Loading...
ST9802-CN 990323 CONSTRUCTION SPECIFICATIONS ' AND CONTRACT DOCUMENTS FOR .. Drainage, Water, Sewer, and Paving for Dividend Drive _ Project No. ST9802 FOR The City of Coppell.:,"-"-"~h "" - ~,. Prepared by: 8616 Northwest Plaza D~ve ~ ' Dallas, Texas 75225 - ; ~ ....~, .~ A VO ~ 17419 ~,~~ J ) December 1998 - TABLE OF CONTENTS Page # Section 1 - Bidding and Contract Documents 1 -- Notice to Bidders 1 Instructions to Bidders 3 Proposal/Bid Schedule 14 ' Prevailing Wage Rates 31 Standard Form of Agreement (Contract) 35 Certificate of Insurance 41 ' Instructions for Bonds 42 Performance Bond 43 Payment Bond 45 Maintenance Bond 47 Section 2 - City of Coppell's -Supplementary Conditions _ to the NCTCOG General Provisions 49 -Special Provisions to the NCTCOG Standard Specifications 58 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 61 ' Section 4 - Description of Pay Items 72 SECTION 1 - BIDDING AND CONTRACT DOCUMENTS SECTION 1 BIDDING AND CONTRACT DOCUMENTS BIDDING AND CONTRACT DOCUMENTS NOTICE TO BIDDERS ' The City of Coppell is accepting bids for the Drainage, Water, Sewer, and Paving improvements for Dividend Drive Project No. ST9802. Sealed bids addressed to the _ Purchasing Agent, City of Coppell, Texas, for the Drainage, Water, Sewer, and Paving improvements for Dividend Drive Project No. ST9802 will be received in the Purchasing Office at the City of Coppell Town Center, 255 Parkway Boulevard, until 10:00 a.m., _ Tuesday, April 13, 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-0399-01 designated clearly on the exterior of the bid envelope. 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 TRANSMITTED BY FAX WILL BE ACCEPTED. Bidders are expected to inspect the site of the work and to inform themselves regarding local conditions and conditions under which the work is to be done. Instructions to Bidders, Proposal Forms, Specifications, Plans, and Contract Documents may be obtained at the office of Halff Associates, Inc., 8616 Northwest Plaza Drive, Dallas, Texas 75225, for a non-refundable fee of $50.00. The successful Bidder must fumish Performance and Payment Bonds each in the amount of 100% of the contract price from an approved Security Company holding a permit from the State of Texas, to act as Surety and acceptable according to the latest list of companies _ holding certificates of approval from the State Board of Insurance under 7.19-1 of the Texas Insurance Cede. The successful bidder must also be able to show evidence that it is authorized to do business in the State of Texas prior to executing the contract. Complete sets of bidding documents must be used in prepaxing Bids; neither the City of Coppell or the preparer, Halff Associates, Inc., assume any responsibility for errors or - misinterpretations resulting from the use of incomplete sets of Bidding Documents. 1 -- Bidding and Contract Documents NO SALES TAX ON TANGIBLE PERSONAL PROPERTY INCORPORATED INTO OR MADE A PART OF THE PROJECT. The bidder shall not include or provide for _ sales tax on tangible personal property to be incorporated into the project. (Note: This procedure may not be used, however, for materials which do not become a part of the finished product, such as, equipment rental or purchase, form materials, etc.). In order to -- be exempt from the sales tax on such tangible personal property, the contract shall separate and provide separate charges for materials to be incorporated into the project from charges for labor. The City will provide the Contractor with an exemption -- certificate for the materials. The contractor is expected to issue a resale certificate in lieu of paying a sales tax at the time of purchase. The bidder shall show the cost of materials (tangible personal property) in the space provided on the bid form. The successful bidder's bid form will be used to develop a separated contract and determine the extent of the tax exemption. _ Bidding and Contract Documents BIDDING AND CONTRACT DOCUMENTS -- INSTRUCTIONS TO BIDDERS 1. Defined Terms. Terms used in these Instructions to Bidders which are defined in the Standard Specifications for Public Works Construction - North Central Texas 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 and recommendation by the Engineer 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, City of Coppell, P.O. Box 478, Coppell, Texas 75019. Inspector: The authorized representative of the City of Coppell assigned to observe and inspect any or all parts of the work and the materials to be used therein. _ Non-compensated Contract Administrator: Catellus Development Corporation, 4545 Fuller Drive, Suite 100, Irving, Texas 75038. _ 2. Scope of Work. This work shall consist of the Drainage, Water, Sewer, and Paving improvements -- for Dividend Drive. Work shall include all components necessary for the construction of the Drainage, Water, Sewer, and Paving as shown in the plans for Project ST9802, including but not limited to: Drainage system, water line, water -- appurtenances, sanitary sewer, manholes, paving, etc. _ Bidding and Contract Documents 3. Copies of Bidding Documents. _ 3.1 Complete sets of the Bidding Documents may be obtained from the Engineer at the offices of Halff Associates, Inc., 8616 Northwest Plaza Drive, Dallas, Texas 75225 for $50.00 per set, non-refundable. The following general requirements -- pertain to the Bidding Documents: A) No bidding documents will be issued later than two (2) days prior to the -- bid opening date. B) After award of the Contract, the successful Bidder will be furnished five ' (5) sets of Contract Documents at no charge. Additional sets over five (5) will be fumished for $50.00 per set, non-refundable. C) Bidding documents may be examined free of charge at the offices of the City Engineer, City of Coppell, 255 Parkway Boulevard, Coppell, Texas. 3.2 Complete sets of Bidding Documents must be used in preparing Bids; neither the City of Coppell or the preparer, Halff Associates, Inc., assume any 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. Bidding and Contract Documents 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. 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. 5. Conflict of Interest. ' City Charter states that no officer or employee of the City shall have a financial interest, direct or indirect, in any contract with the City, nor shall be financially interested, directly or indirectly, in the sale to the City of any land, or rights or interest in any land, materials, supplies or services. This prohibition does not apply when the interest is represented by ownership of stock in a corporation _ involved, provided such stock ownership amounts to less than one percent (1%) of the corporation stock. Any violation of this prohibition will constitute malfeasance in office. Any officer or employee of the City found guilty thereof _ should thereby forfeit his office or position. Any violation of this prohibition with the knowledge, expressed or implied, of the persons or corporations contracting with the City shall render the contract voidable by the City Manager or the City 5 Bidding and Contract Documents Council. The Contractor represents that no employee or officer of the City has an interest in the Contractor. 6. Examination of Contract Documents and Site. - 6.1 Access to the site shall be from Freeport Parkway. 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 fumishing of the Work, (c) consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work, (d) study and carefully correlate Bidder's observations ' with the Contract Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. Failure to make these examinations shall in no way relieve any Bidder from the responsibility of fulfilling all of the terms of the contract, without additional cost to the OWNER. _ 6.2 Information and data reflected in the Contract Documents with respect to Underground Facilities at or contiguous to the site is based upon information and data furnished to the Owner by Owners of such underground Facilities or others, _ and the Owner does not assume responsibility for the accuracy or completeness thereof. All existing structures, improvements, and utilities shall be adequately protected, at the expense of the Contractor, from damage that might otherwise -- occur due to construction operations. Where construction comes in close proximity to existing structures or utilities, or if it becomes necessary to move services, poles, guy wires, pipe lines, or other obstructions, it shall be the -- Contractor's responsibility to notify and cooperate with the utility or structure owner. The utility lines and other existing structures shown on the plans are for information only and are not guaranteed by the City to be complete or accurate as ' to location and/or depth. It shall be the Contractor's responsibility to verify locations and depths sufficiently in advance of construction such that necessary adjustments may be made to allow for the proper installation. The Contractor ' shall 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 furnishing of the _ Work and which Bidder deems necessary to determine its Bid for performing and furnishing the Work in accordance with the time, price and other terms and conditions of the Contract Documents. 6 Bidding and 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, fights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract documents. 6.6 The submission of a Bid will constitute an incontrovertible representation by _ Bidder that Bidder has complied with every requirement of this Article 6, that without exception the Bid is premised upon performing and furnishing the work required by the Contract Documents and such means, methods, techniques, _ sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for -- performance and furnishing of the Work. 7. Interpretations and addenda. 7.1 All questions about the meaning or intent of the Contract Documents are to be directed to the Purchasing Agent. Interpretations or clarifications considered ' necessary by the Purchasing Agent in response to such questions will be issued by Addenda mailed or delivered to all bidders recorded as having received the Bidding Documents. Questions received less than two days prior to the date for ' opening of Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Each Bidder shall acknowledge on the bid proposal that all Addenda issued have been received. _ 7.2 Addenda may also be issued to modify the Bidding Documents as deemed advisable by the Owner or Engineer. 8. Contract Time. 8.1 The time for completion in calendar days shall be 120 calendar days as shown on _ the Bid Form in the space provided. All work shall be complete within the 120 calendar day count. 