pay l~una Contractor shall maintain (i.e. no service interruption in excess of 30 minutes) water service to each individual customer during the 19 hours between 5:00 A.M. and Midnight (unless noted otherwise on the plans). Minimum 48-hour notice shall be given by Contractor to each customer for any scheduled interruption (at a~.y time of day). Measurement and payment shall be on the basis of the unit price bid for each service installed and adjusted properly and will be full compensation for all labor, equipment, tools, materials and any incidentals necessary to complete the work Pay Item Ia-16,17,18,19: CONNECT TO EXISTING WATER SYSTEM This item consists of connecting the proposed 12-inch water line to the existing 8", 10", 12" and 16" water system by means other than the use of tapping sleeves and valves or cut-in gate valves. The Contractor shall locate the existing water line, make the connection with a sleeve, if necessary, and provide other fittings, blocking, labor, and incidentals required. Contractor shall uncover tie-in location, verify existing facilities, and coordinate approval and connection with the City in the field. Measurement and payment shall be made on the basis of the price bid per each and shall be considered full compensation for all labor, equipment, cutting of pipe, and incidentals necessary to complete the work. Pay Item la-20: TRENCH SAFETY (WATER LINE & UTILITY ADJUSTMENTS) The Contractor shall provide necessary shoring and/or bracing to adequately provide a safe trench situation for the water line and utility adjustments construction meeting the requirements of the United States Department of Labor Occupational Safety and Health Administration (OSHA). Work shall be performed per NCTCOG Item 1.24.3. The Contractor shall have a trench safety plan prepared, signed, and sealed by a registered professional engineer. No separate payment will be made for preparation of this plan. Measurement and payment for this item shall be made on the basis of the price bid per lineal foot for all trench depths in excess of five (5') feet and shall be full compensation for all materials, equipment, tools, labor and other incidentals necessary to complete the work. Pay Item Ia-21: TEMPORARY ROADWAY MATERIAL Temporary 6" H.M.A.C paving shall be in accordance with the Plans and per NCTCOG Items 2.4.13 and 5.7. This pavement will be used for the temporary widening, replacement of H.M.A.C. pavement removed for water line installation and transitioning traffic during each phase of the project, as directed by the Engineer. H.M.A.C. pavement 4-5 D~efipfion of pay Items ;I HI ! I1; i I section shall consist of a 2" surface course and 4" base course. Measurement and payment shall be per NCTCOG Item 5.7.5 on the basis of the price bid per square yard for 6" H.M.A.C. paving installed at the locations required by construction or as shown on the Contractor's approved construction sequencing plan. H.M.A.C. paving transitions and driveways will not be paid for unless approved by the Engineer. Pay Item Ib-l: PREPARATION OF RIGHT-OF-WAY In addition to the description of work in NCTCOG Item 3.1, work under this pay item shall include the following: a. The removal of all existing dnainage pipe, headwalls, inlets and other related drainage structures and/or appurtenances; b. The removal, temporary storage (at an approved location) and reinstallation of all public roadside signage. In certain cases, a roadside sign assembly may be maintained in place during construction, if approvexl by the F_,nginccr. These items of work shall be considered incidental to preparing the right-of-way and no separate payment will be made to the Contractor. Measurement and payment shall be made on the basis of the price bid per lump sum and shall be full compensation for all materials, tools, labor and any incidentals necessary to complete the work. Pay Item Ib-2: EROSION AND SEDIMENTATION CONTROL DURING CONSTRUCTION This item shall consist of the installation of all erosion and sedimentation control devices as called for in the plan drawings and specifications and as required to comply with local, state and federal regulations. Contractor shall pay close attention to NCTCOG 3.12, "Temporary Erosion, Sedimentation and Water Pollution Prevention Control." The Contractor will be responsible for preparing a site specific Storm Water Pollution Prevention Plan for the project. The Contractor shall comply with state and federal regulations for fding a "Notice of Intent" to begin work and a "Notice of Termination" once work is complete. Measurement and payment for erosion and sedimentation control during construction shall be made on the basis of