Loading...
SW9701-CN 97111102/17/98 11:17 Revbmd 119198 CITY 0~ COPPELL -, CITY 0~ COPPELL NO. 020 3 OZ Reaueste for ~ t~ ~d~ ~r ~v ~ Q05 Pf~ I I AdVert Sb4, (&[) 1~ ~ ~ ~7 216 ~ 101 ~ 753 353 T~ ~ J~ ~S.~. wm.~43? X~ a"~a~ W~l ~IH 20 3J*~M~l~l ~W. l~ 41 ' ' "~ ~4~ ~ 152 212 ~ 42? 41 ~ ~L ~ H~ 105 MW~ H 3 ~ ] tt M.K 02/17/98 11:17 CITY OF CDPPELL + CITY OF COPPELL N0.020 ~ Revised 119198 :lkeu~U ~or 5~vice f~r SidewaP- leDsir 2 9'7~D5/1a Oi~ 723 L~ 2 97~12 ~d~ ~ ~ ~1~ 208 2 ~ W~ e 9;  3 ~111~4 ~ ~ ~ 3 ~3/D ~ 4~ 1~ 3 9~8 ~H ~1 168 3 ~/~ ~y 7~ 3 ~s ~119 ~ 3 ~6 ~ ~214 Z6 3 ff~ we2Jt 0 4 ~/~114 ~ M~C~, 1~ 1~ 4 ~/14 Hi~ ~ Z~ 155 4 -C~ F'rlll/ll(i) g'Y/lOr/J(t) ry~o/t4Ci) 97/1o/15 (1) ./1o/o3 (1) CONSTRUCTION SPECIFICATIONS AND CONTRACT DOCUMENTS FOR SIDEWALK REPLACEMENT PROJECT SW 97-01 7 THE FOR CITY OF OCTOBER 1997 COPPELL INVITATION TO BID INSTRUCTIONS/TERMS OF CONTRACT BID NO. Q-1097-01 SIDEWALK REPLACEMENT PROJECT By order of the City Council of the City of Coppell, Texas, sealed bids will be received for: Sidewalk Replacement Project #SW 97-01 TO PROVIDE for an annual Contract commencing in accordance with the Notice to Proceed and continuing for a twelve month period. The City of Coppell, City Council reserves the right to extend this Contract for three (3) additional one-year periods as it deems to be in the best interest of the City. IT IS UNDERSTOOD that the City Council of the City of Coppell, Texas reserves the right to reject any and/or all bids for any/or all products and/or services covered in this bid request and to waive informalities or defects in bids or to accept such bids as it shall deem to be in the best interests of the City of Coppell. BIDS MUST BE submitted on the pricing forms included for that purpose in this packet. Each bid shall be placed in a separate sealed envelope, with each page manually signed by a person having the authority to bind the firm in a Contract, and marked clearly on the outside as shown below. FACSIMILE TRANSMITTAB SHALL NOT BE ACCEPTED! SUBMISSION OF BIDS: Sealed bids shall be submitted no later than 10:00 a.m., Monday, October 27, 1997 to the address as follows: City of Coppell Purchasing Depathrtent 255 Parkway Blvd. Coppell, Texas 75019 TABLE OF CONTENTS Section 1 - Bidding and Contract Documents Notice to Bidders Instructions to Bidders Proposal/Bid Forms Prevailing Wage Rams Standard Form of Agreement (Contract) Certificate of Insurance Instructions for Bonds Performance Bond Payment Bond Maintenance Bond Page # 1-1 1-2 1-3 1-13 1-21 1-22 1-29 1-30 1-31 1-33 1-35 Section 2 - Section 3 - Section 4 - Section 5 - City of Coppell's Supplementary Conditions to the NCTCOG Standard Specifications for Public Works Consauction Special Provisions to Standard Specifications for Construction 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. Specific Project Requirements Description of Pay Items Request for Sidewalk Service Repairs 2-1 2-9 3-1 4-1 5-1 SECTION 1 BIDDING DOCUMENTS NOTICE TO BIDDERS The City of Coppell is accepting bids for Sidewalk Replacement Project / SW 97-01. Specifications may be obtained at a cost of $25.00 from the Purchasing Agent, 255 Parkway Blvd., Coppell, Texas 75019 or telephone (972)304-3698. Sealed bids addressed to the Purchasing Agent, City of Coppell, Texas, for the construction of the Sidewalk Replacement Project / SW 97-01 will be received in the Purchasing Office at the City of Coppell Town Center, 225 Parkway Boulevard, until 10:00 a.m., Monday, October 27, 1997 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-1097-01 designated clearly on the exterior of the bid envelope. The Owner reserves the right to reject any or all bids and m 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. Complete sets of bidding documents must be used in preparing Bids; the City of Coppell assumes no responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. NO SALES TAX ON TANGIBLE PERSONAL PROPERTY INCORPORATED INTO OR MADE A PART OF THE PROJECT. The bidder shall not include or provide for sales tax on tangible personal property to be incorporated into the project. (Note: This procedure may not be used, however, for materials which do not become a part of the finished product, such as, equipment rental or purchase, form materials, etc.). In order to be exempt from the sales tax on such tangible personal property, the contract shall separate and provide separate charges for materials to be incorporated into the project from charges for labor. The City will provide the Contractor with an exemption certificate for the materials. The contractor is expected to issue a resale certificate in lieu of paying a sales tax at the time of purchase. The bidder shall show the cost of materials (tangible personal property) in the space provided on the bid form. The successful bidder's bid form will be used to develop a separated contract and determine the extent of the tax exemption. INSTRUCTIONS TO BIDDERS ** Defmed Tei:ms. 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 direc~y to Owner, as distinct from a sub-bidder, who submits a bid to a Bidder. The term "Successful Bidder" means the lowest, qualified, responsible Bidder to whom the Owner (on the basis of the Owner's evaluation as hereinafter provided) makes an award. The term "Bidding Documents" includes the Notice to Bidders, Instructions to Bidders, the Bid Form, and the proposed Contract Documents (including all Addenda issued prior to receipt of bids). Specific defined terms are: Owner: Wherever the word "OWNER" is used in the specifications and Contract Documents, it shall be understood as referring to the City of Coppell, Texas. Engineer: Wherever the word "ENGINEER" is used in the specifications and Contract Documents, it shall be understood as referring to the City Engineer or his authorized representative, 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. Scope of Work. This project will consist of the removal and replacement of approximately 7,250 square feet of sidewalk. Depending on the price bid per square foot, this amount could increase to 8,800 square feet of sidewalk to be replaced. The sidewalks exist sporadically throughout the City of Coppell as identified on the attached "Request for Service for Sidewalk Repair ". Generally, the work shall consist of the removal of the existing 4 inch thick concrete sidewalk, disposal of the sidewalk, and replacement with a new 4 inch thick sidewalk with #3 reinforcing steel on a sand base in accordance with the City of Coppell Standard Details for sidewalk construction. All removals will be to the nearest joint and any damage to the existing landscape, including the grass, will be considered subsidiary to the prices bid per square foot for the sidewalk replacement. Copies of Bidding Documents. Complete sets of the Bidding Documents may be obtained from the Purchasing Agent at the office of the City of Coppeil, 255 Parkway Boulevard, Coppell, Texas for $25,00. The following general requirements pertain to the Bidding Documents: 1 - 3 Bidding Documents 3.2 3.3 A) No bidding documents will be issued later than two (2) days prior to the bid opening date. B) After award of the Contract, the successful Bidder will be furnished five (5) sets of Contract Documents at no charge. Additional sets over five (5) will be furnished for $15.00 per set. c) Bidding documents may be examined free of charge at the offices of the City Engineer, City of Coppell, 255 Parkway Boulevard, Coppell, Texas. Complete sets of Bidding Documents must be used in preparing Bids; the City of Coppell assumes no responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. No partial sets of plans, specifications or proposal forms will be issued. The Owner, in making copies of Bidding Documents available on the above tens, does so only for the purpose of obtslning Bids on the Work and does not confer a license or grant for any other use. Qunlifications of Bidders. The Bidder shall submit within five (5) days of the Owner's request such evidence as the Owner may require to establish his financial responsibility, experience and possession of such equipment as may be needed to prosecute the work in an expeditious, safe and satisfactory manner. The required information to be submitted shall consist of, but shall not necessarily be limited to, the following: A. Current Project Experience. A list of all projects presently under construction by the bidder including approximate cost and completion date shall be submitted upon request. B. Past Project Experience. The Bidder shall submit a list of comparable projects completed within the previous five years including approximate cost(s), quantities, and completion date(s). C. Equipment. The Bidder shall provide a list of equipment which will be used on this project. The Bidder shall demonstrate that he has adequate equipment to complete this project, properly and expeditiously and shall state