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. 7 - Bidding and Contract Documents 9. Liquidated Damages. Provisions for liquidated damages are set forth in the Contract. Liquidated damages for this project are: Two hundred forty dollars ($240.00) 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 possible substitute or "or-equal" items. Whenever it is indicated in the _ Drawings or specified in the Specifications that a substitute or "or-equal" item of material or equipment may be furnished or used by Contractor if acceptable to Engineer, application for such acceptance will not be considered by Engineer until I_ after the Effective Date of the Agreement. No substitutions should be considered during the bidding process. - 11. Subcontractors, Suppliers, and Others. 11.1 If the Owner requests the identity of any Subcontractors, Suppliers, or other - persons or organizations to be submitted to the Owner in advance of the specified date prior to the Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so requested, shall within seven (7) days after the request ' submit to the Owner a list of all such Subcontractors, Suppliers and other persons and organizations proposed for those portions of the Work for which such identification is requested. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, supplier, person or organization if requested by the Owner. If the Owner or Engineer, 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. 8 -- Bidding and Contract Documents 12. Bid Proposal. -- 12.1 Two (2) completed Bid Proposals must be submitted in a sealed envelope as described in Item 15. The blank spaces in the Bid Form shall be filled in for each item for which a quantity is given and the Bidder shall state the price for which he -- proposes to do each item of work. All blanks on the bid form must be completed in ink or typed. No substitutions, revisions, or omissions from the plans and/or specifications will be accepted unless authorized in writing by the Owner. 12.2 The legal status of the Bidder, that is, as a corporation, partnership, or individual, must be stated on the Bid Form. A corporation Bidder must name the state in ' which the organization is chartered. Bids which are signed for a corporation shall have the correct corporate name thereof, its post office address, and the signature of the president or other authorized officer of the corporation, manually written below the corporate name in the following manner: "By " _ . If the bid is made by an individual, his post office address shall be given. Bids which are not signed by the individuals making them shall have attached thereto a power of attorney evidencing authority to sign the bid in the name of the person _ for whom it is signed. If the bid is made by a firm or partnership, the name and post office address of the -- managing member of the firm or partnership shall be given or the bid may be signed by an attorney-in-fact. If signed by an attorney-in-fact, there shall be attached to the bid a power of attorney evidencing authority to sign the bid, -- executed by the members of the firm or partners. 13. Provision Concerning Escalator Clauses. Bids containing any condition which provides for changes in the stated bid prices due to increase or decrease in the costs of materials, labor, or other items required for this project, may be rejected and returned to the Bidder without being considered. 14. Estimates of Quantities. _ The quantities listed in the Bid Form will be considered as approximate and will be used for the comparison of bids. 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. _ Bidding and 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, Texas 75019 until 10:00 a.m. on Tuesday, April 13, 1999, -- and then publicly opened and read aloud. Two identical copies of the bid enclosed in an opaque sealed envelope and marked with the Project title, City of Coppell Bid No. Q-0399-01 and the name and address of the Bidder shall be ' submitted. If the Bid is sent through the mall or other delivery system the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED Drainage, Water, Sewer, and Pavement improvements for Dividend Drive Project No. ST9802" 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 promp~y thereafter demonstrates to the -- reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of the Bid, that Bidder may withdraw his bid. Thereafter, that Bidder will be disqualified from further bidding on the work. 17. Rejection of Bids. ' Bids may be rejected if they show alterations of form, additions not called for, conditional bids, incomplete bids, erasures or irregularities of any kind. The Owner reserves the right to waive any irregularities in the bids as received and to reject any and all bids without qualification(s). More than one bid from an individual, firm or partnership, corporation or association, under the same or _ different names, will not be considered. Reasonable grounds for believing that a Bidder is interested in more than one such bid may cause the rejection of all bids in which said Bidder is interested. Bids in which prices are obviously unbalanced _ may be rejected. 18. Bids to Remain Subject to Acceptance. All Bids will remain subject to acceptance for one hundred twenty (120) days after the day of the Bid opening, but the Owner may, in its sole discretion, release any -- Bid prior to that date. Bidding and Conlxact Documents 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 non-conforming, 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. 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 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 If the contract is to be awarded, the Owner will give the Successful Bidder a Notice of Award within one hundred twenty (120) days after the date of the Bid ' opening. 11 -- Bidding and Contract Documents 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, the required bonds, 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 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 incorporated into the project. In order to be exempt from the sales tax on -- such tangible personal property, the contract shall separate and provide separate charges for materials to be incorporated into the project from charges for labor. The City will provide the Contractor with an exemption certificate for the ' materials. The contractor is expected to issue a resale certificate in lieu of paying a sales tax at the time of purchase. The bidder shall show the cost of materials to be incorporated into the contract (tangible personal property) in the space provided on the bid form. The successful bidders bid form will be used to develop a separated contract and will determine the extent of the tax exemption. _ Upon execution of the construction contract, the successful bidder shall provide a per item breakdown of 1) materials incorporated into the project; and 2) labor, equipment, supervision and materials not incorporated into the project. _ Bidding and Contract Documents 25. Silence of Specification. -- The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description conceming 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. ' 26. 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. 27. 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. _ 28. 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. 29. 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. _ Bidding and Contract Documents -- BID FORM PROJECT IDENTIFICATION: Drainage, Water, Sewer, and, Paving Improvements for Dividend Drive near the intersection of Freeport Parkway and 1-635, Gateway _ Business Park No. II, in the City of Coppell, Texas BID OF DATE -- (NAME OF FIRM) THIS BID IS SUBMITTED TO: City of Coppell (hereinafter called OWNER) -- c/o Purchasing Agent 255 Parkway Boulevard P.O. Box 478 ' Coppell, Texas 75019 1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. _ 2. BIDDER accepts all of the terms and conditions of the Advertisement or Notice to Bidders and Instructions to Bidders. This Bid will remain subject to acceptance for one hundred twenty (120) 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: Date: Rec'd: 14 _ Bidding and Contract Documents (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 fumishing 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. 15 Bidding and 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. (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 120 calendar days. Completion date will be established in the Notice to Proceed. 5. BIDDER will complete the Work for the following price(s): _ Bidding and Contract Documents -- DRAINAGE, WATER, SEWER, AND PAVING FOR DIVIDEND DRIVE Project No. ST9802 -- UNIT PRICE BID SCHEDULE ' SECTION I Item Qt;antity Unit Description and Price in Words Unit Total No. Price Price I-1 502 LF 54" RCP including embedment _ Complete in Place Dollars and Cents _ per LF. I-2 205 LF 48" RCP including embedment Complete in Place -- Dollars and Cents per LF. -- I-3 134 LF 36" RCP including 1-36" plug and embedment Complete in Place ' Dollars and Cents per LF. I4 242 LF 30" RCP including 4-30" plugs and embedment _ Complete in Place Dollars and Cents _ per LF. I-5 62 LF 24" RCP including 1-24" plug and embedment - Complete in Place Dollars and Cents -- per LF. _ Bidding and Contract Documents -- DRAINAGE, WATER, SEWER, AND PAVING FOR DIVIDEND DRIVE Project No. ST9802 -- UNIT PRICE BID SCHEDULE ' SECTION I Item ' Qt;antity Unit Description and Price in Words Unit Total No. Price Price I-6 37 LF 21" RCP including 1-21" Plug and embedment Complete in Place Dollars __ and Cents per LF. I-7 6 LF 18" RCP including embedment -- Complete in Place Dollars and Cents -- per LF. 1-8 3615 CY Excavation Complete in Place ' Dollars and Cents per CY. I-9 3130 CY Backfill and compaction Complete in Place Dollars and Cents per CY. _ 1-10 1187 LF Trench Safety Complete in Place Dollars -- and Cents per LF. _ Bidding and Contract Documents DRAINAGE, WATER, SEWER, AND PAVING FOR DIVIDEND DRIVE -- Project No. ST9802 UNIT PRICE BID SCHEDULE -- SECTION I ~rovements Item Qt~antity Unit Description and Price in Words Unit Total ' No. Price Price I-11 2 EA 5' Curb inlet Complete in Place Dollars and Cents _ per EA. 1-12 1 EA 3'x3' "Y" inlet Complete in Place - Dollars and Cents per EA. -- 1-13 1 LS Traffic control and signage during construction for entire project. Complete in Place ' Dollars and Cents per LS. ' 1-14 1 LS Remove existing "Y" inlet including 18" plug Complete in Place Dollars and Cents _ per LS. 1-15 2 EA Type B Storm Sewer Manhole Complete in Place _ Dollars and Cents per EA. -- I- 16 2 EA 10' Curb inlet Complete in Place Dollars -- and Cents per EA. ' Total Bid items Section I-1 