the unit price bid per lump sum and shall be full compensation for providing all materials, labor, equipment and any incidentals necessary to provide erosion and sedimentation control during construction as specified, including additional measures as may be required to meet local codes and ordinances, proper maintenance of the systems during construction and proper removal and disposal when 4-6 ~ of Pay Items ki ~~11 ~ emmmalam:~l/lllll iii i [ .... i' ~:' ' ' i I ,i i ii complete. Payment shall also include work covered as "Care of Water During Construction", which shall constitute full compensation for all costs of furnishing all labor, silt fencing, inlet protection and drainage channels, installing equipment as required, maintaining the work free from water, handling contaminated water, and removing all temporary protection works, complete in place. Pay Item Ib-3,4,5: ADJUST EXISTING WATER VALVE BOXES, MANHOLE RIMS AND METER BOXES TO GRADE At locations shown in which street grades are being changed as indicated on the plans, it will be necessary to adjust existing and proposed water valve boxes, manhole rims and meter boxes as required. No separate pay is allowed for damage to utilities due to asphalt removal, additional grading, etc., as may occur at time of construction. Cost for repair to such damage shall be considered incidental to the contract. Measurement and payment for each item shall be made on the basis of the price bid per each for the unit adjusted properly to plan grade and be full compensation for all labor, equipment, tools, materials and any incidentals necessary to complete the work. Pay Item 1b-6,7: UNCLASSIFIED STREET EXCAVATION & COMPACTED FILL In addition to the description of work in NCTCOG Item 3.3, work under this pay item shall include the removal and disposal of the existing asphalt paving within the limits of construction as shown on the Plans. The Contractor shall provide a saw cut joint at the limits of the pavement removal. The existing thickness of asphalt is unknown. "The work covered in NCTCOG Standard Specification Item 3.7 EMBANKMENT shall be included in the work under this pay item for unclassi~ed excavation as required to place and compact suitable materials within the street right-of-wayS to the line and grades established on the plans." The quantities of unclassi~ed excavation and compacted ~l are based on excavation and fill required to construct the roadway section to the grades shown and per the street cross- sections included on the plans. Estimated quantities are based on cut/fill quantities generated from street cross-sections using an average-end method of calculation. Quantity is based on "raw" dirt numbers and the Contractor shall make adjustments for swell or shrinkage with no additional pay. Compacted fill is based on using acceptable fill material from street excavation. Embankment material required to be imported shall be considered incidental to the Contract and not additional payment will be made to the Contractor for import material. Measurement and payment shall be in accordance with Paragraph 3.3.6 of NCTCOG Item 3.3. The quantity provided in the Proposal/Bid Schedule shall be the basis for compensation unless the scope of work is revised by the Engineer. Should the scope of 4-7 Description of Pay Itum i I', i I 'Iit :'1 work change, then the unit price bid per cubic yard will be used to adjust the contract. Any damage to manholes, underground utilities, utility service lines, valves, valve boxes, etc. as a result of the Contractor's work under this pay item shall be repaired by the Contractor at his sole expense. Pay Item Ib-8,9,10,11: LIME STABILIZED SUBGRADE Ume is to be placed in slurry form. Lime stabilization shall be provided under all proposed concrete paving, curbs, hike and bike trail paving and I-IMAC paving for transition, unless noted otherwise. Lime shall be in accordance with NCTCOG Item 2.5 and subgrade stabilization shall be in accordance with NCTCOG Item 4.6. After subgrade treatment and shaping is complete, Contractor shall maintain the moisture content in the subgrade to prevent drying and cracking. After completion of final rolling, an asphalt curing sealant shall be applied at the rate of 0. 