what additional equipment, if any, that he must rent/lease as may be required to complete this project. Bidding Documents 6.2 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 maintain~q a permanent place of business. Conflict of Interest. City Charter states that no officer or employee of the City shall have a financial interest, direct or indirect, in any contract with the City, nor shall be financially interested, directly or indirectly, in the sale to the City of any land, or rights or interest in any land, materials, supplies or services. This prohibition does not apply when the interest is represented by ownership of stock in a corporation involved, provided such stock ownership amounts to less than one percent (1%) of the corporation stock. Any violation of this prohibition will constitute malfeasance in office. Any officer or employee of the City found guilty thereof should thereby forfeit his office or position. Any violation of this prohibition with the knowledge, expressed or implied, of the persons or corporations contracting with the City shall render the contract voidable by the City Manager or the City Council. The Contractor represents that no employee or officer of the City has an interest in the Contractor. Examination of Contract Documents and Site. Access to the sites shall be from the adjacent streets. Prospective Bidders shall inspect all improvements. It is the responsibility of each Bidder before submitting a Bid,.to (a) examine the Contract Documents thoroughly, Co) visit the site to become familiar with local conditions that may affect cost, progress, performance or furnishing of the Work, (c) consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work, (d) study and carefully correlate Bidder's observations with the Contract Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. Failure to make these examinations shall in no way relieve any Bidder from the responsibility of fulfilling all of the terms of the contract, without additional cost to the OWNER. 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 1 - 5 Bidding Documents 6.3 6.4 6.5 6.6 Owner by Owners of such underground Facilities or others, and the Owner does not assume responsibility for the accuracy or completeness thereof. All exisfmg 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 sufficienily 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 result'rag from the construction of this project. 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. 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. The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract documents. 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. Interpretations and addenda. 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 l - 6 Bidding Documents 7.2 8.2 8.3 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. Addenda may also be issued to modify the Bidding Documents as deemed advisable by the Owner. Contrnet Time. The time for completion in calendar days should be included on the Bid Form in the space provided. All work shall be complete within the calendar day count required by the Contractor's Proposal. The calendar day count shall commence ten (10) calendar days after the date of the Notice to Proceed. 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. 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. Liquidated Damages. Provisions for liquidated damages are set forth in the Contract. Liquidated damages for this project are: One hundred and sixty dollars ($160.00) per day. 10. Substitute or "Or-Equal" Items. 11.1 The Contract, if awarded, will be on the basis of materials and equipment described in the Drawings or specified in the Specifications without consideration of possible substitute or "or-equal" items. Whenever it is indicated in the Drawings or specified in the Specifications that a substitute or "or-equal" item of material or equipment may be furnished or used by Contractor if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the Effective Date of the Agreement. No substitutions should be considered during the bidding process. Subcontractors, Suppliers, and Others. 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 1 - 7 Bidding Documents 11.2 12. 12.1 12.2 accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, supplier, person or organization if requested by the Owner. If the Owner, after due investigation, has reasonable objection to any proposed Subcontractor, Supplier, other person or organization, may, before the Notice of Award is given, request the apparent Successful Bidder to submit an acceptable substitute in which case the apparent Successful Bidder shall submit an acceptable substitute. Bidder's Bid price may be increased (or decreased) by the difference in cost occasioned by such substitution, and the Owner may consider such price adjustment in evaluating Bids and making the contract award. If the apparent Successful Bidder declines to make any such substitution, the Owner may award the contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers, other persons and organizations. The declining to make requested substitutions will not constitute grounds for sacrificing the Bid security of any Bidder. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against who Contractor has reasonable objection. Bid Proposal. 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 ~led 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. 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. 1 - 8 Bidding Documents 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. 16.1 16.2 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. 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 October 27, 1997, 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 1097-01 and the name and address of the Bidder shall be submitted. If the Bid is sent through the mail or other delivery system the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED Sidewalk Replacement Project - SW 97-01" on the face of it and addressed to the Purchasing Agent, City of Coppert, Texas. Modification and Withdrawal of Bids. 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. If, within twenty-four hours after the Bids are opened, any Bidder files a duly signed written notice with the Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of the Bid, that Bidder may withdraw his bid. Thereafter, that Bidder will be disqualified from further bidding on the work. 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 1 - 9 Bidding Documents 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 Rern~|n Subject to Acceptance. 19.1 19.2 19.3 19.4 19.5 All Bids will remain subject to acceptance for ninety (90) days after the day of the Bid opening, but the Owner may, in its sole discretion, release any Bid prior to that date. Award of Contract. The Owner reserves the right to reject any and all Bids, to waive any and all informalities except for the time of submission of the Bid and to negotiate contract terms with the Successful Bidder. The Owner also reserves the right to reject all nonconforming, non-responsive, unbalanced or conditional Bids. Also, the Owner reserves the right to reject the Bid of any Bidder if the Owner believes that it woUld not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or has doubtful financial ability or fails to meet any other pertinent standard or criteria established by the Owner. Discrepancies in the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any co]nrnn of figures and the correct sum thereof will be resolved in favor of the correct sum. 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. 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. 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 facial stability of Bidders, proposed SubcontracWrs, 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. 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. 1 - lo Bidding Documents 19.6 If the contract is to be awarded, the Owner will give the Successful Bidder a Notice of Award within ninety (90) days after the date of the Bid opening. 20. Execution of Agreement. Within fifteen (15) days after written notification of award of the contract, the SuCcessful Bidder shall execute and furnish to the Owner three (3) original signed contracts and a Certificate of Insurance. 21. Affidavit of Bills Paid. Prior to final acceptance of this project by the Owner, the Contractor shall execute an affidavit that all bills for labor, materials, and incidentals incurred in the project construction have been paid in full, and that there are no claims pending. Bid Compliance. Bid must comply with all Federal, State, county and local laws. Contractor shall not hire nor work any illegal alien. 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. 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 concerning any point, shall be regarded as meaning that 1 - 11 Bidding Docuraents 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. 