Loading...
MA 95/96-CN 960227 The City With A Beautiful Future INVITATION TO BID INSTRUCTIONS/TERMS OF CONTRACT SPECIFICATIONS BID SHEET(S) FOR REINFORCED CONCRETE PAVEMENT REPAIRS PER THE CITY OF COPPELL SPECIFICATIONS AT THE CITY OF COPPELL TOWN CENTER PURCHASING DEPARTMENT OPENING DATE: FEBRUARY 6, 1996 10:00 A.M. CITY OF COPPELL · PURCHASING DEPARTMENT ® 255 PARKWAY BOULEVARD · COPPI~,I,I,~ TEXAS 75019 The City With A Beautiful Future INVITATION TO BID Return Bid To: City of Coppell Purchasing Department P.O. Box 478 Coppell, Texas 75019 The enclosed Invitation To B/d and accompanying Specifications with Bid Sheets are for your convenience in bidding the enclosed referenced products and/or services for the City of Coppell. Sealed bids shall be received no later than: 10:00 A.M., TUESDAY, FEBRUARY 6, 1996. Please reference Bid No. Q-0196-01, REINFORCED CONCRETE PAVEMENT REPAIRS, in all correspondence pertaining to this bid and affix this number to outside front of bid envelope for identi~c~ti0n. All bids shall be to the attention of the Purchasing Depatianent. The City of Coppell appreciates your time and effort in preparing a bid. Please note that all bids must be received at the designated location by the deadline shown. Bids received after the deadline will be returned unopened and shall be considered void and unacceptable. Bid opening is scheduled to be held in the Office of the Purchasing Agent, 255 Parkway Boulevard, Coppell, Texas. You are invited to attend. If Bidder desires not to bid at this time, but wishes to remain on the commodity bid list, please submit a "NO BID" response (same time/location). The City of Coppell is always very conscious and extremely appreciative of the time and effort expended to submit a bid. However, on "NO BID" responses please communicate any bid requirement(s) which may have influenced your decision to "NO BID." ff response is not received in the form of a "BID" or "NO BID" for three (3) consecutive Invitation To Bid, Bidder shall be removed from said bid list. However, if you choose to "NO BID" at this time but desire to remain on the bid list for other commodities, please state the specific product/service for which your firm wishes to be classified. Awards should be made approximately three weeks following the bid opening date. To obtain results, or if you have any questions, please contact the Purchasing Department at 214-462-0022, extension 214. The City With A Beautiful Future INVITATION TO BID INSTRUCTIONS/TERMS OF CONTRACT BID NO. Q-0196-01 REINFORCED CONCRETE PAVEMENT REPMRS By order of the City Council of the City of Coppell, Texas, sealed bids will be received for: REINFORCED CONCRETE PAVEMENT REPAIRS TO PROVIDE for an annual Contract commencing thirty (30) days after the date of the award and continuing for a twelve month period. The City of Coppell, City Council reserves the right to extend this Contract for/Iour (4) additional one-year periods as it deems to be in the best interest of the City. ITIS 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 TRANSMITrAI~ S~I-IALL NOT BE ACCEPTED! SUBMISSION OF BIDS: Sealed bids shall be submitted no later than 10:00 a.m., Tuesday, February 6, 1996 to the address as follows: City of Coppill Purchasing Depathuent 255 Parkway Blvd. Coppell, Texas 75019 CITY OF COPIaELL ® PURCHASING DEPARTMENT ® 255 PARKWAYBO~ARD * COPFt~JJ~ TEXAS 75019 ,,~dARK ENVELOPE: "BIL ,O. Q-0196-01, REINFORCED CONCR E PAVEMENT REPAIRS" ALL BIDS MUST BE RECEIVED IN THE CITY'S PURCHASING DEPARTMENT BEFORE OPENING DATE AND TIME. PUBLIC NOTICE STATEMENT FOR ADA COMPLIANCE The City of Coppell acknowledges its responsibility to comply with the Americans With Disabilities Act of 1990. Thus, in order to assist individuals with disabilities who require special services (i.e. sign interpretative services, alternative audio/visual devices, and amanuenses) for participation in or access to the City of coppell sponsored public programs, services and/or meetings, the City requests that individuals make request for these services forty-eight (48) hours ahead of the scheduled program, service and/or meeting. To make arrangements, contact Vivyon V. Bowman, ADA Coordinator or other designated official at (214) 462-0022, or CII)D 1-800-RELAY, TX 1-800-735-2989). CITY OF COPPI~-LL ® PURCHASING DEPARTMENT ® 255 PARKWAY BOULEVARD ® COPPELL, TEXAS 75019 · MARK ENVELOPE: 'BII).~O. Q-0196-01, REINFORCED CONCR~'~E PAVEMENT REPAIRS" ALL BIDS MUST BE RECEIVED IN THE CITY'S PURCHASING DEPARTMENT BEFORE OPENING DATE AND TIME. PUBLIC NOTICE STATEMENT FOR ADA COMPLIANCE The City of Coppell acknowledges its responsibility to comply with the Americans With Disabilities Act of 1990. Thus, in order to assist individuals with disabilities who require special services (i.e. sign interpretative services, alternative audio/visual devices, and amanuenses) for participation in or access to the City of coppell sponsored public programs, services and/or meetings, the City requests that individuals make request for these services forty-eight (48) hours ahead of the scheduled program, service and/or meeting. To make arrangements, contact Vivyon V. Bowman, ADA Coordinator or other designated official at (214) 462-0022, or (TDD 1-800-RELAY, TX 1-800-735-2989). CITY OF COPW--I,I, ® PURCHASING DEPARTN'IENT · 255 PARKW'AY BOULEVARD ® COPPELL, TEXAS 75019 Q-o196-ol REINFORCED CONCRETE PAVEMENT REPAIRS FUNDING: Funds for payment have been provided through the City of Coppell budget approved by the City Council forthis fiscal year only. State of Texas statutes prohibit the obligation and expenditure of public funds beyond the fiscal year for which a budget has been approved. Therefore, anticipated orders or other obligations that may arise past the end of the current fiscal year shall be subject to budget approval. LATE BIDS: Bids received in the City of Coppell Purchasing Department after submission deadline will be considered void and unacceptable. The City of Coppell is not responsible for lateness or non-delivery of mail, carrier, etc., and the date/time stamp in the Purchasing Depatixaent shall be the official time of receipt. ALTERING BIDS: Bids cannot be altered or amended a!