15 gallons per square yard (NCTCOG Item 4.6.5). Measurement and payment shall be in accordance with Paragraph 4.6.7 of NCTCOG Item 4.6. Pay Item Ib-12,13,14,16,18,19: REINFORCED CONCRgl~ PAVEMF2~, SIDEWALKS, TRAH..S, ALLEY REPLACEMENT AND 6" MONOLITHIC CURBS Class "A" concrete shall be used for all concrete pavement, sidewalk, driveway, trail and curb improvements on this project. Concrete shall have a minirnum cement content of 5 sacks/cubic yard and have a minimum compressive strength of 3,000 psi when tested at 28 days. No fly ash substitution is permitted. Desired slump for the concrete mix shall be 3" with a maximum of 4" allowed. Contractor shall pay close attention to NCTCOG Item 5.8.2(e)(2) "Contra~tion Joints." All sawcutting of concrete pavement "shall be completed within 5 to 12~ hours after concrete slab is poured". Failure to comply with this requirement will subject the slab to rejection. All joints on roadway sections shall be spaced a maximum of 20' apart. Joints on sidewalks and trail sections shall be spaced at an interval equal to the width of the paving section. Joints shall be sealed with a silicone joint sealant prior to opening to traffic. Measurement and payment shall be made on the basis of the price bid per square yard per NCTCOG Item 5.8.7. Measurement and payment for the 6" monolithic curb shall be on the basis of the price bid per linear foot for the reinforc~ concrete curb complete in place as shown on the plans and shall be full compensation for all form work, reinforcing, curing, protection, materials, equipment, tools, labor and incidentals necessary to perform the work. 4-8 De,: ~ of by Items Pay Item Ib-l$: GRAVEL DRIVEWAY TRANSITION A1 locations shown on the plans, a 6" depth of 3~,, crush limestone shall be placed and rolled into place for driveway transitions between the concrete drive approach and the existing. driveway section. Materials shall comply with NCTCOG Item 4.5. Measurement and payment will be by the square yard of material placed to a depth of 6" and shall include all labor, equipment and incidentals to complete the work. Sawcut of existing pavement shall be required at intersections and alley. Pavement shall be removed to provide clean edge. There will be no separate pay for concrete sawing, and it shall be considered incidental to other pavement bid items. Pay Item lb-17: 6" REINFORCED DOUBLE CONCRETE DRIVE WITH STAMPED ENTRANCE The double concrete drive shall be constructed of 6" driveway pavement per City of Coppell standards. The pavement shall have a pattern, color and texture to match the existing driveway. A sample pour of the stamped Section will be requir~ for approval by both the City of Coppell and the Subdivision prior to placement of the fmal driveway. This item shall be bid on a lump sum basis and include all materials, labor, equipment and incidentals necessary to complete the work. Pay Item Ib-20,21: H.M.A.C. PAVEMENT H.M.A.C. paving shall be in accordance with the Plans and City Standards and per NCTCOG Items 2.4.13 and 5.7. This pavement will be used to provide a smooth transition seCtion to match the existing paving and driveways as indicated in the plans. A 2" Type "D" surface course and a 6" Type "B' base course shall be constructed as shown on the plans. Tack coat and prime coat shall be applied at rates shown in accordance with NCTCOG Item 5.1 and 5.3. Measurement and payment shall be per NCTCOG .Item 5.7.5 on the basis of the price bid per square yard for HMAC paving installed at the locations shown on the Plans at the width and/or length specified. HMAC paving transition and driveways outside the limits shown on the Plans will not be paid for unless approved by the Engineer. Pay Item Ib-22: Y' PVC CONDUIT Underground conduits shall be Schedule 40 PVC pipe constructed at the locations shown on the plans in accordance with NCTCOG Item 6.7. A minimum 12" x 12" PVC pull box shall be installed at the termination of each pipe nm at no additional pay. A pull wire or tape shall be installed in each conduit run. Pay Item Ib-23: BRICK PAVEItS FOR BIICE TRAIL CROSSING Desea'iption of Pay lhsms This item shall include the construction of brick paved crossings in accordance with the Plans and City Standard Construction Detail SDT. Brick color and layout for crossings shall be approved by the City prior to construction. Measurement and payment for this item shall be made on the basis of the unit price bid per square yard and shall be full compensation for furnishing all materials, labor, equipment, forming and any incidentals as may be required to complete the work. Pay Item Ib-24,25,26: TYPE I AND H BARRIER FREE RAMPS This item shall include the construction of barrier free ramps in accordance with the details on the Plans. Class "A" concrete shall be used for all concrete ramps on this project. Concrete shall have a minimum cement content of 5 sacks/cubic yard and have a minimum compressive strength of 3,000 psi when tested at 28 days. No fly ash substitution is permitted. Desired slump for the concrete mix shall be 3" with a maximum of 4" allowed. All ramps shall be constructed