1 - 12 Bidding Doctanents r- m BID FORM PROJECT IDENTIFICATION: Sidewalk Replacement - # SW 97-01 in Coppert. 'Tx. BID OF ABCON PAVING. INC. DATE October 27. 1997 (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 CITY OF COPPELL BID NO: Q 1097-01 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. BIDDER accepts all of the terms and conditions of the Advertisement or Notice to Bidders and Instructions to Bidders. This Bid will remain subject to acceptance for ninety (90) days after the day of Bid opening. BIDDER will sign and submit the Agreement with other documents required by the Bidding Requirements within fifteen (15) days after the date of OWNER's Notice of Award. 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: 1 - 13 BiddingDocuments (b) (c) (d) (e) 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. 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 stn~ctures 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. BIDDER has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies (in addition to or to supplement those referred to in (c) above) which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, performance or furnishing of the Work as BIDDER considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents; and no additional examinations, investigations, explorations, tests reports or similar information or data are or will be required by BIDDER for such purposes. 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. I - 14 Bidding 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, fLrm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organiTation 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, fm'n 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. It is understood and agreed that all work under this contract will be completed within the bid calendar days. Completion date will be established in the Notice to Proceed. BIDDER will complete the Work for the following price(s): I - 15 Bidding Documents UNIT PRICE BID SCHEDULE SIDEWALK REPLACEMENT PROJECT #SW 97-01 '7 BASE BID Item Quantity Unit Description and Price in Words No. 1' See Pay SF Removal, disposal and Descp. reconsU'uction of sidewalks. for Co.~ll~te in Place estimated Dollars quantifies and ~O Cents per SF. Unit Total Price Price Per One 5F Per One SF ALTERNATE # 1 Item Quantity Unit No. A-1 IS(K} SF Description and Price in Words Construction of new sidewalk. Dollars and · AfP Cents per SF. Unit Total Price Price TOTAL BASE BID 1TEM 1 TOTAL ALTERNATE BID ITEM A-1 TANGIBLE PERSONAL PROPERTY COST s ~ * Please review Section 4 -Description of Pay Items for detail on the bid items. I - 16 Bidding Documents B/D S/J~/MARY CALENDAR TOTAL PRICE DAYS TOTAL BASE BID ITEM 1 $ ~.t~//~- t]~"' In Words: ~ ~/~-~S ~ ,~,~,~ ! TOTAL ALTERNATE BID ITEM A-1 ,, In Words: BIDDER agrees that all Work awarded will be completed within/]ff Calendar Days. Contnct time will commence to run as provided in the Contract Documents. Commzmications concerning this Bid shall be addressed to the address of BIDDER indicated on the applicable signattire page. BIDDER understands that the Owner is exempt from State Limited Sales and Use Tax on tangible personal property to be incorporated into the project. Said taxes are not included in the Contract Price (see Instructions to Bidders). The terms used in this Bid which are defined in the General Conditions of the Consu~ction Contract included as pan of the Contract Documents have the meanings assigned to them in the General Conditions. The City of Coppell reserves the right to delete any portion of this project as it may deem necessary to stay within the City's available funds. Should the City elect to delete any portion, the contract quantifies will be adjusted accordingly. SUBMH~fED ON ~,, Z7 1997. I - 17 Bidding Documems The undersigned certifies that the bid prices contained in this bid have been carefully reviewed and are submitted as correct and flnall Bidder further certifies and agrees to furnish any and/or all commodities upon which prices are extended at the price offered, and upon the conditions contained in the Specifications of the Invitation to Bid. The period of acceptance of this bid will be calendar days from the date of the bid opening. (Period of acceptance will be ninety (90) calendar days unless otherwise indicated by Bidder.) STATE OF ~ COUNTY OF Z~,/) ~ ~J~-/--~ who after being du~y sworn. did depose and say: officer/agent for ~}1/~//~'- and have been duly authorized to execute the foregoing on behalf of the ~jd ~l~J~),f) , ~.~/,6~ 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: /u, Telepho: (~TZ..) ~'~/~2X~' by: SUBSCRIBED AND SWORN to before me by the above named .lames C~..~,~,-,~L~,q on this the .T~-~ day of 19 q'l . Notary Public in and for the State of C -,1 1 - 18 Biddin8 Documents SECTION OO64O - LABOR CLASSIF/CAT/ON AND MINIMUM WAGB SCA// The City of Coppell is the contracting agency for this construction project. The following statute requires any contracrL~g agency to specil~ the g~nera//y prevail'~ng'ra/e of wages In corm-acts r~at are bid. · Construction of Publi~ Works tn $ta~e and Municipal or Political 8ulx!Nisious; Prevailin~ Wage Rate to be m,lnesl.~/s pur~,,-t to the requirements or tN~ statute. the City of Coppe!l, has aseeained the foEowing razs of wages am ~ m various cls.-meettons of workers In the lealit,/of attt pmJea. Not leas than ~ followr~ hourly m-~- shall bo paid for the various cwte~'~kme of required by this project W'orkeninclas,~Letcationswherenttesamnotidenti~edshallbotmM not less rhsn the general prevailing ate of "laborer" for the various clnqMc~tions of work therein listed. Toe hourly rate for legal holiday and overtline work shall be not less rhn, one and one-half (I & 1/2) t~m,.s tbe base hourly rat~. The rates sp~iFled are jounleymnn rateS. Apprentices may be used on the project and may be compensazd at a ram determined mutually by the worker and employer, cemm~-~elrate ~ I:~ experience and skill of the worker but not at a rate not less thsun ~% Of [~e jO~'S ~ as shown. AC no time shall a journeyman supervise more than one (I) apprentice. All apprentices shall be under the direct supervision of a journeyman workin8 as a crew. CLASSiFiCATION HOURr Y RATE CLASSIFICATION HOURLY RATE Air Tool Operator Asphalt Raker 8.565 Asphalt Shoveler 8.255 BatcMng Plant Weigher 9.371 Ba~erboard Setter 8.920 Carpenter 9.447 Carpenter Helper 7.695 Concrete Finlsher - Paving 9.345 Concrete Finisher Eelper Paving8.146 Concrete Fir~sher - Structures9.058 Concrete Finisher Helper S~ctures 7.494 Concrete Rubber 7.733 Electrician 12.761 Electrician Helper 8.436 Fla~ger 5.598 Form ~uilder - Saucnu'es 8.717 Form ~uUder Helper Stmcturns 7.550 Form Liner - Pav~n8 & Curb 8.913 Form Setter - Paving a Curb 8.686 Form Setter Helper Paving & Curb 7.787 Form Setter - Structures 8.427 Form Setter Helper Sr~cm.,'es7.356 Laborer - Common 6,402 Laborer- Utility 7.46~. Ma~ole Builder ! ! .0(30 ~echanic !0.658 Mechanic Helper 8.345 Oiler 8.698 m CLAS~i~ICATION HOUI~T.Y I/ATR Setricer 8.104 Painter - Su-ucmres 10.913 Painter Helper Structures 8.000 Piledriver 7.~0 Piledriver H~lper 7.000 Pipe Layer 8.t09 Pipe Layer Helper 7.037 Blaster I 1.333 Blaster Helper 7.250 Asphalt Distributor Openmr 8.404 Asphalt Paving Machine 9.053 Broom or Sweeper Olxntor 7.908 Bulldozer. 150 lip & Less 8.11B Bulldozer, Over 150 HP 9.1g0 Concrete Paving Curing M__~-hb,e 8.213 Concrete Pavin~ Fini.~hln,e Machine 9.453 Concrete Paving Form Grader 8.500 Concrete Paving Joint Machine 9.134.2 Concrete Paving Joint Sealer 7.350 Concrete Paving Saw 9.2~0 Concrete Paving Spreader 9,750 Paving Sub-Grader 9.000 Slipform Machine Operator 9.060 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel r_ess Than I uh C.Y. 9.513 Crane. Clamshell, Backhoe, Derrick, Dragline, Shovel 1½ C.Y. & Over 10.517 Crusher or Screening Plant Operator 9.560 Form Loader 12.000 Foundation Drill Operator Crawlet Mounted 10.000 Foundation Drill Operator Truck Mounted 11.138 Foundation Drill Operator Helper Truck./Crawler 8.688 Front End Loader 2e/z C.Y. & Las~.823 Front End Loader Over 2u,,i C.Y9.311 Hoist - Double Drum 8,917 Milling Machine Operator 6.650 ML~er (over 16 C.F.) 9,060 CLASSIFICATION HOUPrY RATR Mixer (16 C.F. & D. ss) 7.913 Mixer - Concrete Pa~ing 9;.500 Motor Grader Operator Fine Grade I0.34~ Motor C.n-ade Operator 9.~1 Pavement Marking Machine 6.40a Roller, Steel Wheel Plant - Mix Pavements 8.339 Roller, Steel Wheel Order FLuwheel or TampinS 7.