through 1-16 $ _ Tangible Personal Property Cost $ 19 __ Bidding and Contract Documents DRAINAGE, WATER, SEWER, AND PAVING FOR DIVIDEND DRIVE Project No. ST9802 UNIT PRICE BID SCHEDULE SECTION II Water Im ~rovements Item ~uantity Unit Description and Price in Words Unit Total -- No. Price Price II-1 1255 LF 16" PVC waterpipe, AWWA C905, class 150, DR 18 including -- embedment and 1 - 16" plug. Complete in Place Dollars ' and Cents per LF. II-2 322 LF 8" PVC waterpipe, class 200, DR14 including embedment and 4-8" plugs. _ Complete in Place Dollars and Cents _ per LF. 1I-3 79 LF 6" PVC waterpipe, class 200, DR14 including embedment. -- Complete in Place Dollars and Cents -- per LF. II-4 4 EA 16" Gate Valve Complete in Place ' Dollars and Cents per EA. ' 1I-5 4 EA 8" Gate Valve Complete in Place Dollars and Cents per EA. 2O -- Bidding and Contract Documents DRAINAGE, WATER, SEWER, AND PAVING FOR DIVIDEND DRIVE Project No. ST9802 UNIT PRICE BID SCHEDULE _ SECTION II Water lm }rovements Item ~uantity Unit Description and Price in Words Unit Total -- No. Price Price 11-6 4 EA 6" Gate Valve Complete in Place ' Dollars and Cents per EA. ' II-7 4 EA 16" 45° Bend Complete in Place Dollars and Cents per EA. H-8 1 EA 12"x16" Reducer Complete in Place Dollars _ and Cents per EA. II-9 1 EA 8"x4" Cross including 2-4" Plugs. -- Complete in Place Dollars and Cents -- per EA. II- 10 4 EA Fire Hydrant Complete in Place ' Dollars and Cents per EA. 21 Bidding and Contract Documents DRAINAGE, WATER, SEWER, AND PAVING -- FOR DIVIDEND DRIVE Project No. ST9802 UNIT PRICE BID SCHEDULE SECTION II ' Water Item i~uantity Unit Description and Price in Words Unit Total No. Price Price II-11 1 EA 8" 111/4°Bend Complete in Place _ Dollars and Cents per EA. -- 11-12 1 EA 6" 1 12,4° Bend Complete in Place Dollars -- and Cents per EA. II-13 65 LF 3000 PSI Concrete Encasement ' Complete in Place Dollars and Cents ' per LF. H- 14 3100 CY Excavation Complete in Place Dollars and Cents _ per CY. II- 15 3030 CY B ackfill and compaction Complete in Place -- Dollars and Cents per CY. Bidding and Contract Documents DRAINAGE, WATER, SEWER, AND PAVING ' FOR DIVIDEND DRIVE Project No. ST9802 UNIT PRICE BID SCHEDULE SECTION II Water Im ~rovements Item ~uantity Unit Description and Price in Words Unit Total No. Price Price - 11- 16 1661 LF Trench Safcty Complete in Place Dollars -- and .Cents per LF. II-17 1 EA 12" Gate Valve ' Complete in Place Dollars and Cents per EA. H-18 1 EA 12"x12" Offset _ Complete in Place Dollars and Cents _ per EA. H-19 5 LF 12" PVC waterpipe, Class 200, DR14 including embedment -- Complete in Place Dollars and Cents -- per LF. H-20 1240 LF 4" Sch. 40 PVC for irrigation Complete in Place ' Dollars and Cents per LF. ' II-21 820 LF 2" Sch. 40 PVC Conduit for future street lights, Complete in Place Dollars and Cents per LF. Total Bid items Section ILl through II-21 $ -- Tangible Personal Property Cost $ 23 -- Bidding and Contract Documents ' DRAINAGE, WATER, SEWER, AND PAVING FOR DIVIDEND DRIVE Project No. ST9802 UNIT PRICE BID SCHEDULE SECTION IIl _ Item Quantity Unit Description and Price in Words Unit Total No. Price Price III-1 14 LF 12" PVC wastewater pipe including -- embedment. Complete in Place Dollars -- and Cents per LF. IH-2 437 LF 10" PVC wastewater pipe including ' embedment Complete in Place Dollars and Cents per LF. _ llI-3 319 LF 8" PVC wastewater pipe including embedment Complete in Place _ Dollars and Cents per LF. -- IIl-4 72 LF 6" PVC wastewater pipe including embedment and 2-6" plugs. Complete in Place - Dollars and Cents per LF. ' HI-5 3 EA Standard 5.0' Diameter Manhole Complete in Place Dollars and Cents per EA. 24 Bidding and Contract Documents DRAINAGE, WATER, SEWER, AND PAVING -- FOR DIVIDEND DRIVE Project No. ST9802 UNIT PRICE BID SCHEDULE SECTION III ' Wastewater Item Quantity Unit Description and Price in Words Unit Total No. Price Price III-6 69 LF 3000 PSI Concrete Encasement Complete in Place Dollars and Cents per LF. _ HI-7 2110 CY Excavation Complete in Place Dollars -- and Cents per CY. HI-8 2100 CY Backfill and compaction -- Complete in Place Dollars and Cents ' per CY. 1II-9 842 LF Trench Safety Complete in Place Dollars and Cents _ per LF. Total Bid items Section III-1 through III-9 $ -- Tangible Personal Property Cost $ Bidding and Contract Documents DRAINAGE, WATER, SEWER, AND PAVING FOR DIVIDEND DRIVE Project No. ST9802 UNIT PRICE BID SCHEDULE SECTION IV Pavin Item (~uantity Unit Description and Price in Words Unit Total _ No. Price Price IV-1 6075 SY Type D, 3000 PSI Reinforced concrete pavement -- Complete in Place Dollars and Cents -- per SY. IV-2 6700 SY 6" Thick base including hydrated lime. ' Complete in Place Dollars and Cents per SY. IV-3 3600 LF 3000 PSI Reinforced concrete curb and gutter. Complete in Place Dollars and Cents per LF. IV-4 10.53 STA Right-of-way preparation. -- Complete in Place Dollars and Cents -- per STA. IV-5 4600 CY Excavation Complete in Place ' Dollars and Cents per CY. 26 -- Bidding and Contract Documents DRAINAGE, WATER, SEWER, AND PAVING FOR DIVIDEND DRIVE Project No. ST9802 UNIT PRICE BID SCHEDULE _ SECTION IV Paving II nprovements Item 6uantity Unit Description and Price in Words Unit Total -- No. Price Price IV-6 235 LF Remove concrete curb and gutter Complete in Place ' Dollars and Cents per LF. IV-7 65 SY Brick pavers in median Complete in Place Dollars and Cents per SY. Total Bid items Section IV-1 through IV-7 $ -- Tangible Personal Property Cost $ 27 Bidding and Contract Documents ' BID SUMMARY CALENDAR TOTAL PRICE DAYS TOTAL DRAINAGE BID SECTION I- 1 through I- 16 $. TOTAL WATER BID ITEMS SECTION 1I- 1 through II-21 $ TOTAL WASTEWATER BID ITEMS SECTION 1II-1 through HI-9 $. TOTAL PAVING BID ITEMS SECTION IV-1 through IV-7 $. TOTAL PROJECT $. 120__ -- In Words: 6. BIDDER agrees that all Work awarded will be completed within 120 Calendar Days. Contract time will commence to mn 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 Owner reserves the fight to delete any portion of this project as it may deem -- necessary to stay within the Owner's available funds. Should the Owner elect to delete any portion, the contract quantities will be adjusted accordingly. SUBMITrED ON 28 Bidding and Contract Documents 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 fumish 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 120 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 , on this day personally appeared who after being by me -- Name duly sworn, did depose and say: ' "I, am a duly authorized office/agent for Name and have been duly authorized to execute the ' Name of Firm foregoing on behalf of the said Name of 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: Telephone: ( ). by: -- Title: Signature: SUBSCRIBED AND SWORN to before me by the above named on this the day of 19 Notary Public in and for the State of 29 -- Bidding and Contract Documents 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. _ A Corporation By (Corporation Name) (State of Incorporation) By. - (Name of person authorized to sign) (Title) -- (Corporate Seal) Attest (Secretary) -- Business address Phone No. ' A Joint Venture By. (Name) (Address) By (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.) Bidding and Contract Documents PREVAILING WAGE RATES The City of Coppell is the contraction agency for this construction project. The following -- statute requires any contracting agency to specify the generally prevailing rate of wages in contracts that are bid. -- Vernon's Texas Civil Statues - Article 5159a: "Construction of Public Works in State and Municipal or Political Subdivisions; -- Prevailing Wage Rate to be Maintained." Pursuant to the requirements of this statue, the City of Coppell, has ascertained the following rates of wages are paid to various classifications of workers in the locality of this project. Not less than the following hourly rates shall be paid for the various classifications of work required by this project. Workers in classifications where rates are not identified shall be paid not less than the general prevailing rate of "laborer" for the various classifications of work therein listed. _ The hourly rate for legal holiday and overtime work shall be not less than one and one- half ( 1 & V2) times the base hourly rate. _ The rates specified are journeymen rates. Apprentices may be used on the project and may be compensated at a rate determined mutually by the worker and employer, commensurate with the experience and skill of the worker, but not at a rate not less than -- 60% of the joumeyman's wage as shown. At no time shall a journeyman supervise more than one (1) apprentice. All apprentices shall be under the direct supervision of a journeyman working as a crew. CLASSIFICATION HOURLY RATES AIR TOOL OPERATOR $ 7.554 ASPHALT RAKER $ 8.565 ' ASPHALT SHOVELER $ 8.255 BATCHING PLANT WEIGHER $ 9.371 BATTERBOARD SETTER $ 8.920 CARPENTER $ 9.447 CONCRETE FINISHER-PAVING $ 9.345 _ CONCRETE FINISHER-STRUCTURES $ 9.058 31 Bidding and Contract Documents CLASSIFICATION HOURLY RATE _ CONCRETE RUBBER $ 7.733 ELECTRICIAN $12.761 FLAGGER $ 5.598 -- FORM BUILDER-STRCTURES $ 8.7 17 FORM LINER-PAVING &CURB $ 8.913 FORM SETTER-PAVING &CURB $ 8.686 -- FORM SETTER-STRUCTURES $ 8.427 LABORER-COMMON $ 6.402 LABORER-UTILITY $ 7.461 ' MANHOLE BUILDER $11.000 MECHANIC $10.658 OILER $ 8.698 SERVICER $ 8.104 PAINTER-STRUCTURES $10.913 _ PILEDRIVER $ 7.500 PIPE LAYER $ 8.509 BLASTER $11.333 _ ASPHALT DISTRIBUTOR OPERATOR $ 8.404 ASPHALT PAVING MACHINE $ 9.053 BROOM OR SWEEPER OPERATOR $ 7.908 _ BULLDOZER, 150 HP &LESS $ 8.703 BULLDOZER, OVER 150 HP $ 9.160 CONCRETE PAVING CURING MACHINE $ 8.213 -- CONCRETE PAVING FINISHING MACHINE $ 9.453 CONCRETE PAVING FORM GRADER $ 8.500 CONCRETE PAVING JOINT MACHINE $ 9.042 -- CONCRETE PAVING JOINT SEALER $ 7.350 CONCRETE PAVING FLOAT $ 7.875 CONCRETE PAVING SAW $ 9.290 -- CONCRETE PAVING SPREADER $ 9.750 PAVING SUB-GRADER $ 9.000 SLIPFORM MACHINE OPERATOR $ 9.000 ' CRANE, CLAMSHELL, BACKHOE, DERRICK, DRAGLINE, SHOVEL, LESS THAN 11/2 C.Y. $ 9.513 CRANE, CLAMS HELL, BACKHOE, _ DERRICK, DRAGLINE, SHOVEL, 11/2 C.Y. & OVER $10.517 CRUSHER OR SCREENING PLANT _ OPERATOR $ 9.500 FORM LOADER $12.00 _. Bidding and Contract Documents CLASSIFICATION HOURLY RATE _ FOUNDATION DRILL OPERATOR CRAWLER MOUNTED $10.00 FOUNDATION DRILL OPERATOR -- TRUCK MOUNTED $11.138 FRONT END LOADER 2 1/2 C.Y. &LESS $ 8.823 -- FRONT END LOADER OVER 2 1/2 C.Y $ 9.311 HOIST-DOUBLE DRUM $ 8.917 MILLING MACHINE OPERATOR $ 6.650 ' MIXER (OVER 16 C.F.) $ 9.000 MIXER (16 C.F. & LESS) $ 7.913 MIXER-CONCRETE PAVING $ 9.500 MOTOR GRADER OPERATOR FINE GRADE $10.346 MOTOR GRADE OPERATOR $ 9.891 PAVEMENT MARKING MACHINE $ 6.402 ROLLER, STEEL