to comply with ADA requirements. A non-skid surface finished with tooled joints on 4" c-c spacing shall be constructed. Measurement and payment for this item shall be made on the basis of the unit price bid per each and shall be full compensation for furnishing all materials, labor, equipment, forming and any incidentals as may be required to complete the work. Pay Item Ib-27: TRAFHC CONTROL AND BARRICADES This item shall consist of the installation of all traffic control devices, temporary line delineators, and temporaP/signage to comply with MUTCD standards during all phases of construction. An approved traffic control and construction sequencing plan shall be prepared by the construction prior to construction. Measurement and payment for traffic control during construction shall be made on the basis of the unit price bid per lump sum and shall be full compensation for providing all materials, labor, equipment and any incidentals necessary to provide traffic control during all phases of construction as specified, including additional measures as may be required at the direction of the Engineer. Pay Item Ib-28: TRAFFIC SIGN ASSEMBLY This item shall consist of furnishing and installing all traffic sign assemblies as indicated on the Plans or as directed by the Engineer. All work, measurement and payment shah be in accordance with Item 644 of the TxDOT, 1993 Standard Specifications for Construction of Highwavs. Streets and Bridges. 4-10 Dem'ila~n of Pay Items teammall Pay Item Ib-29: PAINTED PIPE BOLLARDS This item shall include the construction of pipe bollards at the end of the Bike Trail in accordance with the details on the Plans. Bollards shall be painted "green" using paint in accordance with NCTCOG Item 2.9, and have reflective white tape bands as shown on the plan details. Measurement and payment for pipe boLlards shall be made on the basis of the unit price bid per each and shah be full compensation for providing all materials, labor, equipment and any incidentals necessary. Pay Item Ib-30: THERMOPLASTIC 18" STOP BARS The stop bars and pavement markings shall comply with Item 666 of the TxDOT, 1993 Standard Specifications for Construction of ~I-Iighways Streets and Bridges, City standards and plans. Contractor shall verify style, width (length) and height with the City prior to placement. Surface preparation shall be considered incidental to this pay item. Measurement and payment shall be made on the basis of the price bid per linear foot for furnishing stop bars and shall be full compensation for all materials, tools, labor, equipment and any incidentals necessary to complete the work. Pay Item lb-31,32,33pM: TRAFFIC BI. YI~ONS This pay item shah consist of furnishing and installing all traffic buttons as indicated on the Plans. The Contractor shall carefully follow the manufacturer's recommendations in the use of the epoxy adhesive. The applicable port. ions of Items 672 of the TxDOT, 1993 Standard Specifications for Construction of Highways. Streets and Bridges, shall be strictly followed. Surface preparation shall be considered incidental to this pay item. Measurement and payment shall be on the basis of the price bid per each button type shown on the plans and in the proposal and shall be full compensation for furnishing all buttons, materials, tools, equipment, labor and any incidentals required to install the buttons in compliance with the plans and specifications. Pay Item Ib-35: REMOVE OF EXISTING GUARD RAILS This item shaft consist of removing existing metal beam guard rafts as indicated on the plan drawings. Measurement and payment shall be made on the basis of the unit price bid per linear foot and shall be full compensation for the removal and disposal guard rails and posts and all other incidentals including excavation, backfilling, equipment, tools, materials and labor to complete the work. 4-11 13 Pay Item Ib-36: TXDOT PR-1 RAILING The installation of railing shall be in compliance with TxDOT Standards for PR-1 railing, as shown on the plans. Installation shall comply with TxDOT and NCTCOG Item 8.12. The Contractor shall submit a foundation design for anchoring each post based on HS-20 loadings. Detail shall be approved by Engineer prior to installation. Railing shall be painted "green" in accordance with NCTCOG item 2.9. Measurement and payment shall be made on the basis of price bid per linear foot of railing, complete in place, and shall be full compensation for all materials, equipment, tools, labor and incidentals necessary to complete the work. Pay Item Ib-37 thru 42: REINFORCED CONCRETE PIPE All RCP storm drain shall be Class HI per NCTCOG Item 2.12.3. Backfffi and embedment shall be in accordance with City details and per NCTCOG Items 2. 