~ Roller, Pne,,,,,~e, Self-Propelled 7.401 Scraper- 17 C.Y. & Lets 8.118 Scraper - Over 17 C.Y. 8.205 Side Boom 7.793 Tractor - Crawler Type 150 HP & Less 8.448 Tractor - Crawlet Type Over 150 H~ 8.448 Tractor - Pneumatic 7.735 Traveling Mixer 7.615 Trenchin~ Machine - ~ 8.188 Trenchin8 Machine - Heavy 12.498 Post Hole drlller Operator 9.000 Wagon - Drill, Borin8 Machine9.000 Reinforcing Steel Setter Paving9.218 Reinforcing Steel Setter Structuresl 1.548 Reinforcing Steel Se~r Helper8.665 Steel Worker - Structural 12,860 Sign Erector 11.436 Sign Erector Helper Spreader Box Operator 6.98S Barricade Setricer 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 - Lowboy/Float 9,653 Truck Driver - Transit Mix 7,507 Truck Driver - Winch 8,200 Vibrator Operator 7,000 Welder 10.4,$9 Welder Helper 9.000 SECTION 1 CONTItACT DOCUMENTS STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR ON THE, BASIS OF A STIPULATED PRICE THIS AGREEMENT is dated as of the //~k} dayof flD~le~ef' in the year 1997 by and between the CITY OF COPPELL, TEXAS, a municipal coxpotation (hereinafter called OWNER) and ABCON PAVING. INC. (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK. CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: This project will consist of the rumoval and replacement of approximately 7,250 square feet of sidewalk. Depending on the price bid per square foot, thi.~ amount could increase to 8,800 square feet of sidewalk to be replaced. The sidewaik~ exist sporadically throughout the City of Coppell as identified on the attached "Request for Service for Sidewalk Repair". Generally, the work shall consist of the removal of the existing 4 inch thick concrete sidewalk, disposal of the sidewalk, and replacement with a new 4 inch thick sidewalk with #3 reinforcing steel on a sand base in accordance with the City of Coppelt Standard Details for sidewalk construction. All removals will be to the nearest joint and any damage to the existing landscape, including the grass, will be considered subsidiary to the prices bid per square foot for the sidewalk replacement. The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: SIDEWALK REPLACEMENT PROJECT # SW 97-01 Article 2. ENGINEER. The Project has been designed by the City of Coppell Engineering Department. Inspection will be provided by the City of Coppell Engineering Depa~haent who is hereinafter called 1-23 Contract Docura~s 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 8S calendar days from the date when the Contract time commences to run as provided in Item 1.13 of the General Provisions, and completed and ready for final payment in accordance with Item 1.51 of the General Provisions. 3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence in this Agreement. 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 One hundred sixty dollars and no/100 ($160.00) 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 a£cordance with the unit prices listed in Section 1 - Proposal and Bid Schedule. The contract sum shall be the amount of $6.00 Per Square Foot for the Base Bid and ~7.500.00 for the Alternate Bid in an amount Not to Exceed $57.500.00. The total tangible personal property cost included in the contract sum is $ 0.81 Per Square Foot. 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 1-24 Contract Documents schedule of values, as provided in the General Provisions. 5, I. 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 Paymere. Upon final completion and acceptance of the Work in accordance with Item 1.51.4 of the General Provisions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said Item 1.51.4. Article 6. 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 1-25 Contract Documents 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. Article 8. CONTRACTOR DOCUMENTS. The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR concerning the Work consist of the following: 8.1. This Agreement (pages 1-22 thru 1-28, inclusive). 8.2. Exhibits to this agreement (immediately following this Agreement, inclusive). 8.3. Certificate of Insurance. 8.4. Notice of Award. 8.5. Part 1: General Provisions of the Standard Specifications for Public Works Construction, NCTCOG, latest edition. 8.6. Supplementary Conditions to NCTCOG, Part 1: General Provisions (pages 2-1 thru 2-13). 8.7. Specifications bearing the title: ~Constmction Specifications and Contract Documents for Sidewalk Replacement Project - SW 97-01 for the City of Coppell~. 8.8. The following listed and numbered addenda: 8.9. CONTRACTOR's Bid Proposal and Bid Schedule of Section I - Bidding and Contract Documents. 8.10. Documentation submitted by CONTRACTOR prior to Notice of Award. 1-26 Contract Documents 8.11. 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. 8.12. 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 mended, modified, or supplemenmd as provided in Items 1.37 and 1.38 of the General Provisions. Article 9. MISCELLANEOUS. 9.1. Terms used in this Agreement which are defined in Item 1.0 of the General Provisions will have the meanings indicated in the General Provisions. 9.2. No assignment by a party 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. 1-27 Contraa Documents 8.11. 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 mending, modifying, or supplementing the Contract Documents pursuant to Items 1.37 and 1.38 of the General Provisions. 8.12. The documents listed in paragraphs 8.2 et seq. above are attached to this Agreement (except as expressly noted otherwise above). The Contract Documents may only be amended, modified, or supplemented as provided in Items 1.37 and 1.38 of the General Provisions. Article 9. MISCELLANEOUS. 9.1, Terms used in this Agreement which are defined in Item 1.0 of the General Provisions will have the meanings indicated in the General Provisions, 9.2. No assignment by a party 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. 1-27 Contraa Documents Article 10. OTB~R 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 ENOINEER on their behalf. This Agreement will be effective onNovember 11, 1997. BY: TITLE: ATTEST:~V'~ OWNER: City of Coppell 255 Parkway Blvd. 2l, X 750 JZ CoE ~)~fT~/F} CONTRACTOR: ABCON PAVING, INC. 1045 E. Hwy. 121 ATTEST: ~ ~,-/.~ ~ Address for giving notices: P.O. Box 478 Coppell, Texas 75019 Atm: Ken Griffin, P.E. Director of Engineering & Public Works (If OWNER is a public body, attach evidence of authority to sign and resolution or other documents authorizing execution of Agreement.) Address for giving notices: Ze u/ dT/ 7,r 4'7 (If CONTRACTOR is a corporation, attach evidence of authority to sign.) 1-28 Contract Documents 11/26/1997 le: 43 '::j72-688-0285 AMS STAFF LEASING PAGE Hanafin Bates & Assoc., 8144 Walnut Mill Lane, SuitelOS1,LB54 D~llas, TX 75231 214-346-1500 Inc, ABCON PAVING, INC. AMS Staff Leasing 14160 Dallas Parkway Dallas, TX 75240 CONFERE NO RIGHTS UPON THE CERTIFICATE HOLDER,THIS CERTIFICATE DOEJ NOT AMEND, iX'TEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIEE BELOW. COMPANY COMPANY COMPANY LETTER COMPANY COMPANY COMPANIE$ AFFORDING COVERAGE Reliance National Indemnib' NOT~TrNETANDTNO ANY RMQU~RE~NT. TER,M OR CONDITION OF ~Y CONI~ OR ~R ~C~NT W1TM ~S~CT ~ ~ ~s CERTIFICA~ MAY BE ISSUED OR ~Y ~RTA~. T~ ~$~WC~ ~FORD~D BY M POLICIg$ DE~C~BED MIN 13 S~CT TO ~L T~ TERMS, EX~USION$ ~ CO~fflON$ OF SUCM ~LICIES LIMIT$ rco i'~OwNERS & CONTRACTORS PROT. AUTOMOIIL· LIAIILITY T'IUMBR;:LLA FORM ]"} OTHER THAN UMBRELLA FOEtM POLICY POLICY EXPIRATION EFFECTIVE DATE DATE D NWA01177ES-03 40/31/17 01/01/t8 ;OTHER WORKERS COMPENSATION AND EMRLOYERB LIABILITY LIMITS [] STATUTORY LIMIY5 EACHACC[DEtq'r S t1000,000 DESCRIPTION O[r OPIRATION~,/i,OCATIfONSA'EHI[CLER/~TECIAL ITEMS 1. Insured is afforded Workers Compensatiort ~ ~mploy~s Liabili~ am m co-employer ~der ~e policy for employees leued ~m A~S S~ Leasing, Inc. 2, Coverage Is c~{~ed as respects to various jobs wit c~i~cate holder. I IDEXCONS~UCTION 13650 FLOYD CIRCLE DALLAS,, TX 75243 Aunt ART H ULD ANY O THE ABOVE DBgC IBED POLICIES BE NCELLED BE~'ORETI~H' EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR L~BILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ACORD, CERTIFICATE OF LIABILITY INSURANCE:"' PR=O~CER (214)691-5721 FAX (:214) 691-4961 SouthWest Assurance Group 9400 North Central Expressway Suite 1550 Da33as, TX 75231-5044 Arm: Sherrel Owston E~: 11/25/1997 THIS CERTIFICATE IS ISSUED AS A MAI'FER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDEI~ THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOIN. COMPANIES AFFORDING COVERAGE -~-~;~.........~iT~.~....i~F~....~i~F~F~E~...~~ .................................. A ~NSUREO Ab on Paving, Tnc. C B 1045 E, H~, 121 C L~svfile, ~ 75067 INkeD, NO~ST~NG ~ RE~IR~, ~l ~ ~N~ OF ~ C~ ~ O~ER ~ W~ RES~ TO ~ ~l ~USION8 ~D ~D~ONS ~ SUCH ~IES. ~88H~N ~Y ~ ~EN RED~ED BY P~D ~. LTR i i X i COMMERCIA~ GENERAL UABIUTY i X i CG2503 i ;: ALL OWNED AUTOS i"""~ scHeou~D AUTOS B ::"~"i.,.~o^~os ~8100342988 ~......