~er submission deadline. Any interlineation, alteration, or erasure made before opening time must be initialed by the signer of the bid, gnaranteeing authenticity. WITHDRAWAL OF BID: A bid may not be withdrawn or cancelled by the Bidder without the permission of the City for a period of ninety (90) days following the date designated for the receipt of bids, and Bidder so agrees upon submittal of their bid. SALES TAX: The City of Coppell is exempt by law from payment of Texas State Sales Tax and Federal Excise Tax. Bidder shall include any sales taxes from concession sales of taxable items on City property in the total price of the sale, and shall be responsible to report and pay such taxes in a timely manner. BID AWARD: The City of Coppell reserves the right to award bids on the lump sum or unit price basis, whichever is in the best interest of the City. CONTRACT:. This bid, when properly accepted by the City of Coppell, shall constitute a Contract equally binding between the successful Bidder and the City. No different or additional terms will become a part of this Contract with the exception of Change Orders. CHANGE ORDERS: No oral statement of any individual 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 City's Purchasing Agent. IF DURING THE life of the Contract, the successful Bidder's net prices to other customers for items awarded herein are reduced below the Contracted price, it is understood and agreed that the benefits of such reduction shall be extended to the City of Coppell. crrY OF COpff-I,l. · PURCHASINGDF.,PARTMENT · 255 PARKWAY BOULEVARD · COPI~,I,L~ TEXAS 75019 Q-0196-01 REINFORCED CONCRETE PAVEMENT REPAIRS A PRICE redetermination may be considered by the City only at the anniversary date of the Contract and shall be substantiated in writing (i.e., Manufacturer's direct cost, postage rates, Railroad Commission rates, Wage/Labor rates, etc.). The Bidder's past history of honoring Contracts at the bid price will be an important consideration in the evaluation of the lowest and best bid. The City reserves the right to accept or reject any/all of the price redetermination as it deems to be in the best interest of the City. DELIVERY: All delivery and freight charges (F.O.B. City of Coppell) are to be included in the bid price. DELIVERY TIME: Bids shall show number of days required to place goods ordered at the City's designated location. Failure to state delivery time may cause bid to be rejected. Successful Bidder shall notify the Purchasing Department immediately if delivery schedule cannot be met. If delay is foreseen, successful Bidder shall give written notice to the Purchasing Agent. The City has the right to extend delivery time if reason appears valid. Successful Bidder must keep the Purchasing Department advised at all times of the stares of the order. CONFLICT OF INTEREST:. No public official shall have interest in this Contract, in accordance with Vernon's Texas Codes Annotated, Local Government Code Title 5. Subtitle C, Chapter 171. ETHICS: The following sections of the Texas Penal Code shall be enforced when doing business with the City of Coppell. TITLE 8: OFFENSES AGAINST PUBLIC ADMINISTRATION TEXAS PENAL CODE § 36.02 Bribery (a) A person commits an offense if he intentionally or knowingly offers, confers, or agrees to confer on another, or solicits, accepts, or agrees to accept from another (1) any benefit as consideration for the recipient's decision, opinion, recommendation, vote or other exercise of discretion as a public servant, party official, or voter; (2) any benefit as consideration for the recipient's decision, vote, recommendation, or other exercise of official discretion in a judicial or administrative proceeding; or (3) any benefit as consideration for a violation of a duty imposed by law on a public servant or party official Co) It is no defense to prosecution under this section that a person whom the actor sought to influence was not qualified to act in the desired way whether because he had not yet assumed office or he lacked jurisdiction or for any other reason CITY OF COPP~-IJ- · PURCHASING DEPARTMENT · 255 PARKWAY BOULEVARD ® COPFELL, TEXAS 75019 Q-o196-ol REINFORCED CONCRETE PAVEMENT REPAIRS (c) It is no defense to prosecution under this section that the benefit is not offered or conferred or that the benefit is not solicited or accepted until after (1) the decision, opinion, recommendation, vote, or other exercise of discretion has occurred; or (2) the public servant ceases to be a public servant (d) An offense under this section is a felony of the second degree. § 36.08 Gift to Public Servant by Person Subject to His Jurisdiction (a) A public servant in an agency performing regulatory functions or conducting inspections or investigations commits an offense if he solicits, accepts, or agrees to accept any benefit from a person the public servant knows to be subject to regulation, inspection, or investigation by the public servant or his agency. (b) A public servant in an agency having custody of prisoners commits an offense if he solicits, accepts, or agrees to accept any benefit from a person the public servant knows to be in his custody or the custody of his agency. (c) A public servant in an agency carrying on civil or criminal litigation on behalf of government commits an offense if he solicits, accepts, or agrees to accept any benefit from a person against whom the public servant know litigation is pending or contemplated by the public servant or his agency. (d) A public servant who exercises discretion in connection with contracts, purchases, payments, claim.