1.7, 2.1.8, and 6.2.8 thru 6.2.10. RCP shall be installed per plan details and .NCTCOG Division 6. All bends shall be pre-fabricated. Where leads or pipe terminate into an existing system, a concrete collar shall be poured at the junction to form a watertight connection. All concrete collars shall be considered incidentals to this pay item. Pipe joint material shail be OmniFlex as approved by the City of Coppell. TempOrary pavement repair consisting of a minimum of twelve (12) inches of flexible crushed stone base shall be constructed and maintained along all storm drain pipe and box culvert installed in areas to be open to traffic prior to the construction of the final pavement section. This work shall be subsidiary to the installation of the pipe and/or culvert (no separate pay). Measurement and payment shall be made on the basis of the price bid per linear foot of pipe installed at all depths and shall be full compensation for all materials, tools, equipment, labor and any incidentals necessary to complete the work including all excavation, embedment and backfill in accordance with NCTCOG Items 5.7.4. l(d) and (e). Pay Item Ib-43,44: CONCRETE BOX CULVERT AND WINGWALLS Box culvert and winpall construction shall be cast-in-place per NCTCOG Division 7, the plans and TxDOT details. The 3-10'x6' MBC shah be constructed per TxDOT standard MC10-2. Straight wingwails shah be constructed using TxDOT Standard FIVICW-S1. All box culverts and winpalls shah set on 6" minimnm crushed stone embedment and shall be constructed at the alignment shown on the plans. Concrete box culverts of the size and type shown in the plans shah be measured by the linear foot in place. The measurement will be the flow line length, along the centerline, 4-12 between the ends of the culvert. Wingwalls vary in height from 6' to 6" and in length as shown on the plans. Payment for wingwails shail be on the actuai cubic yardage measured in the field for the wail and footings. The unit price bid per linear foot for the various sizes and types of "Concrete Box Culvert," shail be full compensation for consmicting, or furnishing and transporting sections; the preparation and shaping of bed; joinring of sections; connections to existing structures; concrete, reinforcing steel, and ail other items of materiai, labor and equipment, tools, and incidentals necessary to complete the work in accordance with the plans and specifications. When sections are laid on a skew, full compensation for cutting the ends, when required by the plans, shail be included in the unit price bid per linear foot. Pay Item Ib-45: 6" REINFORCED CONCRETE APRON Concrete aprons shall be reinforced with #3 bars at 18" c-c in each direction. The apron shail extend bev, veen the wingwails and to the ends of the wingwalls where the concrete rip-rap begins. The apron shall connect to the wingwall footings with ~4 dowel bars on 12" centers. The apron shail be constructed using a 3000 psi, 5 sack mix design. Pay Item Ib-46: REINFORCED CONCRETE ENERGY DISSIPATERS Energy dissipaters shail be constructed per the plan details using a 4000 psi, 5.5 sack mix design. The dissipaters shail have s~,, chamfers on all exposed edges. The locations for the dissipaters arc shown on the plans. Pay Item Ib-47: 4' SQUAURE STANDARD STORM DRAIN MANHOLES (SDMH) Concrete used for the construction of manholes and inlets shall be Class "A" modified to have a minimum 5.5 sacks of cement/cubic yard of concrete with4,000 psi minimum compressive strength when tested at 28 days. All work shall be performed in accordance with City Details and per NCTCOG Items 2.1, 2.2, 7.1, 7.4, and 7.6. Measurement and payment shall be made on the basis of the unit price bid per each type and size of SDlVlH at all depths, complete in place, and shall be full compensation for all excavation, form work, concrete reinforcing, curing, protection, materials, equipment, tools, labor and incidentals necessary to perform the work. Pay Item Ib-48,49: RECESSED AND STANDARD CURB INLETS This item covers construction of recessed and standard curb inlets in various lengths and locations as shown on the plans. Concrete used for the construction of inlets shall be Class "A" modified to have a minimum 5.5 sacks of cement/cubic yard of concrete with 4,000 psi minimum compressive strength when tested at 28 days. All work shall be performed in accordance with City details and per NCTCOG Items 2.1, 2.2, 7.1, 7.4, and 4-13 Dssta'iptiml of Pay II~ms i I : gli; 7.6. Each unit shall include the construction of the box, inlet top, wings, gutter section, rim, etc. per plans and details. Measurement