WHEEL PLANT-MIX _ PAVEMENTS $ 8.339 ROLLER, STEEL WHEEL OTHER FLATWHEEL OR TAMPING $ 7.963 _ ROLLER, PNEUMATIC, SELF-PROPELLED $ 7.403 SCRAPER-17 C.Y. & LESS $ 8.138 SCRAPER-OVER 17 C.Y. $ 8.205 -- SIDE BOOM $ 7.793 TRACTOR-CRAWLER TYPE 150 HP &LESS $ 8.448 -- TRACTOR-CRAWLER TYPE OVER 150 HP $ 8.873 TRACTOR-PNEUMATIC $ 7.735 -- TRAVELING MIXER $ 7.615 TRENCHING MACHINE-LIGHT $ 8.188 TRENCHING MACHINE-HEAVY $12.498 ' POST HOLE DRILLER OPERATOR $ 9.000 WAGON-DRILL BORING MACHINE $ 9.000 REINFORCING STEEL SETTER PAVING $ 9.218 Bidding and Contract Documents CLASSIFICATION HOURLY RATE REINFORCING STEEL SETTER STRUCTURES $11.548 -- STEEL WORKER-STRUCTURAL $16.300 SIGN ERECTOR $11.436 SPREADER BOX OPERATOR $ 6.988 -- BARRICADE SERVICER ZONE WORK $ 6.402 MOUNTED SIGN INSTALLER ' PERMANENT GROUND $ 6.402 TRUCK DRIVER - SINGLE AXLE LIGHT $ 7.465 TRUCK DRIVER - SINGLE AXLE HEAVY $ 8.067 TRUCK DRIVER - TANDEM AXLE SEMI TRAILER $ 7.816 TRUCK DRIVER-LOWBOY/FLOAT $ 9.653 _ TRUCK DRIVER-TRANSIT MIX $ 7.507 TRUCK DRIVER-WINCH $ 8.200 VIBRATOR OPERATOR $ 7.000 _ WELDER $10.459 Bidding and Contract Documents STANDARD FORM OF AGREEMENT -- BETWEEN OWNER AND CONTRACTOR ON THE BASIS OF A STIPULATED PRICE _ THIS AGREEMENT is dated as of the day of in the year 1999 by and between the C1TY OF COPPELL, TEXAS, a municipal corporation (hereinafter called OWNER) and (hereinafter called )CONTRACTOR. OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK. -- CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: ' This work shall consist of the installation of drainage, water, sewer, and paving for Dividend Drive. Work shall include all components necessary for the construction of the drainage, water, sewer, and paving improvements as shown in the plans for Project # ' ST9802, including but not limited to: drainage system, water line, water appurtenances, sanitary sewer, manholes, paving, etc. The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Project Name: Drainage, water, sewer, and paving for Dividend Drive, Gateway Business Park No. II, located in the City of Coppell, Texas. _ Project #: ST9802 Article 2. ENGINEER. The Project has been designed by Halff Associates, Inc. 8616 Northwest Plaza Drive, Dallas, Texas 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. Article 3. CONTRACT TIME. 3.1. The Work will be completed within 120 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. 35 -- Bidding and Contract Documents 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 delay (but not as a penalty) CONTRACTOR shall pay OWNER two hundred forty and no/100 dollars ($240.00) 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 funds subject to additions and deductions by Change Orders ' as provided in the contract documents in accordance with the unit prices listed in Section 1 Proposal and Bid Schedule. The contact sum shall be the amount of $ . The total tangible personal property cost included in the contract sum is - $ Article 5. PAYMENT PROCEDURES. CONTRACTOR shall submit Applications for Payment in accordance with Item 1.51 of the _ General Provisions. Applications for Payment will be processed by ENGINEER as provided in the General Provisions. _ 5.1. Progress Payments. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Applications for Payment as recommended by ENGINEER, each month during construction as provided below. All progress payments will -- be on the basis of the progress of the Work measured by the schedule of values established in Item 1.51 of the General Provisions (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General - Provisions. 5.1.1. Prior to Completion, progress payments will be made in an amount equal to the - percentage indicated in Item 1.51.2 of the General Provisions, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with Item 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. 36 Bidding and Contract Documents Article 6. INTEREST. -- No interest shall ever be due on late payments. Article 7. CONTRACTOR'S REPRESENTATIONS. In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: 7.1. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface _ conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in Item 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 entitled to rely. 7.2. CONTRACTOR has obtained and carefully studied (or assumes responsibility for -- obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports, and studies (in addition to or to supplement those referred to in paragraph 7.1 above) which pertain to the subsurface or physical conditions at or contiguous to the site or otherwise -- may affect the cost, progress, performance, or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the '- Contract Documents, including specifically the provisions of Item 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 CONTRACTOR for such purposes. 7.3. CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies, or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract time and in accordance with the other terms and conditions of the Contract _ Documents, including specifically the provisions of Items 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 conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written resolution - thereof by ENGINEER is acceptable to CONTRACTOR. 37 -- Bidding and Contract Documents 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 35 thru 40, Section I inclusive). _ 8.2. Exhibits to this agreement (immediately following this Agreement, inclusive). 8.3. Performance, Payment, and Maintenance Bonds and 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 49 thru 56). ' 8.7. Specifications bearing the title: "Construction Specifications and Contract Documents for the construction of drainage, water, sewer, and paving for Dividend Drive, Gateway Business Park No. II, Coppell, Texas, Project No. ST9802 for the City of ' Coppell. 8.8. Drawings entitled: Drainage, water, sewer, and paving for Dividend Drive, Project No. ST9802. 8.9. The following listed and numbered addenda: 8.10. CONTRACTOR' s Bid Proposal and Bid Schedule of Section 1 - Bidding and Contract Documents. 8.11. Documentation submitted by CONTRACTOR prior to Notice of Award. 8.12. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents -- amending, modifying, or supplementing the Contract Documents pursuant to Items 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. 38 Bidding and Contract Documents 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 hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation moneys that may become due and moneys that are due may not be assigned without such consent (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 assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 9.3. OWNER and CONTRACTOR each binds itself, its partners, successors, 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. -- 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 ,19 OWNER: City of Coppell CONTRACTOR: 255 Parkway Boulevard _ Coppell, TX 75019 _ BY: BY: TITLE: TITLE: ATTEST: ATTEST: -- Address for giving notices: Address for giving notices: P.O. Box 478 Coppell, Texas 75019 Attn: Ken Griffin, P.E. Assistant City Manager/City Engineer 39 · -- Bidding and Contract Documents ' (If OWNER is a public body, attach (If CONTRACTOR is a corporation, attach evidence of authority to sign and evidence of authority to sign.) resolution or other documents authorizing execution of Agreement.) NON-COMPENSATED CONTRACT ADMINISTRATOR: Catellus Development Corporation 4545 Fuller Drive, Suite 100 -- Irving, Texas 75038 -- BY: TITLE: ATTEST: Address for giving notices: _ (If non-compensated Contract Administrator is a corporation, attach evidence of authority to sign) 40 -- Bidding and Contract Documents ACORD CERTIFICATE OF LIABILITY INSURANCE THIS CERllFICATE IS ISSUED AS A MATTER OF INFORMAlION ONLY AND CONFERS NO RIGHTS UPON THE CERllFICATE Aon Risk Services of Texas Inc HOLDER. THIS CERlqRCATE DOES NOT AMEND, EXTEND OR 2711 N. Haskell, Suite 800 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Dallas, TX 75204 COMPANIES AFFORDING COVERAGE ~ (214) 989-0000 coMPANY A National Standard Ins. Co. INSURED COMPANY : McMahon Contracting, Inc. S National Union Fire Ins. Co. P. O. Box 153086 COMPANY Irving, Texas 75015-3086 C COMPANY I D THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE lISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NO~NITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. L'~I POLICY NUMBER DATE (MM/DD/YY) DATE (MM/DD/YY) UMITS A GENE~L uAm~ CONSeSN0/9 0 9 / 3 0 / 0 0 0 9 / 3 0 / 0 1 eENE~ AGGREGATE S 2.000.000 X COMMERC~L GENERAL LIABILITY PRODUCTS - COMP~)P AGG $ 2.000,000 i!ii~iiii I CLAIMS MADE ~ OCCUR PERSONAL & ADV INJURY $ 1.000.000 OWNER'S & CONTRACTOR'S PROT EACH OCCURRENCE S 1.000.000 X Per-Pro_: Agge FIRE DAMAGE (Any one ~re) $ 100.000 X Cozltrac tual MED EXP (Any one person) $ 5,000 A AUTOMOe,,,,L~SLrrY CON58594137 09/30/00 09/30/01 COMBINED SINGLE LIMIT $ 1,000,000 X ANY AUTO ALL OWNED AUTOS ! BODILY INJURY SCHEDULED AUTOS (Per person) $ __ HIRED AUTOS ~ BODILY iNJURY NON-OWNED AUTOS (Per accident) $ __ -- pROpERTy DAMAGE $ GARAGE UAGIUTY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT $ AGGREGAIE EXCESS uAaeJ'rY BE7402893 0 9/3 0 / 0 0 0 9 / 3 0 / 0 1 EACH OCCURRENCE S 5.000.000 B X I UMBRELLA FORM AGGREGATE $ 5,000,000 ' I OTHER 1HAN UMBRELLA FORM $ ~ A WOR.ERSCmU~. AND TC1~6612 09/30/00 09/30/01 X] WCSTAm- { IOE~- TORY LIMITS EL EACH ACCIDENT $ 500.000 THE PROPRIETOPJ ~ INCL EL DISEASE - POLICY LIMIT $ 500,000 _ PARTNERSEXECUTIVE OFFICERS ARE: EXCL EL DISEASE - EA EMPLOYEE $ 500,000 OTHER DESCRIPTION OF OPERA'T1ONS/LOCATIONS/VEHICLES/SPECIAL ITEMS R;..:Dividend Drive Drainage,Water,Sewer r, Paving Improvements (~I]:)) Bid - #~-0399-01/Certificate holder is an additiona'l insured ~it~ regard liability as rec,[tzired b written contract/Haiver o£ subrogation in · Favor o.F certi.Fzcate :ho~'der as req'Gired :by written contract SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANC.:IU:n BEFORE THE City of Coppell EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL ~TTN: ~en Gri.F.Fin/As~t. City Mgr. 3o DAYS WRrrTEN NOTRE TO THE OEH~ATE HOLDER N~ED TO THE LEFt, Co~pell TX 75019 _ Certificate of Insurance After award of contract, Contractor will provide Owner With Certificate of Insurance which will be executed and bound here with final documents. 