% or other pecuniary transactions of government commits an offense if he solicits, accepts, or agrees to accept any benefit from a person the public knows is interested in or likely to become interested in any contract, purchase, payment, claim, or transaction involving the exercise of his discretion. (e) A public servant who has judicial or administrative authority, who is employed by or in a tribunal having judicial or administrative authority, or who participated in the enforcement of the tribunal's decision, commits an offense if he solicits, accepts, or agrees to accept any benefit from a person the public servant knows is interested in or likely to become interested in any matter before the public servant or tribunal. (f) A public servant who is a member of or employed by the legislature or by an agency of the legislature commits an offense if he solicits, accepts, or agrees to accept any benefit from any person. (g) An offense under this section is a Class A misdemeanor. § 36.09 Offering Gift to Public Servant CITY OF COPI~JJ~ · PURCHASING DEPARTMENT ® 255 PARKWAYBO~ARD · COPPELL, TEXAS 75019 Q-0196-ol REINFORCED CONCRETE PAVEMENT REPAIRS (a) A person commits an offense if he offers, confers, or agrees to confer any benefit on a public servant that he knows the public servant is prohibited by law from accepting. (b) An offense under this section is a Class A misdemeanor. § 36.10 Non-Applicable Sections 36.08 (Gift to Public Servant) and 36.09 (Offering Gift to Public Servant) or this code do not apply to: (1) a fee prescribed by law to be received by a public servant or any other benefit to which the public servant is lawfully entitled or for which he gives legitimate consideration in a capacity other than a public servant; (2) a gift or other benefit conferred on account of kinship or a personal, professional, or business relationship independent of the official status of the recipient; (3) an honorarium in consideration for legitimate services rendered above and beyond official duties and responsibilities if; (A) not more than one honorarium is received from the same person in a calendar year; and (B) not more than one honorarium is received for the same service; and (C) the value of the honorarium does not exceed $250 exclusive of reimbursement for travel, food, and lodging expenses incurred by the recipient in performance of the services; (D) the honorarium, regardless of amount, is reported in the financial statement filed under Chapter 421, Acts of the 63rd Legislature, 1973 (Article 6252-9b. Vernon's Texas Civil Statutes), if the recipient is required to file a financial statement under that Act; (4) a benefit consisting of food, lodging, transportation, or entertainment accepted as a guest and reported as required by law; or (5) a benefit to a public servant required to file a statement under Chapter 421. Acts of the 63rd Legislature, 1973 (Article 6252-9b. Vernon's Texas Civil Statutes), or Section 243, Texas Election Code (Article 14.07, Vernon's Texas Election Code), that is derived from a function in honor or appreciation of the recipient if; (A) the benefit and the source of any benefit in excess of $50 is reported in the statement; and (B) the benefit is used solely to defray the expenses that accrue in the performance of duties or activities in connection with the office which are nonreimbursable by the state or political subdivision. (6) Subsection (5) of Section 36.10 of this Act does not apply to those public servants designed in Section 36.08(0 of this Act 30 days prior to or during a regular session of the Texas Legislature. EXCEPTIONS/SUBSTITUTIONS: All bids meeting the intent of this Invitation To Bid will be considered for award. Bidders taking exception to the Specifications, or offering substitutions, shall state CITYOF COPPI~JJ, · PURCHASING DEPARTMENT · 2S$ PARKWAY BOULEVARD · COPPELL; TEXAS 75019 Q-o196-ol REINFORCED CONCRETE PAVEMENT REPAIRS these exceptions in the section provided or by attachment as part of the bid. In the absence of such, a list shall indicate that the Bidder has not taken exceptions and shall hold the Bidder responsible to perform in strict accordance with the Specifications of the Invitation. The City of Coppell reserves the right to accept any and all, or none, of the exception(s)/substitution(s) deemed to be in the best interest of the City. ADDENDA: Any interpretations, corrections or changes to this Invitation To Bid and Specifications will be made by addenda. Sole issuing authority of addenda shall be vested in the City of Coppell Purchasing Agent. Addenda will be mailed to all who are known to have received a copy of this Invitation To Bid. Bidders shall acknowledge receipt of all addenda. DESCRIPTIONS: Any reference to model and/or make/manufacturer used in bid Specifications will be made by addenda. Sole issuing authority of addenda shall be vested in the City's Purchasing Agent. Addenda will be mailed to all who are known to have received a copy of this Invitation To Bid. Bidders shall acknowledge receipt of all addenda. BID MUST COMPLY with all federal, state, county, and local laws concerning these types of service(s). DESIGN, STRENGTH, QUALITY of materials must conform to the highest standards of manufacturing and engineering practice. All items supplied against credit must be new and unused, unless otherwise specified, in first-class condition and of current manufacture. MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective Bidder must affirmatively demonstrate Bidder's