~ i"'-'i ....................................... :; :. ^NYAUTO i'-'-"'i i"""~ ............................................. i"""i UMBRELLA FO~M i ~OTHERTHANUMBRELLAFORM :: ~E pRO~tETO~ ~ ona3 Accident . art C ~olicy ~R-83091601 ~roject: SW 97-01 : DATE{MM/DD/YY) i DATE(MM/ODrfY} ~02/01/1997 ~ 02/01/1998 02/01/1997 r1998 01/01/1997!01/01/1998 PRODUCTS-COMP/OPAGG ~ $ I 000 00O EACH OCCURRENCE $ llO00lO00 , iFIREDAMAGE{A~yOnIfire i$ 50~000 iMEDEXP{Anye.epe..) iS 5,000 ^UTO ONLY- EA ACC~ENT S $150,000 Ace. Death/Dtsmemb. i$500,000 Accident Hedica~ Exp. S1,00 Deductible ,CoppeII TX 75019 AUTHORIZEDREPRE~ENTA _,.e--- . : ' ]erry Kiker ! '' . , ............. . 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. 1-29 Contract Documents General Instructions For Bonds The surety on each bond must be a responsible surety company which is qualified to do business in Texas and satisfactory to the Owner. The name, and residence of each individual party to the bond shall be inserted in the body thereof, and each such party shall sign the bond with his usual signature on the line opposite the scroll seal, and if signed in Maine, Massachusetts or New Hampshire, an adhesive seal shall be affixed opposite the signature. If the principals are 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 f'm'n shall execute the bond as individuals. The signature of a witness shall appear in the appropriate place, attesting the signature of each individual party to the bond. If the principal or surety is a corporation, the name of the State in which incorporated shall be inserted in the appropriate place in the body of the bond, and said 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. The official character and authority of the person or persons executing the bond for the principal, if a corporation, shall be certified by the secretary or assistant secretary according to the form attached hereto. In lieu of such certificate, records of the corporation as will show the official character and authority of the officer signing, duly certified by the secretary or assistant secretary, under the corporate seal, to be true copies. The date of this bond must not be prior to the date of the contract in connection with which it is given. 1-30 Contract Documents STATE OF TEXAS COUNTY OF DALLAS PERFORMANCE BOND mi BOND NO. CC-16062 KNOW ALL MEN BY THESE PRESENTS: That ABCON PAVING CO., INC. whose address is 1045 E. HWY 212, LEWISVILLE, TEXAS 75057 , hereinafter called Principal, and CUMBERLAND CASUALTY & SURETY COMPANY a corporation organized and existing under the laws of the State of FLORIDA , and fUll~ licensed to transact business in the State of Texas as Surety, are held and firmly bound unto the CITY OF COPFELL, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called "Beneficiary", in the penal sum of FTFTY SEVEN THOUSAND, FTVE HUNDaED ......................................................... DOLLARS ($ 57,5OO .00 ) in lawful money of the United States, to be paid in Dallas County, Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors joinfly and severally, fn'mly 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 ] 1.PH of NOVEMBER , A.D. 19 97 , which is made a part hereof by reference, for the construction of certain public improvements that are generally described as follows: Sidewalk Replacement Project Project # SW 97-01 Bid No. Q 1097-01 NOW, THEREFORE, if the Principal shall well, maly 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 fuifdl all the undemkings, 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 ouday and expense which the 1-31 Contract Documents Beneficiary may incur in making good any default or deficiency, then this obligation shall be void; otherwise, it shall remain in f~ll 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 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 m 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 YVIT1N'F_~S WItEREOF, this instrument is executed in THREE copies, each one of which shall be deemed an original, this the 21ST day of NOVEMBER , 19 97 PRINCIPAL SURETY ABCON PAVING CO., INC. CUMBERLAND CASUALTY & SURETY C~f4P_~NY The Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and service of the process is: NAME: SOUTHWEST ASSURANCE GROUP, INC. ADDRESS: 9400 N. CENTRAL EXPWY., STE 1550, DALLAS, TEXAS 75231 NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a person's 1-32 Contract Documents STATE OF TEXAS COUNTY OF DALLAS PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: That AHCON PAVING CO., TNC. whose address is 1045 E. HWY 121, LEWISVILLE, TEXAS 75057 hereinafter called Principal, and CUMBERLAND CASUALTY & SURETY COMPANY , a corporation organized and existing under the laws of the State of FLORIDA , and fully licensed to transact business in the State of Texas as Surety, are held and fLrmly bound unto the CITY OF COPPELL, a municipal corporation organized and existing under the laws of the State of Texas, heroinafter called "Beneficiary", in the penal sum of FIFTY SEVEN THOUSAND, FIVE HUNDRED .......................................................... DOLLARS ($ 57,5oo .oo ) 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, fLrmly 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 Coppoll, dated the 11TH Of NOVEMBER , A.D. 19 97 , which is made a part hereof by reference, for the construction of certain public improvements that are generally described as follows: Sidewalk Replacement Project Project No. SW 97-01 Bid No. Q 1097-01 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., 1-33 Contract Documents accompanying the same, shall in anyway affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder. 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, Vemon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in THREE copies, each one of which shall be deemed an original, this the 21ST day Of NOVEMBER , 1997 . PRINCIPAL SURETY 'e: ) fJ 5, By:' ,/~/',/~ Ti~.'~RiBECCA S. THACKER, ATTORNEY-IN-FACT ATTEST: MARIE MUNOZ The Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and service of the process is: NAME: SOUTHWEST ASSURANCE GROUP, INC. ADDRESS: 9400 N. CENTRAL EXPWY., STE 1550, DALLAS, TEXAS 75231 NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name. 1-34 Coreract Documents mm STATE OF TEXAS COUNTY OF DALLAS MAINTENANCE BOND KNOW ALL MEN BY THESE PRESENTS: THAT ABCON PAVXNG CO.. XNC. 1045 E. HWY 121, LEWISVILLE, TEXAS 75057 a~ Principal, and CUMBERLAND CASUALTY & SURETY COMPANY , a corporation organized under the laWS Of TEXAS , as sureties, do hereby expressly acknowledge themselves to be held and bound to pay unto the CITY OF COPFELL , a Municipal Corporation, Texas, the sum of FIFTY SEVEN THOUSAND, FIVE HUNDRED ............................... -Dollars GIld ..................... Cents ($ 57,5oo. oo ), for the payment of which sum will and truly be made unto said CITY OF COPPELL , and its successors, said principal and sureties do hereby bind themselves, their assigns and successors jointly and severally. THIS obligation is conditioned; however, that whereas, the said ABCON PAVING, INC. ha3 this day entered into a written contract with the said CITY OF COPPELL to build and construct SIDEWALK REPLACEMENT PROJECT 4{SW 97-01 which contract and the plans and specifications therein mentioned, adopted by the cITY OF COPPELL are hereby expressly made a pan thereof as through the same were written and embodied herein. WHEREAS, under the plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair, the work herein contracted to be done and performed, for a period of two (2) years from the date of the acceptance of said work, and to do all necessary repairs and/or reconstruction in whole or in pan of said improvements that should be occasioned by settlement of foundation, defective workmanship or materials furnished in the construction or any pan thereof or any of the accessories thereto 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' pan to comply with the terms of said provisions of said contract. Now, therefore, if the said Contractor shall keep and perform its' said agreement to maintain said work and keep the same in repair for the said maintenance period of two (2) years, as provided, then these presents shall be null and void, and have not further effect, but if default shall be made by the said Contractor in the performance of its' contract to so maintain and repair said work, then these presents shall have full force and effect, and said C'TTY OW COPP~T.L shall have and receive from the said Contractor and its' principal and sureties damages in the premises, as provided; and it 1-35 Contract Documents is further agreed that this obligation shall be a continuing one against the principal and sureties, hereon, and that successive recoveries may be and had hereon for successive branches until the full amount shall have been exhausted; and it is further understood that the obligation herein to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished or in any manner affected from any cause during said time. IN WITNESS WHEREOF, the said ABCON PAV'rNG CO., INC. has caused these presents to be executed by CUMBERLAND CA.qUAT.TY & SURETY COMPANY and the said CUMBERLAND CASUALTY & SURETY COMPANY ha~ caused these presents to be executed by its Attorney in fact and the said Attorney in fact REBECCA S. THACKER , has hereunto set his hand, the 21ST day of NOVEMBER , 19 97 PRINCIPAL ABCON _VING CO., INC. SURETY CUMBERLAND CASUALTY & SURE~'C-~.M~NY EC~ S THACKER A~ OR~N FACT T' . , T YT...