41 -- Bidding and Contract Documents -- General Instructions For Bonds A. The surety on each bond must be a responsible surety company which is qualified to do business in Texas and satisfactory to the Owner. B. The name, and residence of each individual party to the bond shall be inserted in the body _ thereof, and each such party shall sign the bond with his usual signature on the line opposite the scroll seal, and if signed in Maine, Massachusetts or New Hampshire, an adhesive seal shall be affixed opposite the signature. C. If the principals are partners, their individual names will appear in the body of the bond, with the recital that they are partners composing a firm, naming it, and all the members of the firm _ shall execute the bond as individuals. D. The signature of a witness shall appear in the appropriate place, attesting the signature of each -- individual party to the bond. E. If the principal or surety is a corporation, the name of the State in which incorporated shall be -- inserted in the appropriate place in the body of the bond, and said instrument shall be executed and attested under the corporate seal, the fact shall be stated, in which case a scroll or adhesive seal shall appear following the corporate name. F. The official character and authority of the person or persons executing the bond for the principal, if a corporation, shall be certified by the secretary or assistant secretary according to ' the form attached hereto. In lieu of such certificate, records of the corporation as will show the official character and authority of the officer signing, duly certified by the secretary or assistant secretary, under the corporate seal, to be true copies. G. The date of this bond must not be prior to the date of the contract in connection with which it is given. 42 Bidding and Contract Documents PERFORMANCE BOND -- STATE OF TEXAS } COUNTY OF DALLAS } KNOW ALL MEN BY THESE PRESENTS: That whose address is , ' hereinafter called Principal, and , a corporation organized and existing under the laws of the State of , and fully licensed to transact business in the State of Texas as Surety, axe held and firmly bound unto the CITY OF COPPELL, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called "Beneficiary", in the penal sum of DOLLARS ($. ) in lawful money of the United States, to be paid in Dallas County, Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, _ administrators and successors jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which _ reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal - entered into a certain Contract with the City of Coppell, the Beneficiary, dated the of , A.D. 19 , which is made a part hereof by reference, for the construction of that are described as follows: NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the ' plans, specifications and Contract documents during the original term thereof and any extension thereof which may be granted by the Beneficiary, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications _ to the Surety being hereby waived; and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of one (1) year from the date of final completion and final acceptance of the Work by Owner; and, if the Principal shall fully indemnify and _ save harmless the Beneficiary from all costs and damages which Beneficiary may suffer by reason of failure to so perform herein and shall fully reimburse and repay Beneficiary all outlay and expense which the Beneficiary may incur in making good any default or deficiency, then this obligation shall -- be void; otherwise, it shall remain in full force and effect. 43 Bidding and Contract Documents PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue shall lie in Dallas County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the -- Work to be performed thereunder or the specifications accompanying the same shall in anyway affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work or to the Specifications. This Bond is given pursuant to the provisions of Article 5160 of Vernon'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 copies, each one of which shall be deemed an original, this the day of ,19 PRINCIPAL SURETY -- By: By: -- Title: Title: ATTEST: ATTEST: ' The Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and service of the process is: NAME: ADDRESS: NOTE: Date of performance Bond must be date of Contract. If Resident Agent is not a corporation, _ give a person's name. _ Bidding and Contract Documents PAYMENT BOND STATE OF TEXAS } COUNTY OF DALLAS } - KNOW ALL MEN BY THESE PRESENTS: That whose address is , hereinafter called Principal, and , a corporation organized and ' existing under the laws of the State of , and fully licensed to transact business in the State of Texas as Surety, are held and firmly bound unto the CITY OF COPPELL, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called ' "Beneficiary", in the penal sum of DOLLARS ($. ) in lawful money of the United States, to be paid in Dallas County, Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. This Bond shall _ automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract with the City of Coppell, dated the of , A.D. -- 19 , 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 prosecution of the Work provided for in said Contract and any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modification to the Surety is hereby expressly waived, then this obligation shall be void; otherwise it shall remain in full force and effect. _ PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue shall lie in Dallas County, Texas. _ AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the Work to be performed thereunder or the Plans, Specifications, Drawings, etc., accompanying the -- same, shall in anyway affect its obligation on this Bond, and it does hereby waive notice of any such 45 -- Bidding and Contract Documents change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder. This Bond is given pursuant to the provisions of Article 5160 of Vernon'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 copies, each one of which shall be deemed an original, this the ~ day of ,19 __ PRINCIPAL SURETY By: By:. Title: Title: -- ATTEST: ATTEST: The Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and service of the process is: :NAME: ADDRESS: NOTE: Date of performance Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name. 46 Bidding and Contract Documents MAINTENANCE BOND STATE OF TEXAS } COUNTY OF DALLAS } _ KNOW ALL MEN BY THESE PRESENTS: THAT as Principal, and · a corporation organized under the -- laws of , as sureties, do hereby expressly acknowledge themselves to be held and bound to pay unto the City of Coppell, a Municipal Corporation, Texas, the sum of Dollars and Cents ($ .), -- for the payment of which sum will and truly be made unto said , and its successors, said principal and sureties do hereby bind themselves, their assigns and successors jointly and severally. THIS obligation is conditioned; however, that whereas, the said has this day entered into a written contract with the said to build and construct drainage, water, sewer, and paving for Dividend Drive, Project No. ST9802 which _ contract and the plans and specifications therein mentioned, adopted by the City of Coppell are hereby expressly made a part thereof as through the same were written and embodied herein. _ WItEREAS, under the plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair, the work herein contracted to be done and performed, for a period of two (2) years from the date of the acceptance of said work, and to do all necessary repairs _ and/or reconstruction in whole or in part of said improvements that should be occasioned by settlement of foundation, defective workmanship or materials furnished in the construction or any part thereof or any of the accessories thereto constructed by the Contractor. It being understood that the - purpose of this section is to cover all defective conditions arising by reason of defective material and charge the same against the said Contractor, and sureties on this obligation, and the said Contractor and sureties hereon shall be subject to the liquidation damages mentioned in said contract for each -- day's failure on its' part to comply with the terms of said provisions of said contract. Now, therefore, if the said Contractor shall keep and perform its' said agreement to maintain said work and keep the same in repair for the said maintenance period of two (2) years, as provided, then these presents shall " be null and void, and have not further effect, but if default shall be made by the said Contractor in the performance of its' contract to so maintain and repair said work, then these presents shall have full force and effect, and said shall have and receive from the said ' Contractor and its' principal and sureties damages in the premises, as provided; and it is further agreed that this obligation shall be a continuing one against the principal and sureties, hereon, and that successive recoveries may be and had hereon for successive branches until the full amount shall have been exhausted; and it is further understood that the obligation herein to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished or in any _ manner affected from any cause during said time. 47 Bidding and Contract Documents IN WITNESS WHEREOF, the said has -- caused these presents to be executed by and the said has caused these presents to be executed by its Attorney in fact and the said Attorney in fact , has -- hereunto set his hand, the day of ,19__ PRINCIPAL SURETY By:. By: Title: Title: WITNESS: ATTEST: -- NOTE: Date of Maintenance Bond must not be prior to date of Contract. Bidding and Contract Documents _ SECTION 2 SPECIAL PROVISIONS AND SUPPLEMENTARY CONDITIONS ' to the NCTCOG STANDARD SPECIFICATIONS SUPPLEMENTARY CONDITIONS - TO THE NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS _ GENERAL PROVISIONS THESE SUPPLEMENTARY 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 AMENDED OR SUPPLEMENTED REMAIN IN FULL FORCE AND EFFECT. ALL PROVISIONS AMENDED REMAIN IN FULL FORCE AND EFFECT AS AMENDED. PART I: GENERAL PROVISIONS -- DIVISION I ITEM 1.0 DEFINITIONS: SC-I.0 -- Engineer: The word "Engineer" in these contract documents and specifications shall be understood as referring to CITY ENGINEER, City of Coppell, P.O. Box 478, Coppell, TX 75019, Engineer of the Owner, or ' such other representatives as may be authorized by said owner to act in any particular position. Owner: The word "Owner" in these contract documents and specifications refers to the CITY OF COPPELL acting through its authorized _ representatives. Calendar Day: Add the following sentence to the end of the working days _ definitions: Hours worked before 8:00 a.m. after 5:00 p.m., all weekends and holidays are subject to overtime. Overtime request must be made in writing and approved by the City of Coppell. Seventy-two hours notice - required. All overtime incurred by the City for inspection services shall be paid by the Contractor. If not paid, such cost may be deducted from partial payments. 