responsibility. A prospective Bidder must meet the following requirements: 1. Have adequate financial resources, or the ability to obtain such resources as required; 2. be able to comply with the required or proposed delivery schedule; 3. have a satisfactory record of performance; 4. have a satisfactory record of integrity and ethics; 5. be otherwise qualified and eligible to receive an award. The City may request representation and other information sufficient to determine Bidder's ability to meet these minimum standards listed above. CITY OF COPFFJ. j., · PURCHASING DEPARTMENT · 255 PARKWAY BOULEVARD ® COPPEIJ-, TEXAS 75019 Q-o196-ol REINFORCED CONCRETE PAVEMENT REPAIRS REFERENCES: The City requests Bidder to supply, with this Invitation To Bid, a list of at least three (3) references where like products and/or services have been supplied by their firm. Include name of firm, address, telephone number and name of representative. BIDDER SHALL PROVIDE with this bid response, all documentation required by this Invitation To Bid. Failure to provide this information may result in rejection of bid. SUCCESSFUL BIDDER SHALL defend, indemnify and save harmless the City of Coppell and all its officers, agents and employees from all suits, actions, or other claims of any character, name and description brought for or on account of any injuries or damages received or sustained by any person, persons, or property on account of any negligent act or fault of the successful Bidder, or of any agent, employee, subcontractor or supplier in the execution of, or performance under, any Contract which may result from bid award. Successful Bidder indemnifies and will indemnify and save harmless the City from liability, claim or demand on their part, agents, servants, customers, and/or employees whether such liability, claim or demand arise from event or casualty happening or within the occupied premises themselves or happening upon or in any of the halls, elevators, entrances, stairways or approaches of or to the facilities within which the occupied premises are located. Successful Bidder shall pay any judgment with costs which may be obtained against the City growing out of such injury or damages. WAGES: Successful Bidder shall pay or cause to be paid, without cost or expense to the City of Coppell, all Social Security, Unemployment and Federal Income Withholding Taxes of all such employees and all such employees shall be paid wages and benefits as required by Federal and/or State Law. PREVAILING WAGE RATE FOR PUBLIC WORKS PROJECTS: The City shall ascertain the general prevailing rate of wages for each craft of type of workman, or mechanic needed to execute this contract and shall specify in the call for bids of this contract what the general prevailing rate of wages is sin the City of Coppell. The City shall also specify the prevailing rate for legal holiday and overtime work. The contractor must pay the said specified rate to all laborers, workmen, and mechanics employed by him or any subcontractor under him in the execution of this contract. PENALTY FOR VIOLATION: The contractor or subcontractor in violation of these rules is liable to the City for a penalty of Sixty Dollars ($60.00) for each laborer, workman, or mechanic employed for each calendar day or portion thereof, that such laborer, workman, or mechanic is paid less than the stipulated rates for any work done under this contract. The money collected shall be used to offset the costs of administering these requirements. If the City receives a complaint by a laborer, workman, or mechanic it shall determine within thirty (30) days after receipt whether good cause exists to believe that the contractor or any subcontractor has committed a violation of these specifications. The City shall CITY OF COP~-tJ- ® PURCHASINGDEPAR~ , 2S$ PARKWAY BOULEVARD ® COPPF2~ TEXAS 75019 · Q-0196-01 REINFORCED CONCRETE PAVEMENT REPAIRS provide written notice of its determination to the contractor or subcontractor andy any affected laborer, workman, or mechanic. the City shall retain any amounts due under the contract pending a final determination. If the contractor or subcontractor and any affected laborer, workman, or mechanic fail to resolve the alleged violation by agreement within fourteen (14) days of the determination by the City, the issues of the alleged violation, any penalties owed to the public body, and any amounts owed to any affected laborer, workman, or mechanic shall be submitted to binding arbitration in accordance with the provisions of the Texas General Arbitration Act. If the parties fail to agree upon an arbitrator within ten (10) days, the arbitrator shall be designated by the District Court upon petition of any party. The decision and award of the arbitrator is final and binding upon all paxties and may be enforced in any court of competent jurisdiction. The City shall not be a party in the arbitration. ARBITRATION: The arbitrator shall assess and award all reasonable costs, including the arbitrator's fee, against the party or parties who fail to prevail in the proceeding. Costs may be assessed against the laborer, workman, or mechanic only if the arbitrator finds that the claim was frivolous. If the arbitrator does not find that the claim is frivolous and does not make an award to the laborer, workman, or mechanic, costs will be shared equally by the parties. If the arbitrator determines that a violation of the specification has occurred, the arbitrator shall assess and award penalties as provided in the Act and all amounts awed to the affected laborer, workman, or mechanic against the contractor or subcontractor. The City shall use any amounts retained under this provision to reimburse the laborer, workman, or mechanic for the amount owed to that