- MARIE M~OZ NOTE: Date of Maintenance Bond must not be prior to date of Contract. l -36 Contract Documents CUMBERLAND CASUALTY & SURETY COMPANY POWER OF A~rORNEY TAMPA, FLORIDA PRINCIPAL ABCON PAVING, INC. EFFECTIVE DATE 11/21/97 1045 E. HWY 212, LEWISVILLE, TEXAS 75057 (STREET ADDRESS) (CITY) CONTRACT AMOUNT $57,500. oo (STATE) (ZIP CODE) AMOUNTOF BOND $ 57,500. oo POWER .o. CC- 1606b, KNOW ALL MEN BY THESE PRESENTS: That the Cumberland Casualty & Surety Company, a corporation duly organized under the laws of the State of Florida, having its principal office in the City of Tampa, Florida, pursuant to the following resolution, " adopted by the Board of Directors of the said Company on the 7th day of April, 1997, to wit: "Resolved that the President of the Company shall have authority to make, execute, and deliver a Power of Attorney constituting as Attorney-in-Fact, such person, firms, or corporations as may be selected from time to time. · - Be it Further Resolved, that the signature of the President and the Seal of the Company may be affixed to any such Power qf Attorney or any certificate relating thereto by facsimile, and any such powers so executed and certified by facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is ._ attached." Cumberland Casualty & Surety Company does hereby make, constitute and appoint steve mclm~bad~r or David Oxford its tree and lawful attomey(s)-in-fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, " acknowledge and deliver in its behalf, and its act and deed, as follows: The obligation of the Company shall not exceed two million ($2,000,000.00) dollass. And to bind Cumberland Casualty & Surety Company thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officer of the Cumberland Casualty & Surety Company, and all the acts of said attorney(s) pursuant to the authority herein given, and hereby ratified and confirmed. IN WITNESS WHEREOF, the Cumberland Casualty & Surety Company has caused these presents to be signed by an officer of the Company and its Corporate Seal to be hereto affixed. STATE OF FLORIDA ) ) COUNTY OF HILLSBOROUGH) CUMBERLAND CASUALTY & SURETY COMPANY On this 7th day of April, A.D. 1997, before me personally came Edward J. Edenfield IV, to me known, who being by me duly "' sworn did dispose and say; that he resides in the County of Hillsborough, State of Florida; that he is President of the Cure- bedand Casualty & Surety Company, the corporation described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instruments is such corporate seal; that it was so affixed by order ,-- of the Board of Directors of said corporation and that he signed his name, thereto by like order. STATE OF FLORIDA ) ) SS No. CC 402276 Bonded Through Offkill]blur! $tnlkt. COUNTY OF HILLSBOROUGH) I, the undersigned, Secretary of the Cumberland Casualty & Surety Company, a Florida CorporationJ~O HF. REliy CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force. Signed and Sealed at the City of Tampa. eDated the SECTION 2 SUPPt, RMENTARY CONDITIONS STANDARD SPECIFICATIONS CITYOF COPP~LL SUPPI. RIvI~NTARY CONDITIONS NORTH CENTRAL TEXAS COUNCIL OF GOVERNMI?NTS GRNERAL 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. ITEM 1.0 - DEFINITIONS SC-1.0 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. 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 mount of 50 % of the cost of the public improvements for a 2 year period." 2-2 Supplementary Conditions to Standard Specifications 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 f'trst sentence of Item 1.20.1 by changing "such copies" to be "five copies". Add the following to the end of Item 1.20.1: "In the preparation of Drawings and Specifications, ENGINEER has established and relied upon the following reports of explorations and tests of subsurface conditions at the site of the work: No geoteclmical explorations or tests of subsurface conditions have been performed. The Contractor may take borings at the site to satisfy himself as to subsurface conditions." SC-1.20.S 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. 2-3 Supplementary Conditions to Standard Specifications 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 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 tirae 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 excinsive remedy with respect to OWNER, ENGINEER and Consulting Engineer for any delay, disruption, interference or hindrance caused by any separate Contractor. 2-4 Supplementary Conditions to Standard Specifications ITEM 1.26 - INSURANCE SC-1.26.6 Add the following new item: 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: 1.26.7 CONTRACTOR intends that any policies provided in response to Item 1.26 shall protect all of the parties insured and provide coverage for all losses and damages caused by the perils covered thereby. Accordingly, all such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurer will have no rights of recovery against any of the parties named as insured or additional insured, and if such waiver forms are required of any Subcontractor, CONTRACTOR will obtain the same. ITEM 1.27 - MATERIALS AND WORKMANSHIP: 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 plan.~, Horizontal control can be established from existing manholes, street intersections or property lines 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." 2-5 Supplementary Conditions to Standard Specifications 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." 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: LIOUIDATED DAMAGES SC-1.36 Add the following at the end of the last paragraph in Item 1.36: "No extension of the contract tune 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-eval~iation and adjustment under the following conditions: ITEM 1.42 - INSPECTION AND TEST SC-1.42 1.42.3 Amend the f~rst 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 b/y changing "Contractor" to "Owner". 2-6 Supplementary Conditions to Standard Specifications ITEM 1.49 - OWNER'S, 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 iraplied, 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 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 2-7 Supplementary Conditions to Standard Specifications bidder's bid form will be used to develop the "separated contract" and will determine ~he extent of the tax exemption. Upon execution of the construction contract, the contractor shall ftmaish a breakdown (per item) of 1) materials incorporated into the project; and 2) labor, equipment, supervision and materials not incorporated into the project. L 2-8 Supplementary Conditions to Standard Specifications SECTION 2 SPECIAL PROVISION to STANDARD SPECIFICATIONS SPECIAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORIC~ CONSTRUCTION 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 H: MATERIALS- DIVISION 2 ITEM 2.1.5. TRENCH BACKHLL: (b) Types "B" and "C" (4) Additional Requirements (B) Additional Requirements for Type "C" backffil when used in streets: Insert the following paragraph at the beginning of this subsection: "All trench bacldill 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 "requirements for earth bedding" and replace with "recommendations of the pipe manufacturer, and shall be approved by the Engineer". (b) paragraph: Engineer." Earth Bedding: Add the following sentence at the beginning of this "Earth bedding will not be permitted without written approval of the 2 - 10 Spedal Provisions to Standard Sped~cations 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 IH DMSION 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: DMSION 4- SUBBASE AND BASE COURSES ITEM 4.8.4. CONSTRUCTION METHODS: (b) Compaction of the of the Amend the last sentence of the first paragraph, by striking the words: "90 percent maximum dry density of such material." and replace with the words "95 percent maximum dry density of such material, or as directed by Engineer. 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 m 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. 2 - 11 Special Provisions to Standard Specifications PART (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 fxrst 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 ~ollows: "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 fiIliShing operations." VI: DMSION 6- UNDERGROUND CONDUIT CONSTRUCTION ITEM 6.2.9. BACKFILL: (b) Compaction. (2) Densities - Areas Not Subjected to or Influenced by Vehicular Traffac. 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." 