49 Standard Specifications Supplementary Conditions All other terms used in these Supplementary Conditions which are defined in the General Provisions shall have the same meanings used in the -- General Provisions. ITEM 1.15 SURETY BONDS: SC-1.15 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." ITEM 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. ITEM 1.19 PRIORITY OF CONTRACT DOCUMENTS: ' SC-1.19 Add the following language at the end of the Item 1.19: "If there is any conflict between the provisions of the Contract Documents and any such referenced standard specifications, manuals or codes, the provisions of the Contract Documents shall take precedence over that of any standard specifications, manuals or codes." ITEM 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 50 Standard Specifications _ Supplementary Conditions 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 himself as to subsurface conditions. SCol.20.5 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 construction operations. Where existing utilities ._ or service lines are cut, broken or damaged, the CONTRACTOR shall replace the utilities or service lines with the same type of original construction, or better, at his own cost and expense. If it is necessary to change or move the property of any owner or of a public utility, such property shall not be moved or interfered with until -- authorized by the ENGINEER. The right is reserved to the owner of any public utility to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made -- necessary by the performance of this contract. ITEM 1.22 CONTRACTORS 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". ITEM 1.24 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 Contractor at the site, or should any claim arising out of CONTRACTOR'S, OWNER, ENGINEER, Consulting Engineer or any other person, CONTRACTOR shall promptly attempt to settle with such - other Contractor by agreement, or to otherwise resolve the dispute by arbitration or at law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold OWNER, ENGINEER and 51 Standard Specifications _ Supplementary Conditions Consulting Engineer harmless from and against all claims, damages, losses and expenses (including, but not limited to, fees of engineers, architects, -- attorneys and other professionals and court and arbitration costs) arising directly, indirectly or consequentially out of any action, legal or equitable, brought by any separate Contractor against OWNER, ENGINEER or ' Consulting Engineer to the extent based on a claim arising out of CONTRACTOR'S performance of the Work. Should a separate Contractor cause damage to the work or property of CONTRACTOR or should the performance of work be any separate Contractor at the site give rise to any other claim, CONTRACTOR shall not institute any action, legal or _ equitable, against OWNER, ENGINEER or Consulting Engineer or permit any action against any of them to be maintained and continued in its name or for its benefit in any court or before any arbiter which seeks to impose _ liability on or to recover damages from OWNER, ENGINEER or Consulting Engineer on account of any such damage or claim. If CONTRACTOR is delayed at any time in performing or furnishing Work -- by any act or neglect of a separate Contractor and OWNER and CONTRACTOR are unable to agree as to the extent of any adjustment in Contract Time attributable thereto, CONTRACTOR may make a claim for -- an extension of time in accordance with Item 1.36. An extension of the Contract Time shall be CONTRACTOR's exclusive remedy with respect to OWNER, ENGINEER and Consulting Engineer for any delay, -- disruption, interference or hindrance caused by any separate Contractor. ITEM 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. 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, 52 Standard Specifications _ Supplementary Conditions 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; WARRANTIES AND GUARANTEES: SC-1.27.4 Amend the first sentence of Item 1.27.4 to change the words "one year" to "two years". ITEM 1.32 WORKING 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 may make checks as the Work progresses to verify lines and grades established by the ' Contractor to determine the conformance of the completed Work as it progresses with the requirements of the construction documents. Such checking by the Engineer shall not relieve the Contractor of his responsibility to perform all Work in connection with Contract Drawings and Specifications and the lines and grades given therein." ITEM 1.33 OTHER 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." 53 Standard Specifications _ Supplementary Conditions 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." ITEM 1.36 DELAYS; EXTENSION OF TIME; LIQUIDATED 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." ITEM 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. "The unit price of an item of Unit Price Work shall be subject to re- evaluation and adjustment under the following conditions:" ITEM 1.42 INSPECTION AND TESTS: SC-1.42 _ 1.42.3 Amend the first paragraph to delete "direction and expense of the Owner" and add the following "direction of the Owner and expense of the Contractor". Amend the last paragraph, first sentence by changing "Contractor" to "Owner". __ 54 Standard Specifications _ Supplementary Conditions ITEM 1.49 OWNER'S OFFICERS, EMPLOYEES OR AGENTS: -- SC-1.49-2 Replace Item 1.49.2 with the following new paragraph: 1.49.2 Conflict of Interest City Charter states that no officer of the City shall have a financial interest, direct or indirect, in any contract with the City, nor shall be financially interested, directly or indirectly, in the sale to the City of any land, or rights or interest in any land, materials, supplies or services. This prohibition does not apply when the interest is represented by ownership of stock in a corporation involved, provided such stock ownership amounts to less than one percent (1%) of the corporation stock. Any violation of this prohibition will constitute malfeasance in office. Any officer or employee of the City found guilty thereof should thereby forfeit his office or position. Any violation of this prohibition with the knowledge, expressed or implied, of the persons or corporations contracting with the City shall render the contract voidable by the City Manager or the City Council. The Contractor represents that no employee or officer of the City has an interest in the Contractor. ITEM 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 151.311 of the Tax Code covering tangible personal property purchased by a contractor for use in the performance of a contract for the improvement of City-owned realty. It is still possible, however, for a contractor to make tax-free purchase of tangible personal property which will be incorporated into and become _ part of a City construction project through the use of a "separated contract" with the City. A "separated contract" is one which separates charges for materials from charges for labor. Under such a contract, the contractor -- becomes a "seller" of those materials which are incorporated into the project, such as bricks, lumber, concrete, paint, etc. The contractor issues a resale certificate in lieu of paying the sales tax at the time such items are -- purchased. The contractor then receives an exemption certificate from the city for those materials. (This procedure may not be used, however, for materials which do not become a part of the finished product. For 55 Standard Specifications _ Supplementary Conditions example, equipment rentals, form materials, etc. are not considered as becoming "incorporated" into the project). Utilization of this "separated contract" approach eliminates the need for bidders to figure in sales tax for materials which are to be incorporated ' into the project. The successful bidder's bid form will be used to develop the "separated contract" and will determine the extent of the tax exemption. Upon execution of the construction contract, the contractor shall furnish a breakdown (per item) of 1) materials incorporated into the project; and 2) labor, equipment, supervision and materials not _ incorporated into the project. 56 Standard Specifications Supplementary Conditions SPECIAL PROVISION - TO THE NORTH CENTER TEXAS COUNCIL OF GOVERNMENTS STANDARD SPECIFICATIONS These Special Provisions, modify, or supplement the Standard Construction Specifications of the North Central Texas Standard Specifications. All provisions which are not so modified or supplemented remain in full force and effect, except payment shall be as established in Section 1 entitled "Proposal and Bid Schedule". PART II: MATERIALS DIVISION 2 ITEM 2.1.5. TRENCH BACKFILL: _ (C) Types "B" and "C" (4) Additional Requirements (B) Additional Requirements for Type "C" backfill when used in streets: Insert the following paragraph at the beginning of this -- subsection: "All trench backfill shall be compacted to between 95 percent and 100 percent of Standard Proctor Density as determined by ASTM D-698 at, or up to five (5) percentage points above, -- optimum moisture content, using mechanical compaction methods unless otherwise specified in the Plans. Water jetting may be used only with specific written permission of the Engineer." ITEM 2.1.6. RIP RAP OR STONE MASONRY: (b) Materials and Dimensions (4) Mortar Rip rap. Add the sentence: "Mortar or concrete type shall be approved by the Engineer and shall conform to A.S.T.M. C 387-83." ITEM 2.1.7. PIPE BEDDING MATERIAL FOR STORM SEWERS: (a) General: Amend the first sentence, by striking the words Standard Specifications _ Special Provision "requirements for earth bedding" and replace with "recommendations of the pipe manufacturer, and shall be approved -- by the Engineer". (b) Earth Bedding: Add the following sentence at the beginning of this paragraph: "Earth bedding will not be permitted -- without written approval of the Engineer." ITEM 2.2.2. 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. PART III CONSTRUCTION METHODS DIVISION 3 SITE PREPARATION ITEM 3.1.2. CONSTRUCTION METHODS: -- Add the following sentence after the second sentence: "The method of protection shall be 2 inch by 4 inch wood railing unless otherwise shown on the Plans or directed by the Engineer." ITEM 3.7.3. DENSITY: -- Strike the first sentence and replace with the following: "Earth embedment and select material shall be compacted to between 95 percent and 100 percent of Standard Proctor Density as determined by ASTM D-698 at, or ' up to five (5) percentage points above, optimum moisture content, using mechanical compaction methods, unless otherwise specified in the Plans or Specifications." PART IV: DIVISION 4 SUBGRADE, SUBBASE AND BASE COURSES ITEM 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." 