person because of the failure to pay the person the general prevailing rate of wages as provided in the arbitrator's award. If the amounts withheld by the City are insufficient to fully reimburse the laborer, workman, or mechanic for amounts owed, the person has a right of action against the contractor or subcontractor and the surety of that person to recover any amounts owed. TERMINATION OF CONTRACT:. This Contract shall remain in effect until Contract expires, delivery and acceptance of products and/or performance of services ordered or terminated by either party with a thirty (30) day written notice prior to any cancellation. The successful Bidder must state therein the reasons for such cancellation. The City of Coppell reserves the right to award cancelled Contract to next lowest and best Bidder as it deems to be in the best interest of the City of Coppell. TERMINATION FOR DEFAULT:. The City of Coppell reserves the right to enforce the performance of this Contract in any manner prescribed by law or deemed to be in the best interest of the City in the event of breach or default of this Contract. The City of Coppell reserves the right to terminate the Contract immediately in the event the successful Bidder fails to: 1. Meet schedules; CITY OF COIaYRIJ. ® PURCHASING DEPARTMENT ® 2$S PARKWAY BOULEVARD , COPPRIJ~; TEXAS 75019 Q-o196-ol REINFORCED CONCRETE PAVEMENT REPAIRS 2. defaults in the payment of any fees; or 3. otherwise perform in accordance with these Specifications. Breach of Contract or default authorizes the City of Coppell to exercise any or all of the following rights: 1. The City may take possession of the assigned premises and any fees accrued or becoming due to date; 2. the City may take possession of all goods, fixtures and materials of successful Bidder therein and may foreclose its lien against such personal property, applying the proceeds toward fees due or thereinafter becoming due. In the event the successful Bidder shall fail to perform, keep or observe any of the terms and conditions to be performed, kept or observed, the City shall give the successful Bidder written notice of such default; and in the event said default is not remedied to the satisfaction and approval of the city within two (2) working days of receipt of such notice by the successful Bidder, default will be declared and all the successful Bidder's rights shall terminate. Bidder, in submitting this bid, agrees that the City of Coppell shall not be liable to prosecution for damages in the event that the City declares the Bidder in default. NOTICE: Any notice provided by this bid (or required by law) to be given to the successful Bidder by the City of Coppell shall conclusively deemed to have been given and received on the next day after such written notice has been deposited in the mail in the City of Coppell, Texas by Registered or Certified Mail with sufficient postage affixed thereto, addressed to the successful Bidder at the address so provided; provided this shall not prevent the giving of actual notice in any other manner. TESTING: Testing may be performed at the request of the City of Coppell, by an agent so designated, without expense to the City of Coppell. PATENTS/COPYRIGHTS: The successful Bidder agrees to protect the City of Coppell from claims involving infringement of patents and/or copyrights. CONTRACT ADMINISTRATOR: Under this Contract, the City of Coppell may appoint a Contract Administrator with designated responsibility to ensure compliance with Contract requirements, such as but not limited to, acceptance, inspection and delivery. The Contract Administrator will serve as liaison CITY OF COPI~-IJ- ® I~dRCHASINGDEPARTMENT , 2$$ PARKWAY BOULEVARD ® COPI~-IJ~TEXAS 75019 Q-o196-01 REINFORCED CONCRETE PAVEMENT REPAIRS between the City of Coppell Purchasing Department (which has the overall Contract Administration responsibilities) and the successful Bidder. PURCHASE ORDER: A Purchase Order(s) shall be generated by the City of Coppell to the successful Bidder. The Purchase Order number must appear on all itemized invoices and packing slips. The City of Coppell will not be held responsible for any orders placed/delivered without a valid current Purchase Order number. PACKING SLIPS or other suitable shipping documents shall accompany each special order shipment and shall show: (a) name and address of successful Bidder, (b) name and address of receiving department and/or delivery location, (c) Purchase Order number, and (d) descriptive information as to the item(s) delivered, including product code, item number, quantity, number of containers, etc. INVOICES shall show all information as stated above, shall be issued for each Purchase Order and shall be mailed directly to the City of Coppell Finance/Accounts Payable Department, 255 Parkway Blvd., Coppell, Texas 75019. PAYMENT will be made upon receipt and acceptance by the City of Coppell for any item(s) ordered and receipt of a valid invoice, in accordance with the State of Texas Prompt Payment Act, Article 601f V.T.C.S. Successful Bidder(s) required to pay subcontractors within ten (10) days. ITEMS supplied under this Contract shall be subject to the City's approval. Items found defective or not meeting Specifications shall be picked up and replaced by the successful Bidder at the next service date at no expense to the City of Coppell. If item is not picked up within one (1) week after notification, the item will become a donation to the City for disposition. SAMPLES: When requested, samples shall be furnished free of expense to the City of Coppell. WARRANTY: Successful Bidder shall warrant that all items/services shall conform to the proposed Specifications and/or all warranties as stated in the Uniform Commercial Code and be free from all