2-12 Special Provisions to Standard Specifications SECTION 3 SPECIFIC PROJECT REQUIREMENTS m SPECWlC PROJECT REQUIREMENTS The construction specifications which apply to this project are the Standard Specifications for Public Works Construction - North Central Texas prepared through the North Central Texas Counci/of Governments (C.O.G.). The following Specific Project Requirements contain general and specific project requirements applicable to this project in the City of Coppell. These individual specifications control for this project. Additional amendments to the C.O.G. Standard Specifications are contained in Section 3 - Special Provisions to Standard Specifications for Construction. In the event that an item is not covered in the Project Drawings and these Specifications, then the Standard Specifications for the City of Coppelt, Texas shall apply. In addition, reference to the following shall be considered as referring to the specifications or Method of Test as set forth by these organizations and shall be considered as part of the Specifications when referenced. A.A.S.H.T.O. A.C.I. TX.DOT American Association of State Highway & Transportation Officials American Concrete Institute Texas Depa~hnent of Transportation 3-2 Specific Project Requirements SPECIFIC PROJECT REQU'W, Eh~NTS 1.1 OWNER: The "Owner" as referred to in these Specifications is the City of Coppell, P.O. Box 478, Coppell, Texas 57019. 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. CITY OF COPPELL: All improvements described in this Proposal and ConsU'uction Drawings shall be done in accordance with the Project Drawings and Specifications. In the event that an item is not covered in the Project Drawings and Specifications, then the Standard Specifications for Construction for the City of Coppell, Texas shall apply. SITE: The Contractor shall limit his work to the area shown on the Project Drawings as within the street right-of-way. Entrance onto private property shall be at the expressed approval of the property owners and the Contractor assumes all liability. PROJECT DESCRIFrlON: This project will consist of the removal and replacement of approximately 7,250 square feet of sidewalk. Depending on the price bid per square foot, this mount could increase to 8,800 square feet of sidewalk to be replaced. The sidewalks exist sporadically throughout the City of Coppell as identified on the attached "Request for Service for Sidewalk Repair". Generally, the work shall consist of the removal of the existing 4 inch thick concrete sidewalk, disposal of the sidewalk, and replacement with a new 4 inch thick sidewalk with #3 reinfoming steel on a sand base in accordance with the City of Coppell Standard Details for sidewalk construction. All. removals will be to the nearest joint and any damage to the existing landscape, including the grass, will be considered subsidiary to the prices bid per square foot for the sidewalk replacement. 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 coum shall be suspended upon receipt by the Engineer of a written request for final inspection. The calendar day count shall resume upon receipt by the Contractor of a written list of items necessary to satisfactorily complete the project. This process shall continue until such time as the project is accepted by the Engineer, and the Owner. The calendar day count will not be suspended or otherwise affected by use of completed portions or "substantial completion" of any of the project. SAFETY PRECAUTIONS: The Contractor shall comply with all applicable laws including the Occupational Safety and Health Act of 1970, ordinances, rules, regulations and order of any public authority have jurisdiction for the safety of persons or property to protect them from damage, injury or loss. He shall erect and maintain, as required 3-3 Specific Project Requirements 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. SOIL INVESTIGATION: A geoteclmical investigation report has not been p.repared. The Contractor shall visit the site and acquaint himself with the site conditions. 1.10 1.12 1.13 SURVEY AND FINISHED GRADES: The Contractor shall be responsible for layout and staking of all grades and lines for construction. The Contractor shall bear the cost of the re-establishing any control or construction stakes destroyed by either him or a third party and shall assume the entire expense of rectifying work improperly constructed due to failure to maintain established points and marks. No separate payment shall be made to the Contractor for construction staking which shall be considered incidental to the project and payments made under specific Pay Items shall be considered as full compensation for these requirements. CONFORMITY WITH DRAWINGS: All work shall conform to the lines, grades, cross-sections, and dimensions required to complete the work to match existing adjacent sidewalks. Any deviation which may be required by the exigencies of construction will be determined by the Engineer and authorized by him in writing. TESTING LABORATORY SERVICE: The Contractor shall make arrangements with an independent laboratory acceptable to the owner for all backf'~l compaction, concrete and other testing as required by the construction plans and standard specifications. The Contractor shall bear all related costs of tests, inspections or approvals. The Contractor shall notify the ENGINEER in a timely manner of when and where tests or inspections are to be made so that they may be present. Two copies shall be provided to the Owner of all reports and laboratory test results. No separate payment shall be made to the Contractor for the cost of geoteclmical testing services which shall be considered incidental to the project. SUSPENSION OF WORK: If the work should be stopped or suspended uhder any order of the court, or other public authority, the Owner may at any time during suspension upon seven days written notice to the Contractor, terminate the Contract. In such an event, the Owner shall be liable only for payment for all work completed plus a reasonable cost for any expenses resulting from the termination of the Contract, but such expenses shall not exceed $5,000. PRESERVATION OF TREES: Permission of the Engineer must be obtained for removal of trees on the property that obstruct the installation of the improvements as outlined in this project. Penalty for destruction of a tree without permission shall be $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. 3-4 Specific Projea Requirements 1.14 1.15 COOPERATION OF CONTRACTOR: The Contractor shall have on the project at all times, as his agent, a competent superintendent capable of reading the plans and specifications, communicating with the inspector 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. 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 Coppoll to the general public in connection with the general public's immediate approach to and travel through the work site and area adjacent to said work site. Where the work is carried on, in, or adjacent to, any street, alley, sidewalk, public right- of-way or public place, the Contractor shall at his own cost and expense provide such flagmen and watchmen and furnish, erect and maintain such warning devices, barricades, lights, signs and other precautionary measures for the protection of persons or property as are required by law. The Contractor shall submit a traffic control plan to be reviewed by the City prior to the beginning of work. No lane shall be barricaded before 9:00 a.m. or after 4:00 p.m. without specific City of Coppell approval on a street by street bash. The Contractor's responsibility for providing and maiDmining flagmen, watchmen, warning devices, barricades, signs, and lights, and other precautionary measures shall not cease until the project shall have been accepted. If the Engineer discovers that the Contractor has failed to comply with the applicable federal and state law Coy failing to furnish the necessary flagmen, warning devices, barricades, lights, signs or other precautionary measures for the protection of persons or property), the Engineer may order such additional precautionary measures as required by law to be taken to protect persons and property, and to be reimbursed by the Contractor for any expense incurred in ordering such additional precautionary measures. In addition, the Contractor will be held responsible for all damages to the work and other public or private property due to the failure of warning devices, barricades, signs, lights, or other precautionary measures in protecting said property, and whenever evidence is 3-5 Specific Project Requirements ?