and payment shall be made on the basis of the unit price bid per each inlet at all depths, complete in place, including excavation, form work, concrete reinforcing, curing, protection, testing, and labor to perform the work Pay Item Ib-50: DROP INLET WITH CONCRETE APRON Drop inlets shall be constructed per City of Coppell Standard Detail SD12 using a 4000 psi, 5.5 sack mix design. The apron shall be 6" 4000 psi concrete reinforced with #3 bars on 12" centers in each direction. The apron shall be placed at the slope shown on the plans. The apron shall be connected to the drop inlet with #4 dowel bars on 12" centers. A two foot toe wail is required at the perimeter of the apron. Pay Item Ib-51: DRAINAGE SWALE The drainage swaie shall be graded to the slopes shown on the plans. All work necessary to accomplish the grades shown shall be incidental to this item. The swaie shall be covered with bermuda sod per the plans for erosion protection. Pay Item Ib-52: JACK AND BORE 24" RCP Contractor shall perform jack and bore operations in accordance with NCTCOG Item 6.4. The storm drain crossing under the existing screen fence shall be bored. Any damage done to the wall shall be the Contractor's responsibility. Repair costs born by the Contractor. Pay Item IB-53: TRENCH SAFETY (STORM DRAIN AND BOX CULVERT) The Contractor shall provide necessary shoring and/or bracing to adequately provide a safe trench situation for storm drainage construction meeting the requirements of the United States D~arUnent of Labor O~cupational Safety and Health Administration, (OSHA). Work shall be performed per NCTCOG Item 1.24.3. The Contractor shall have atrench safety plan prepared, signed, and sealed by a registered professional engineer. Measurement and payment for this item shall be made on the basis of the price bid per linear foot for all trench depths in excess of 5 feet. Pay Item Ib-54: UNCLASSIFIED CHANNEL EXCAVATION The work covered in NCTCOG Standard Specification Item 3.5 & 3.7 shall be included in the work under this pay item for unclassified channel excavation as required to place and compact suitable materials within the indicated limits to the line and grades 4-14 Dm~iigim of Pay Im established on the plans. Measurement and payment for this item shall be on the basis of the price bid per cubic yard and be full compensation for the furnishing, hauling, compacting, testing, materials, tools, equipment and incidentals necessary to Complete the wollr..~. : Pay Item Ib-55: GROUTED ROCK RIP-RAP Rock rip-rap shall be complete in place to the lines, slopes, dimensions and grades as indicated on the plan drawings. Rip-rap shall. be placed per NCTCOG, Item,. 8.15 for Type B Grouted Rip-rap. This item shall also include the following: . ~. 1, Sterilize soil, 2, Provide 1" sand bed, 3, Place ~ter fabric per NCTCOG Item 2,23, 4. Place rock material per NCTCO G Item 8,15, 5, Fill voids with smaller stones, 6. Sweep surface of rip-rap after grouting. Measurement and payment for this item shall be made on the basis of the unit price bid per cubic yard and shall be full compensation for ally labor,, equipmel~ and materials, and for furnishing, g/outing, hauling, placing, handling and testing the rip-rap as specified and as indicated on the. drawings complete in place. Pay Item Ib-$6: 6" REINFORCED CONCRETE RIP-RAP Concrete rip-rap shall be constructed at ,.tho locations shown on the plans using .a 3000 psi, 5 sack mix design. The rip-rap shall be reinforced with #3 bars on 18" centers in each direction. The rip-rap shall be f'mished with a broom finish and sloped per the grades shown on the plans. Pay ItemIb-57,58:REMOVAL, DISPOSAL AND REPLACEME~ OF TREES ' Contractor must have permission as stated in the specifications before removing any trees on the project site. Trees planned for removal, disposal and/or replacement are shown on the plans. Tree removal and replacement shall be defined as transplanting the trees. Locations for replacement are shown on the plans. Removal and disposal of treesi sh,~ be per the City of Coppell requirements. Measurement and payment for this item shall be made on the basis of the unit price per each and shall be full compensation for all hauling, disposing, labor, equipment, tools and incidentals necessary to complete the work. Pay Item Ib-59: SIiRUB PLANTING This item shall include the installation of all shrubs as required and indicattd on the plan 4-15 ns,,/,sa~dha,~ E [ E drawings and specifications. The shrubs shall be 5 gallon nursery grown plants that have been freshly dug. Root stimulator shall be applied to each plant. The plants shall be backfilled in 9" layers and watered thoroughly. The entire