defects in material, workmanship and title. A copy of the warranty for each item being bid must be enclosed. Failure to comply with the above requirements for literature and warranty information could cause bid to be rejected. REMEDIES: The successful Bidder and the City of Coppell agree that both parties have all rights, duties and remedies available as stated in the Uniform Commercial Code. CITY OF COPP~-IJ~ , I~RCHASINGDEPARTMENT * 255 PARK'vVAYBO~ARD ® COPPELL, TEXAS 75019 Q-o196-ol REINFORCED CONCRETE PAVEMENT REPAIRS VENUE: This Agreement will be governed and construed according to the laws of the State of Texas. This Agreement is performable in the City of Coppell, Texas. ASSIGNMENT:. The successful Bidder shall not sell, assign, transfer or convey this Contract, in whole or in part, without prior written consent of the City of Coppell. SPECIFICATIONS and model numbers are for description only. Bidder may bid on description only. Bidder may bid on alternate model but must clearly indicate alternate model being bid. Bidder must enclose full descriptive literature on alternate item(s). SILENCE OF SPECIFICATION: The apparent silence of these Specifications as to any detail or to the apparent omission of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practices are to prevail. All interpretations of these Specifications shall be made on the basis of this statement. Each insurance policy to be furnished by successful Bidder shall include, by endorsement to the policy, a statement that a notice shall be given to the City of Coppell by Certified Mail thirty (30) days prior to cancellation or upon any material change in coverage. ANY QUESTIONS concerning this Invitation To Bid and Specifications should be directed to the Purchasing Department at 214-462-0022, extension 214. CITY OF COPI~-L, ® PURCHASING DEPARTME]~ ® 255 PARKWAY BOULEVARD ® COPPELL, TEXAS 75019 . Q-0196-01 REINFORCED CONCRETE PAVEMENT REPAIRS INSURANCE REQUIRED: The Contractor shall not commence Work under this Contract until he/she has obtained all insurance required under this paragraph and such insurance has been approved by the City, nor shall the Contractor allow any Subcontractor to commence Work on his Subcontract until all similar insurance of the Subcontractor has been so obtained and approved. COMPENSATION INSURANCE: The Contractor shall take out and maintain during the life of this Contract Worker's Compensation Insurance for all of his/her employees at the site of the project and in case any Work is sublet, the Contractor shall require the Subcontractors similarly to provide Worker's Compensation Insurance for all of the latter employees unless such employees are covered by the protection afforded by the Contractor. In case any class of employees engaged in hazardous work under this Contract at the site of the project is not protected under the Worker's Compensation statute, the Contractor shall provide and shall cause each Subcontractor to provide adequate and suitable insurance for the protection of his/her employees not otherwise protected. The amount of insurance shall be as follows: Each Accident $100,000.00 Disease Each Employee $100,000.00 Disease Policy Limit $500,000.00 COMMERCIAL GENERAL LIABILITY INSURANCE: Contractor shall take out and maintain during the life of this Contract such General Liability Insurance (including explosion, collapses and underground damage coverage) as shall protect him/her and any Subcontractor performing Work covered by this Contract, from claims for damages for personal injury, including accidental death, as well as from claims for property damages, which may arise from operations under this Contract, including blasting, when blasting is done on or in connection with the Work of the Contract, whether such operations be by him/herself or by any Subcontractor or by any one directly or indirectly employed by either of them. The amount of insurance shall be as follows: General Aggregate $1,000,000.00 Products - Components/Operations Aggregate $1,000,000.00 Personal and Advertising Injury $ 600,000.00 Each Occurrence $ 600,000.00 Fire Damage (any one fire) $ 50,000.00 Medical Expense (any one person) $ 5,000.00 CITY OF COPI~-IJ. · PURCHASING DEPARTMENT · 255 PARK'Y~AYBOULEVARD · COPI~JJ~ TEXAS 75019 Q-0196-01 REINFORCED CONCRETE PAVEMENT REPAIRS AUTOMOBILE LIABILITY INSURANCE: The Contractor shall take out and maintain during the life of this Contract such Automobile Liability Insurance for owned, hired and non-owned vehicles as shall protect him/her and any Subcontractor performing Work covered by this Contract. The amount of such insurance shall be as follows: Combined Bodily Injury and Property Damage $600,000.00 per occurrence Bodily Injury $250,000.00 per person Bodily Injury $200,000.00 per accident Property Damage $100,000.00 PROTECTIVE LIABILITY INSURANCE: The Contractor shall take out and maintain during the life of this Contract an owners protective liability insurance policy. Coverage shall be on an "occurrence" basis and the policy shall be issued by the same insurance company that carries the Contractors liability insurance. The amount of such insuranco shall be as follows: Combined Bodily Injury $ 600,000.00 per occurrence and Property Damage $1,000,000.00 per aggregate PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the City with satisfactory proof of carriage of the Insurance required. CITY OF COPPE~I.I. , PURCHASING DEPARTMENT ® 255 PARKW'AY BOULEVARD ® COP~LI.