- found of such damage, the Engineer may order the damaged portion immediately removed and replaced by and at the cost and expense of the Contractor. If the damages are not corrected in a timely fashion, then the City shall have the right to repair the damage and charge the cost back to the Contractor. All of this work is considered incidental and shall not be separate pay item. 1.16 EXISTING UTILITIES. STRUCTURES AND OTI-IRR PROPERTY: 1.17 1.18 Prior to any excavation, the Contractor shall determine the locations of all existing water, gas sewer, electric, telephone, telegraph, television, and other underground utilities and structures. After commencing the work, use every precaution to avoid interferences with existing underground and surface utilities and structures, and protect them from damage. Where the locations of existing underground and surface utilities and structures are indicated, these locations are generally approximate, and all items which may be encountered during the work are not necessarily indicated. The Contractor shall determine the exact locations of all items indicated, and the existence and locations of all items not indicated. 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. To avoid unnecessary interferences or delays, the Contractor shall coordinate all utility removals, replacements and construction with the appropriate utility company. DRAINAGE: The Contractor shall maintain adequate drainage at all times. PROJECT MAINTENANCE: The Contractor shall maintain, and keep in good repair, the improvements covered by these plans and specifications during the life of the contract. 1.19 CLEANUP: During Construction. The contractor shall at all times keep the job site as free from all material, debris and rubbish as is practicable and shall remove same from any portion of the job site when it becomes objectionable or interferes with the progress of the project. B. Final. Upon completion of the work, the Contractor shall remove from the site 3-6 Specific Projea Requirements .20 1.21 1.22 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 shah thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean, polished and new-appearing condition. INSPECTION: The word "Inspection" or other forms of the word, as used in the contract documents for this project shall be understood as meaning an Owner' s agent will observe the construction on behalf of the Owner. The agent wffi observe and check the construction in sufficient detail m 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. DISPOSAL OF WASTE AND SURPLUS EXCAVATION: All trees, stumps, slashingi, brush or other debris removed from the site as a preliminary to the construction shah be removed from the property. Any required burning and disposal permits shall be the sole responsibility of the Contractor. All excavated earth in excess of that required for backfilling shall be removed from the job site and disposed of in a satisfactory manner. WATER FOR CONSTRUCTION: The Contracwr 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. 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 fmal completion and acceptance of the project. 3-7 Specific Project Requirements SECTION ~t 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: Any 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//1 - Removal, disposal and reconstruction of existing concrete sidewalk.~: This pay item shall consist of the saw cutting, removal, disposal and reconstruction of existing sidewalks at various locations throughout the City of Coppill. All construction shall be 4 inch thick 3000 PSI concrete sidewalks with #3 rebar on a sand base in accordance with the City of Coppill Standard Construction Details. The construction of the sidewalks shall be inclusive of repairing any damage caused to the existing irrigation systems and landscaping, including any resodding where damage has occurred. Arrangements should be made with the Utility Department to make any necessary adjustments to existing valves or meters that may lie within the limits of the sidewalk to be removed and replaced. The City of Coppell currently has request for services on Sidewalk Removal and Replacement totaling 9,248 square feet. It is the City's intent to remove and replace as much sidewalk as unit bid prices will allow. This is a budget item in the Street Department budget and as such there is a fixed amount of dollars available for this project. Measurement and payment shall be on the basis of the bid price per square foot and shall be total compensation for furnishing all materials, tools, equipment, labor and any incidentals necessary to complete the work. Alternate Pay Item #1 - Construction of new concrete sidewalk: This pay item shall consist of the construction of a new 4 inch thick 3000 PSI concrete sidewalk with #3 rebar in accordance with the City of Coppill Standard Construction Details. The location of the sidewalk is in from of Town Center adjacent to Parkway Blvd. The construction of the sidewalk shall be inclusive of repairing any damage to the existing irrigation systems and landscaping, including any resedding where damage has occurred. It shall also be inclusive of two A.D.A. ramps constructed in accordance with the City of Coppill Standard Construction Details. This is a budget item in the Street Depa~httent budget and as such there is a fixed amount of dollars available for this project. The City reserves the right to award or not award this alternate pay item depending on available funds. The top priority is the removal and replacement of the variOuS damaged sidewalks throughout the City. Measurement and payment shall be on the basis of the bid price per square foot and shall be total compensation for furnishing all materials, tools, equipment, labor and any incidentals necessary to complete the work. 4-2 Description of Pay Items SECTION 5 REQUESTS FOR SERVICE FOR SIDEWALK REPAIR Priority Date 95/04/05 95/06/27 95/07/13 95/07/14 95/07/25 95/08/16 95/1013 1 95/12/18 95/12/20 96/06/10 96/06/26 96/06/27 96/08/01 96/08/14 96/09/05 96/10/17 97/03/28 97/04/15 97/04/25 1 97/06/23 I 97/07/09 I 97/07/09 I 97/08/26 I 97/08/28 1 97/09/15 l 97/10/03 1 97/10/10 2 95/03/17 2 95/05/10 2 95/05/16 2 95/08/l 1 2 96/03/20 2 96/06/18 2 96/06/24 2 96/07/08 2 96/07/23 2 96/08/07 2 96/08/09 2 96/09/06 2 96/09/25 2 96/10/11 2 96/10/28 2 96/12/16 2 97/02/27 2 97/03114 I - Top Priority 2 - Medium Priority 3 - Low Priority ReqDests for Service for Sidewalk R~pair (By Priority) 97111117 AddreM Size (l.f.) Mlse. Clear Creek 462 196 3" offset-curb Spanow 753 352 Barclay 313 272 3" offset-curb Timben-idge 236 180 A.S.A.P. Willow Springs 343 100 Sparcow 733 180 Cambfia 450 200 3" offset by curb Heatherglen 200 160 5" offset-curb Sparrow 737 64 2 spots/3 & lpanel Parkmeadow 237 216 Edgewood 146 272 3" offset-crab Meadowview Cir 400 80 4' offset-curb Woodway 441 192 Lakewood 348 80 Oriole 743 20 3" offmet.-~urb Villawood 700 180 tcmp 96110/30 parkway 624 188 Simmons 101 20 Hcartz ~1'7')'. 420 by church ~ Barclay 262 160 ; sidewalk sinking Willow Springs 437 164 3" toe stubs &dips Willow Springs 438 } 184 3" toe stubs & dips iPhillips 641 105 2-1/2" stub Woodburst 251 48 ADA ramp needed & 2" drop Thompson Dr. 624 100 sinking-needs ramp for temp.repair Sirnn~ns 177 20 5" drop off on sidewalk & curb Chenybark 136 20 13.5" drop in panel behind curb Estimated Total #1 4173 Clear Cr 454 100 Deann 113 96 Hill 105 60 Spanish Moss 314 80 2 spots/2 & 3 panels Plantation 308 & 312 240 bushedh-an~ Woodway 464 60 ran~ Mapleleaf906 96 3 panels 1 s.s.M.B. Halifax 521 68 ramp Halifax 520 120 bushed 96/08/08 iWoodway 457 20 ]1 panel by curb i woodw~y 460 ~6 ramp/chipped [Simmons 104 124 iCambfia 454 100 erackea/2*offset-curb Blue Jay 805 64 temp. patch Highland Mead.115 200 1' offset-crab Bethel W. 162 48 busbed/hammered/ramp Clear Creek 470 180 iBethel Sc.705 128 s/w sunk one accident Reqgests for Service for Sldewslk Re, i}sir (~y Priority) 97/11117 Priority Date 2 97/04/02 2 97/04/02 2 97/04/23 2 97/05/16 2 97/06/02 2 97/07/03 2 97/07/15 2 97/08/29 2 97/09/02 2 97/09/08 2 97/09/15 '~,~ ::= 95/01/05 ! 3 95/03120 3 95/03/28 3 95/03/28 3 95/05/16 3 95/12/12 3 96/03/13 3 96/04/08 3 96/04/26 3 96/07/05 3 97/02/20 3 97/03/05 3 97/03/11 3 97/04/22 ~,.) 3 97/04/25 3 97/07/01 3 97/08/27 3 97/09/09 Address Size (s.f.) Mlse. Glenwood 152 212 ~dge 427 41 curb repl. also Timberridge 235 160 Oriole 722 196 Willow Springs 446 128 ~urb rambling Simmons 177 208 rebar exposed & sinIcing Woodhill 408 100 sidev/alk cracking Thompson Dr. 601 150 6 panels Phoenix 605 130 sinking Timbafidge 307 52 t-1/2 & 2" lips on walk &curb Creekside Ln 115 10 2" tip behind curb Total Estimated #2 3267 Cardinal 705 64 1" offset.~utb/patch curb Tupolo 941 80 Elmhill 901 168 Elmhill 904 24 Cambria 415 96 Enclaves 450 15 panels(cracked) not bad Cambfia 426 100 bushed Tara Ct 207 48 Richmond Ct 214 16 cracked/not bed =ambria 446 160 Deann 121 60 Greenway 743 40 Crestview 784 20 s/w coming apart Parkview PI 425 20 someone already t~pped Heartz 1 |9 ~ 50 Halifax 517 76 Phillips 458 28 sinking Phillips 604 80 2 toe stubs E~tlmatod Total #3 1580 ESTIMATED TOTAL # I, 2 & 3 9020 1 - Top Priority 2 - Medium Priority 3 - Low Priority