planting bed shall be covered with a 2" layer of mulch. Plants shall be maintained during all stages of construction and a minimum of 60 days after planting operations have been completed, regardless of the date of Owner's acceptance of the project and shall be covered under the maintenance bond for the project. Measurement and payment for this item shall be made on the basis of the unit price bid per each and shall be full compensation for furnishings, hauling, placing, handling, excavating, backfilling, top soil as required, labor, equipment, tools, materials and any incidentals as may be required to complete the work. Pay Item Ib-60,6h BLOCK SODDING AND HYDROMULCH SEEDING This item shall be full compensation for all work, materials, and incidentals necessary to improve the parkways and disturbed yards to a hydromulched condition. The parkways along the length of the project shall be fine graded and cut to receive hydromulch. Top soil shall be placed to bring low areas to grade. All work shall be per NCTCOG Item 3.9 and 3.10, even if no grass is presently established. In areas where it is necessary to grade onto private property, the Contractor shall restore existing yards to the conditions that existed prior to construction by grading with top soil and hydromulchlng. In general, the area between the back of curb and the sidewalks or trails shah receive Bermuda block sodding. All other areas to be grassed within the right-of-way shah receive hydromulch seeding. Bermuda block sod shah be provided on all areas disturbed during construction in the areas of the 3-10'x6' MBC and the downstream earthen channel section. Parkway and yard restoration shah be completed as soon as possible upon completion of the concrete pavement. The Contractor shall be responsible for watering and maintaining the new sod and hydromulch until final acceptance and for completing this item, as required, to meet City and adjacent property owner's approval. Fertilizer and watering shall not be paid for separately but shah be considered incidental to this pay item. For hydromulch to be accepted, sprigs of seeds must be uniformly appearing over the entire area of application within 30 days of date of application. At that time, 50% of the bid item can be paid. In addition to this requirement for acceptance, at the time of final acceptance of the project, uniform grass coverage (alive and growing) over all areas seeded and/or sodded must be evident; in other words, there must be 100% coverage of grass at the time of final acceptance. 4-16 Description of Pay lt~m~ iit i: [" ' I l ii II : i! [iil I Measurement and payment shall be made on the basis of the price bid per square yard for restoring the parkways and yards with either block sod or hydromulch, and shall be full compensation for installing, fertilizing, watering and all labor, materials, tools, equipment and any incidentals necessary to complete the work. Pay Item Ib-62,63: REMOVE AND REPLACE EXISTING FENCING This item shall consist of the removal and replacement of the existing barb-wire and wooden stockade fencing as indicated on the plan drawings. The barb-wire fence shall be relocated to the right-of-way line. The new barb-wire fence shall have metal line posts and new barb-wire meeting industry standards. The wooden stockade fence shall be installed using a minimum 4" square or round pressure treated wooden post on 8' centers with spruce picket panels matching existing. Posts shall be set in concrete to a minimum 2 foot depth. The Contractor shall coordinate with the City on the location and sequencing of the fence relocation. Measurement and payment shall be on the basis of the price bid per linear foot and ~hall be full compensation for furnishing all labor, materials, tools, equipment and any incidentals necessary to remove and relocate the existing fencing as required by the plan drawings. Pay Item Ib-64: ADJUST EXISTING IRRIGATION SPRENKLER HEADS This item shall include the adjustment of irrigation system sprinkler beads to match new parkway grades. At this time the total number of sprinkler beads to be adjusted is not known. Adjustment of the irrigation system in front of the Mansions and between Station 3+00 and Station 32+65 in the right side parkway will be required. Contractor shall test the system and wiring for complete operation prior to final approval. Measurement and payment shall be on the basis of the price bid per each and shall be full compensation for furnishing all labor, materials, tools, equipment and any incidentals necessary to adjust, relocate and install new sprinkler beads in full operation to the new parkway grades. -END OF DESCRIFrlON OF PAY ITEMS- 4-.17