58 Standard Specifications Special Provision PART V: -- DIVISION 5 PAVEMENT AND SURFACE COURSES ITEM 5.8.2. CONSTRUCTION METHODS: (e) Joints -- (1) Expansion Joints: Delete the first paragraph and replace with the following: "Expansion joints shall be installed perpendicularly to the surface and centerline of the pavement. Expansion Joint ' material shall be redwood boards, 3/4-inch in width, and extended through curbs. Expansion joints are to be installed at each end of radius at street intersections. Expansion joints shall be equally spaced between intersections with not less than one every 200 linear feet of pavement, unless otherwise specified on the Plans or _ directed by the Engineer." (C) Proximity to Existing Structures: Add to end of sentence, "or as _ directed by the Engineer". (2) Contraction Joints. Delete the first sentence of the first 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 first paragraph which reads as follows: "Fog sprays powered by pressure pumps, and capable of covering the entire area of freshly placed concrete with a fine mist, shall be used if water is needed for finishing operations." Standard Specifications Special Provision PART VI: DIVISION 6 UNDERGROUND CONDUIT CONSTRUCTION -- ITEM 6.2.9. BACKFILL: (b) 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 replacing with "to a density between 95 percent and 100 percent Standard Proctor Density as determined by ASTM D-698 at, or up to five (5) percentage points above, optimum moisture content, unless otherwise specified in the Plans or directed by the Engineer." Standard Specifications Special Provision - SECTION 3 SPECIFIC PROJECT REQUIREMENTS SPECIFIC PROJECT REQUIREMENTS The construction specifications which apply to this project are the Standard Specifications for Public Works Construction - Noah 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 2 - 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 -- considered as pan of the Specifications when referenced. A.S.A. American Standards Association A.S.T.M. American Society of Testing Materials A.A.S.H.T.O. American Association of State Highway & Transportation Officials A.C.I. American Concrete Institute _ A.W.S. American Welding Society A.W.W.A. American Water Works Association S.S.P.C. Steel Structures Painting Council, Federal Specifications Treasury Department U.L. Underwriters Laboratories -- N.E.M.A. National Electrical Manufacturers Association ' W.P.C.F. Water Pollution Control Federation TX.DOT Texas Department of Transportation C.D.G.S. City of Dallas General Specifications 61 specific Project Requirements S.S .P.W.C.N.C.T. Standard Specifications for Public Works Construction North Central Texas 1.1 OWNER: The "Owner" as referred to in these Specifications is the City of Coppell, P.O. Box 478, Coppell, Texas 75019. 1.2 ENGINEER: The "Engineer" as referred to in these Specifications is the City _ Engineer, City of Coppell, Engineer of the Owner, or such other representatives as may be authorized by said owner to act in any particular position. _ 1.3 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. '- 1.4 SITE: The Contractor shall limit his work to the area shown on the Project Drawings as within the street right-of-way. Entrance onto private property shall be at the expressed approval of the property owners and the Contractor assumes all ' liability. 1.5 PROJECT DESCRIPTION: This work shall consist of the drainage, water, sewer, and paving for Dividend Drive. The work shall include all components necessary for the construction of the drainage, water, sewer, and paving, including but not limited to: drainage system, water line, water appurtenances, sanitary sewer, manholes, paving, etc. as detailed in the plans and specifications. _ 1.6 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. 1.7 SAFETY PRECAUTIONS: The Contractor shall comply with all applicable laws including the Occupational Safety and Health Act of 1970, ordinances, rules, ' regulations and order of any public authority have jurisdiction for the safety of persons or property to protect them from damage, injury or loss. He shall erect and maintain, as required by 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. 62 - Specific Project Requirements 1.8 SOIL INVESTIGATION: A geotechnical investigation report has not been prepared. The Contractor shall visit the site and acquaint himself with the site conditions. 1.9 SURVEY AND FINISHED GRADES: Horizontal and vertical control is provided by the owner as shown on the plans. The Contractor shall be responsible for layout and staking of all grades and lines for construction. The Contractor _ shall preserve all stakes or markings until authorized by the Engineer to remove same. The Contractor shall bear the cost of the re-establishing any control or construction stakes destroyed by either him or a third party and shall assume the -- entire expense of rectifying work improperly constructed due to failure to maintain established points and marks. No separate payment shall be made to the Contractor for construction staking which shall be considered incidental to the -- project and payments made under specific Pay Items shall be considered as full compensation for these requirements. ' 1.10 CONFORMITY WITH DRAWINGS: All work shall conform to the lines, grades, cross-sections, and dimensions shown on the Drawings. Any deviation from the Drawings which may be required by the exigencies of construction will ' be determined by the Engineer and authorized by him in writing. 1.11 TESTING LABORATORY SERVICE: Catellus shall employ a geotechnical and materials testing consultant (to be named) to perform quality control testing, as required, for the Project. Catellus shall be responsible for performing all _ testing and providing two (2) copies of all written reports of testing to the City. 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. 1.12 SUSPENSION OF WORK: If the work should be stopped or suspended under any order of the court, or other public authority, the Owner may at any time during -- suspension upon seven days written notice to the Contractor, terminate the Contract. In such an event, the Owner shall be liable only for payment for all work completed plus a reasonable cost for any expenses resulting from the termination -- of the Contract, but such expenses shall not exceed $5,000. 1.13 PRESERVATION OF TREES: Permission of the Engineer must be obtained -- for removal of trees 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 $500.00 each payable to the Owner. 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 materials or equipment including vehicles will be allowed within the drip line of a tree. 63 -- Specific Project Requirements 1.14 COOPERATION OF CONTRACTOR: The Contractor shall have on the project at all times, as his agent, a competent Superintendent capable of reading 4 the plans and specifications and thoroughly experienced in the type of work being performed. The Superintendent shall have full authority to execute orders or _ directions and to promptly supply such materials, equipment, tools, labor and incidentals as may be required. Such superintendence shall be furnished irrespective of the amount of work contracted. The Superintendent and the _ Contractor shall be responsible for supervision of all work performed by the subcontractor at all times during construction. -- 1.15 WARNING DEVICES: The Contractor shall have the responsibility to provide and maintain all warning devices and take all precautionary measures required by law 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 carded on, in, or adjacent to, any street, alley, sidewalk, public _ right-of-way or public place, the Contractor shall at his own cost and expense provide such flagmen and watchmen and furnish, erect and maintain such warning devices, barricades, lights, signs and other precautionary measures for the __ protection of persons or property as are required by law. The Contractor shall submit a traffic control plan to be reviewed by the City prior to the beginning of work, No lane shall be barricaded before 9:00 a.m. or after 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 (by failing to furnish the necessary flagmen, - warning devices, barricades, lights, signs or other precautionary measures for the protection of persons or property), the Engineer may order such additional precautionary measures as required by law to be taken to protect persons and ' property, and to be reimbursed by the Contractor for any expense incurred in ordering such additional precautionary measures. ' In addition, the Contractor will be held responsible for all damages to the work and other public or private property due to the failure of waming devices, I_ barricades, signs, lights, or other precautionary measures in protecting said - Specific Project Requirements property, and whenever evidence is found of such damage, the Engineer may order the damaged portion immediately removed and replaced by and at the cost and expense of the Contractor. If the damages are not corrected in a timely fashion, then the City shall have the fight to repair the damage and charge the cost back to the Contractor. All of this work is considered incidental and shall not be separate pay item. _ 1.16 EXISTING UTILITIES~ STRUCTURES AND OTHER PROPERTY: A. Prior to any excavation, the Contractor shall determine the locations of all -- existing water, gas, sewer, electric, telephone, telegraph, television, and other underground utilities and structures. -- B. After commencing the work, use every precaution to avoid interferences with existing underground and surface utilities and structures, and protect them from damage. C. Where the locations of existing underground and surface utilities and structures are indicated, these locations are generally approximate, and all ' items which may be encountered during the work are not necessarily indicated. The Contractor shall determine the exact locations of all items indicated, and the existence and locations of all items not indicated. D. The Contractor shall repair or pay for all damage caused by his operations to all existing utilities, public property, and private property, whether it is below ground or above ground, and he shall settle in total cost of all damage suits which may arise as a result of this operations. E. To avoid unnecessary interferences or delays, the Contractor shall coordinate all utility removals, replacements and construction with the _ appropriate utility company. 