> TEXAS 75019 he City With A Beautiful Future BIDDERS PLEASE NOTE: ONE COPY OF TIlE FOLLOWING BID SHEETS HAVE BEEN ENCLOSED FOR YOUR CONVENIENCE (SPECIFICATIONS, BID AFFIDAVIT and INSURANCE AFFIDAVIT) TWO COPIF, S MUST BE RETURNED TO ~ PURCHASING NO LATER THAN 10:00 A.M., TUESDAY, FEBRUARY 6, 1996 CITY OF COPFELL ® PURCHASING DEPARTMENT , 255 PARKWAY BOULEVARD ® COPPELL, TEXAS 75019 The City With A Beautiful Future DATE: To: Purchasing Agent City of Coppell 255 Parkway Blvd. P.O. Box 478 Coppell, Texas 75019 In making the attached offer, the undersigned, as an independent Contractor, agrees to provide reinforced concrete pavement repairs according to the following attached specifications. SIGNATURE: CITY OF COPI~-I.L ® PURCHASING DEPARTMENT · 2SS PARKWAY BOULEVARD · COP~,LL~'IEXAS 75019 ,, Q-0196-01 REINFORCED CONCRETE PAVEMENT REPAIRS SPECIFICATIONS FOR REPAIRS REINFORCED CONCRETE PAVEMENTS 1. All repairs are to be saw cut full depth a minimum of 12" beyond the failure or to the next joint if within 3' and are to be square or rectangular in shape. 2. Complete removal or all pavement within the repair area is to be accomplished leaving clean vertical sides. Spoils from this activity will be disposed of at contractor' s expense. 3. Subgrade shall be removed to a depth of 6" below bottom of the existing pavement and cement treated base (CTB) is to be placed and compacted in place of the removed subgrade. The density requirement will be 95 %. If the removal leaves a void deeper than the 6" requirement, then select fill shall be placed and compacted (95 % ) to bring subgrade up to this standard. 4. Vertical sides of repair area are to be doweled at 12" centers with 18" dowels. The dowels are to be embedded 6" into sides and shall be no smaller than #3 bar. 24" #6 smooth dowel with dowel sleeve will be used at any transverse expansion joint that may be disturbed. See City of Coppell Standard Specifications. 5. Reinforcement steel shall be minimum #3 bar on 24" centers with 30 diameters bar laps. (#3-12" lap) 6. Bar chairs shall be used on reinforced steel for support. 7. Type I concrete, 6 sack 3000 PSI compressive strength attained in 14 days with cylinders tested on the 7th, 14th and 281h day. Testing to be provided by contractor through a City approved laboratory. 8. Construction joints shall match existing both in transverse and longitudinal applications with the appropriate sealer at all joints as well as replacement redwood at transverse expansion joints. 9. Any buttons, striping or other traffic control device removed during construction shall be replaced to match pre-existing conditions. 10. A comprehensive traffic control plan is to be submitted for all job sites that is consistent with the TMUTCD for Engineering review. No streets will be allowed for full closure without a thorough review by the City of Coppell. 11. There shall be a minimum of 7 days curing time on all replaced pavement with curing compound being used to cover the repair are initially. CITY OF COPPELL ® PURCHASING DEPARTMEI~ · 255 PARKWAY BOULEVARD ® COPPELL, TEXAS 75019 .. Q:0196-01 REINFORCED CONCRETE PAVEMENT REPAIRS 12. A 24 month workmanship and quality of materials warranty, on a form provided by the City, will be provided by the successful bidder. 13. Reference the City of Coppell Standard Construction Details and Subdivision Ordinance for further clarification. 14. It will be the responsibility of the contractor to provide written notification to affected residents in the vicinity of the repair are prior to the beginning of work. Information to be included will be beginning and end dates of project, road closure information - either total or partial, and contact number(s). 15. LABOR CLASSIFICATION AND MINIMUM WAGE SCALE The City of Coppell is the contracting agency for this construction project. The following statute requires any contracting agency to specify the generally prevailing rate of wages in contracts that are bid. Vernon's Texas Civil Statutes - Article 5159a: "Construction of Public Works in State and Municipal or Political Subdivisions; Prevailing Wage Rate to be maintained." Pursuant to the requirements of this statute, the City of Coppell, has ascertained the following rates of wages are paid to various classifications of workers in the locality of this project. Not less than the following hourly rates shall be paid for the various classifications of work required by this project. Workers in classifications where rates are not identified shall be paid not less than the general prevailing rate of "laborer" for the various classifications of work therein listed. The hourly rate for legal holiday and overtime work shall be not less than one and one- half (1 & 1/2) times the base hourly rate. The rates specified are journeyman rates. Apprentices may be used on the project and may be compensated at a rate determined mutually by the worker and employer, commensurate with the experience and skill of the worker but not at a rate not less than 60% of the journeyman's wage as shown. At no time shall a journeyman supervise more than one (1) apprentice. All apprentices shah be under the direct supervision of a journeyman working as a crew. CITY OF COP!