1.17 DRAINAGE: The Contractor shall maintain adequate drainage at all times. 1.18 PRO,IECT MAINTENANCE: The Contractor shall maintain, and keep in good repair, the improvements covered by these plans and specifications during the life -- of the contract. 65 Specific Project Requirements 1.19 CLEANUP: ' A. During Construction. The contractor shall at all times keep the job site as free from all material, debris and rubbish as is practicable and shall remove same from any portion of the job site when it becomes objectionable or interferes with the progress of the project. Any tracking of dirt, mud, and/or material on streets from this project shall be cleaned _ up. B. Final. Upon completion of the work, the Contractor shall remove from the -- site all plant, materials, tools and equipment belonging to him and leave the site with an appearance acceptable to the Engineer and the Owner. The Contractor shall thoroughly clean all equipment and materials installed by -- him and shall deliver over such materials and equipment in a bright, clean, polished and new-appearing condition. ' 1.20 INSPECTION: The word "Inspection" or other forms of the word, as used in the contract documents for this project shall be understood as meaning an Owner's agent will observe the construction on behalf of the Owner. Catellus shall employ ' Halff Associates, Inc. to serve as Project Engineer for the Project. Catellus shall oversee and manage the construction of the Project and shall provide written progress reports to the City on a bi-weekly basis. Catellus shall be responsible, along with Project Engineer, for performing all construction inspections. The Project Engineer will observe and check the construction in sufficient detail to satisfy himself that the work is proceeding in general accordance with the contract documents, but he will not be a guarantor of the Contractor's performance. _ 1.21 DISPOSAL OF WASTE AND SURPLUS EXCAVATION: All trees, stumps, slashings, brush or other debris removed from the site as a preliminary to the construction shall be removed from the property. Any required burning and _ disposal permits shall be the sole responsibility of the Contractor. Vegetation that has been cut must be removed from the site within 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. - 1.22 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, flushing, ' flooding, or jetting. The Contractor shall provide water as required at his own expense. 1.23 GUARANTEE: All work shall be guaranteed against defects resulting from the use of inferior materials, equipment or workmanship for a period of two (2) years _ from the date of final completion and acceptance of the project. 66 Specific Project Requirements 1.24 EROSION CONTROL: The Contractor shall be responsible for furnishing, constructing and maintaining control measures as necessary to prevent and control soil erosion, sedimentation and water pollution in accordance with the city of _ Coppell's Erosion Control Ordinance. 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. _ Additional erosion protection may be required if the City representative determines that it is necessary. No separate payment shall be made for the work. It shall be considered incidental to the Contract. 67 Specific Project Requirements SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 1.1 GENERAL: A. Contractor to submit Shop Drawings, Product Data and Samples as _ required by the Contract Documents and as specified in other sections of the specifications. _ 1.2 SHOP DRAWINGS: A. As soon as practicable after contract award, submit to the Engineer, for -- review, the required number of bound copies of shop drawings of all items as specified in the various sections of these specifications, accompanied by letters of transmittal. B. Shop drawings shall include: Manufacturer's catalog sheets and/or descriptive data for materials and equipment; showing dimensions, ' performance characteristics, and capacities and other pertinent information as required to obtain approval of the items involved. ' C. No work requiring shop drawings will be executed until review and acceptance of such drawings has been obtained. 1.3 PRODUCT DATA: A. Preparation: 1. Clearly mark each copy to identify pertinent products or models. _ 2. Show performance characteristics and capacities. 3. Show dimensions and clearances required. B. Manufacturers standard schematic drawing sand diagrams: 1. Modify drawings and diagrams to delete information which is not -- applicable to the work. 2. Supplement standard information to provide information ' specifically applicable to the work. 1.4 SAMPLES: Provide samples as indicated in other parts of these specifications. 68 Specific Project Requirements 1.5 CONTRACTOR RESPONSIBILITIES: A. Review Shop Drawings and Product Data prior to submission. B. Determine and verify: 1. Field measurements. ' 2. Field construction criteria. 3. Catalog numbers and similar data. 4. Conformance with specifications. C. Coordinate each submittal with requirements of the work and of the Contract Documents. D.Begin no work which requires submittals until return of submittals with Engineer's review. E. Keep one (1) approved copy of shop drawings or product data at job site at all times. 1.6 SUBMISSION REQUIREMENTS: -- A. Make submittals promptly and in such sequence as to cause no delay in the work or in the work of any other contractor. ' B. Number of submittals required: 1. For shop drawings and product data: Submit the number of copies which the contractor requires, ' plus four which will be retained by the Engineer. C. Submittals shall contain: 1. The date of submission and the dates of any previous submissions. 2. The project title. _ 3. The names of: a. Contractor b. Supplier -- c. Manufacturer 4. Identification of the product. 69 specific Project Requirements 5. Field dimensions, clearly identified as such. 6. Relation to adjacent or critical features of the work or materials. 7. Applicable standards, such as ASTM or Federal Specification numbers. 8. Identification of deviations from Contract Documents. ' 9. Identification of revisions on resubmittals. 10. Contractor's stamp, initialed or signed, certifying to review of submittal, verification of products, field measurements and field construction criteria, and a\coordination of the information within the submittal with requirements of the work and of Contract Documents. _ 11. Fabrication and erection drawings lists and schedules. 12. Basis of design and design calculations signed and sealed -- by a registered professional engineer. 13. Seal and signature of a registered engineer on all structural -- submittals. D. REVIEW: 1. Shop drawing and product data information review will be general. Such review will not relive the contractor of any responsibility and ' work required by the Contract. 2. Satisfactory shop drawings will be so designated and all sets, except four (4), returned to the Contractor. Rejected shop drawings will be so designated and all sets except two (2) will be retumed to the Contractor, with indications of the required corrections and changes. 3. Rejected shop drawings will be corrected and resubmitted to the _ Engineer for Acceptance. 1.7 RESUBMISSION REQUIREMENTS: A. Make any corrections or changes in the submittals required by the Engineer and resubmit until accepted. 70 Specific Project Requirements B. Shop Drawings and Product Data: -- 1. Revise initial drawings or data, and resubmit as specified for the initial submittal. -- 2. Indicate any changes which have been made other than those requested by the Engineer. ' 1.8 ENGINEER'S RESPONSIBILITIES: A. Review submittals with reasonable promptness. B. Affix stamp and initials or signature, and indicate requirements for resubmittal, or acceptance of submittal. C. Return submittals to Contractor for distribution, or for resubmission. _ Specific Project Requirements SECTION 4 DESCRIPTION OF PAY ITEMS - 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: The traffic control plan required in Section 1-15 of the Specific Project Requirements is subsidiary to the price for the various bid items. Pay Item I - 1-9, 11-16; II - 1-12, 14, 15, 17-21; III- 1-5, 7, 8; IV - 1-6: These are standard Bid Items and as such the installation and construction shall be in conformance with the lines, grades, and materials shown on the plans; _ with generally accepted construction practices; and in conformance with these specifications, plans, the North Central Texas Council of Government Specifications and The City of Coppell Standard Details. Pay Item II - 13, III- 6: -- These Pay Items provide for the encasement of a portion of a 16" water main, 3-8" water laterals, a 6" water lateral, and a 6" wastewater lateral with 3000 psi concrete because the vertical separation of these utilities with other utilities is less -- than the 2 ft. minimum required by the City of Coppell. The measurement and payment shall be on the basis of the bid price per linear foot and shall be total compensation for furnishing all materials, tools, equipment, labor and any ' incidentals necessary to complete the work. Pay Item I - 10, II - 16, III- 9: These pay items shall apply to any trench excavation which is over five (5) feet in depth from the ground surface, or trench excavations that are less than five (5) feet in depth located in areas where unstable soil conditions are present (REF. OSHA Safety and Health Regulations, Part 1926, Subpart P, Paragraph 29 CFR _ 1926.652, Subparagraph (a)). The measurement for Trench Safety shall be the linear foot along the centerline of trench. The payment shall include all components for design and construction of the Trench Safety System which can _ include, but not be limited to, sloping, sheeting, trench boxes or trench shields, sheet piling, cribbing, bracing, shoring, dewatering or diversion of water to provide adequate drainage. Payment of all work prescribed under this item shall - be full compensation for additional excavation and backfill; for furnishing, placing and removing all shoring, sheeting, or bracing; for dewatering or diversion Description of Pay Items of water; for all jacking and jack removal; and for all other labor, materials, tools, equipment and incidentals necessary to complete the work. Pay Item IV - 7: This pay item shall consist of installing brick pavers in the median at the left turn lane in Freeport Parkway. The color and pattern of the brick pavers shall be per City of _ Coppell Standards. The measurement and payment shall be on the basis of the bid price per square yard and shall be total compensation for furnishing all materials, tools, equipment, labor, and any incidentals necessary to complete the work. Description of Pay Items