~-lJ- ® PURCHASInG DEPARTMENT · 255 PARKWAY BOULEVARD , COPPELL, TEXAS 75019 ~. Q-0196-01 REINFORCED CONCRETE PAVEMENT REPAIRS CLASSIFICATION HOURLY RATE CLASSIFICATION HOURLY RATE Air Tool Operator $7.554 Asphalt Paving Machine 9.053 Asphalt Raker 8.565 Broom or Sweeper Operator 7.908 Asphalt Shoveler 8.255 Bulldozer, 150 HP &Less 8.703 Batthing Plant Weigher 9.371 Bulldozer, Over 150 HP 9.160 Batterboard Setter 8.920 Concrete Paving Curing Machine 8.213 Carpenter 9.447 Concrete Paving Finishing Carpenter Helper 7.695 Machine 9.453 Concrete Finisher - Paving 9.345 Concrete Paving Form Grader 8.500 Concrete Finisher Helper Paving 8.146 Concrete Paving Joint Machine 9.042 Concrete Finisher - Structures 9.058 Concrete Paving Joint Sealer 7.350 Concrete Finisher Helper Concrete Paving Saw 9.290 Structures 7.494 Concrete Paving Spreader 9.750 Concrete Rubber 7.733 Paving Sub-Grader 9.000 Electrician 12.761 Slipform Machine Operator 9.000 Electrician Helper 8.436 Crane, Clamshell, Backhoe, Derrick, Flagger 5.598 Dragline, Shovel Less Than Form Builder- Structures 8.717 11/2 C.Y. 9.513 Form Builder Helper Structures 7.550 Crane, Clamshell, Backhoe, Derrick, Form Liner - Paving &Curb 8.913 Dragline, Shovel 11/2 C.Y. Form Setter - Paving &Curb 8.686 &Over 10.517 Form Setter Helper Paving Crusher or Screening Plant & Curb 7.787 Operator 9.500 Form Setter - Structures 8.427 Form Loader 12.000 Form Setter Helper Structures 7.356 Foundation Drill Operator Crawler Laborer - Common 6.402 Mounted 10.000 Laborer - Utility 7.461 Foundation Drill Operator Truck Manhole Builder 11.000 Mounted 11.138 Mechanic 10.658 Foundation Drill Operator Helper Mechanic Helper 8.345 Truck/Crawler 8.688 Oiler 8.698 Front End Loader 21/2 C.Y. & Les~.823 Servicer 8.104 Front End Loader Over 21/2 C.Y 9.311 Painter - Structures 10.913 Hoist- Double Drum 8.917 Painter Helper Structures 8.000 Milling Machine Operator 6.650 Piledriver 7.500 Mixer (over 16 C.F.) 9.000 Piledriver Helper 7.000 Mixer (16 C.F. &Less) 7.913 Pipe Layer 8.509 Mixer - Concrete Paving 9.500 Pipe Layer Helper 7.037 Motor Grader Operator Fine Blaster 11.333 Grade 10.346 Blaster Helper 7.250 Motor Grade Operator 9.891 Asphalt Distributor Operator 8.404 Pavement Marking Machine 6.402 CITY OF COPPELL ® PURCHASING DEPARTMENT ® 2SS PARKWAY BOULEVARD , COPPELL, IEXAS 75019 · . Q-0196-01 REINFORCED CONCRETE PAVEMENT REPAIRS CLASSIFICATION HOURLY RATE Roller, Steel Wheel Plant- Mix Pavements 8.339 Roller, Steel Wheel Other Flatwheel or Tamping 7.963 Roller, Pneumatic, Self-Propelled 7.403 Scraper - 17 C.Y. &Less 8.138 Scraper - Over 17 C.Y. 8.205 Side Boom 7.793 Tractor - Crawler Type 150 &Less 8.448 Tractor - Crawler Type Over 150 HP 8.448 Tractor - Pneumatic 7.735 Traveling Mixer 7.615 Trenching Machine - Light 8.188 Trenching Machine - Heavy 12.498 Post Hole driller Operator 9.000 Wagon - Drill, Boring Machine 9.000 Reinforcing Steel Setter Paving 9.218 Reinforcing Steel Setter Stmcmresl 1.548 Reinforcing Steel Setter Helper 8.665 Steel Worker - Structural 12.860 Sign Erector 11.436 Sign Erector Helper 6.402 Spreader Box Operator 6.988 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 10.459 Welder Helper 9.000 CITY OF COPPELL ® PURCHASI~IG DEPARTMENT ® 255 PARKWAY BOULEVARD ® COPPELL, TEXAS 75019 .. Q-0196-01 REINFORCED CONCRETE PAVEMENT REPAIRS BID SHEET Q-0196-01 MAJOR SUBGRADE FAILURES Approx. Bid Price Description Square Yards (per ~. yd.) 1. 221 Whispering Hills 300 2. 230-34 Southern Bell 113 3. 1303 Crestside 70 4. 627-31 Glenlakes 450 5. 245 Plantation 280 6. 720-24 Woodmore 119 7. 716 Woodhill 54 8. 100 Trail Wood 37 9. Marlee @ Allendale 28 10. N. Moore @ Sandy Lake 291 11. Branchwood 135 12. 500 fieldcrest Loop 160 13. Dobecka 99 14. 413 Woodhill 63 15. Dobecka- approach 42 CFI'Y OF COPIaELL ® PURCHASI3/GDEPARTMENT , 255 PARKWAY BOULEVARD ® COPI~LI= IEXAS 75019 BID AFFIDAVIT The undersigned certifies that the bid prices contained in this bid have been carefully reviewed and are submitted as correct and final. Bidder further certifies and agrees to furnish any and/or all commodities upon which prices are extended at the price offered, and upon the conditions contained in the Specifications of the Invitation To Bid. The period of acceptance of this bid will be calendar days from the date of the bid opening. (Period of acceptance will be ninety 00) calendar days unless otherwise indicated by Bidder.) STATE OF COUNTY OF BEFORE ME, the undersigned authority, a Notary Public in and for the State of , on this day personally appeared who after being by me duly sworn, did depose and say: ~I, am a duly authorized officer/agent for and have been duly authorized to execute the foregoing on behalf of the said I hereby certify that the foregoing bid has not been prepared in collusion with any other Bidder or individual(s) engaged in the same line of business prior to the official opening of this bid. Further, I certify that the Bidder is not now, nor has been for the past six (6) months, directly or indirectly concerned in any pool, agreement or combination thereof, to control the price of services/commodities bid on, or to influence any individual(s) to bid or not to bid thereon." Name and address of Bidder: Telephone: ( ) by: Title: Signature: SUBSCRIBED AND SWORN to before me by the above named on this the day of 1994. Notary Public in and for the State of CITY OF COPI~-IJ, ® !IJRCHAglNGDEPAR~ · 2~$ PARKWAY BOULEVARD · COPPEJ,I.~ TEXA$ 75019 BID NO. Q-0196-01 INSURANCE REQUIREMENT AFFIDAVIT TO BE COMPLETED BY APPROPRIATE INSURANCE AGENT I, the undersigned agent, certify that the insurance requirements contained in this bid document have been reviewed by me with the below identified bidder. If the below identified bidder is awarded this contract by City of Coppell, I will be able, within ten (10) days after bidder is notified of such award, to furnish a valid insurance certificate to the City meeting all of the requirements contained in this IFB. Agent (Signature) Agent (Print) Name of Insurance Carrier Address of Agency City/State Phone Number Where Agent May Be Contacted Bidder's Name (Print or Type) SUBSCRIBED AND SWORN to before me by the above named on this the day of , 19 . Notary Public in and for the State of NOTE TO AGENT: If this time requirement is not met, the City reserves the right to declare this bidder non-responsible and award the contract to the next lowest bidder meeting the specifications. If you have any questions concerning these requirements, please contact the Purchasing Agent at (214) 462-0022. CITY OF COIT~,I-I- · PURCHASING DEPARTMENT · 2SS PARKWAY BOULEVARD · COPPELL, TEXAS 75019