PA9703-CN 970508F
F
F
F
F
F
F
CONSTRUCTION SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
ANDY BROWN PARK
IMPR 0 VEMENTS
FOR
THE CITY OF COPPELL
APRIL 1997
J E ] JONES & CARTER, INC.
Consulting Engineers
12000 Ford Road, Suite 180 972/488-3880
Dallas, Texas 75234 Fax 972/488-3882
TABLE OF CONTENTS
Section 1 - Bidding and Contract Documents
Notice to Bidders .........................................................................1-1
Instructions to Bidders .......................................................1-2 thru 1-11
Bid Form .....................................................................1-12 thru 1-23
Prevailing Wage Rates .....................................................1-24 thin 1-26
Standard Form of Agreement (Contrac0 ............................... 1-27 thru 1-34
Performance Bond ..........................................................1-35 thna 1-36
Payment Bond ...............................................................1-37 thru 1-38
Maintenance Bond ..........................................................1-39 thru 1-40
City of Coppell's Supplementary Conditiom
to the NCTCOG Standard Specifications for
Public Works Construction ................................................1-41 thru 1-46
Section 2 - Specific Project Requirements .......................................2-1 thru 2-5
Section 3 - Special Provisions to Standard Specifications
for Construction ....................................................................3-1
For this project, the Standard Specifications for Public Works Construction -
North Central Texas, as prepared by the North Central Texas Council of
Governments and the City of Coppell Standard Construction Details shall
govern all work to be done, together with any additional Special Specifications
or Specific Project Requirements included heroin.
Section 4 - Description of Pay Items ..............................................4-1 thru 4-4
SECTION 1
BIDDING AND CONTRACT DOCUMENTS
NOTICE TO BIDDERS
The City of Coppell is accepting bids for THE ANDY BROWN PARK IMPROVEMENTS.
Plans and specifications may be obtained from the offices of Jones & Carter, Inc., 12000 Ford
Road, Suite 180, Dallas, Texas 75234, or telephone (972) 488-3880.
Sealed bids addressed to the Purchasing Agent, City of Coppell, Texas, for The Andy Brown
Park Improvements will be received in the Purchasing Office at the City of Coppell Town
Center, 225 Parkway Boulevard, until 10:00 a.m. Tuesday, June 3, 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. Q0597-02 designated clearly on the exterior of the bid envelope.
There will be a "Pre-bid" Conference conducted on May 22, 1997, 2:00 p.m. in the Coppell
Town Center, 255 Parkway Boulevard in the Purchasing Depa~hnent.
The Owner reserves the right to reject any or all bids and to waive formalities. Unreasonable
or unbalanced unit prices will be considered sufficient cause for rejection of any bid or bids.
The Owner reserves the right to accept the alternate bid of a Contractor that did not submit the
lowest base bid. NO BID TRANSMITTED BY FAX WILL BE ACCEPTED.
Bidders are expected to inspect the site of the work and to inform themselves regarding local
conditions and conditions under which the work is to be done.
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 pan of the finished product, such as,
equipment rental or purchase, form materials, etc.). In order to be exempt from the sales tax on
such tangible personal property, the contract shall separate and provide separate charges for
materials to be incorporated into the project from charges for labor. The City will provide the
Contractor with an exemption certificate for the materials. The contractor is expected to issue a
resale certificate in lieu of paying a sales tax at the time of purchase. The bidder shall show the
cost of materials (tangible personal property) in the space provided on the bid form. The
successful bidder's bid form will be used to develop a separated contract and determine the
extent of the tax exemption.
Bidding and Contract Documents
1-1
INSTRUCTIONS TO BIDDERS
1. Defined Terms.
Terms used in these Instructions to Bidders which are defmed in the Standard Specifications for
Public Works Construction - North Central Texas Council of Governments 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 an authorized representative of Jones &
Carter, Inc., 12000 Ford Road, Suite 180, Dallas, Texas 75234, (972) 488-3880.
Inspector: The authorized representative of the City of Coppell assigned to observe and inspect
any or all parts of the work and the materials to be used therein.
2. Scope of Work.
This project is located approximately 0.5 miles east of Denton Tap Road on Parkway Boulevard
in Coppell, Texas.
3. Copies of Bidding Documents.
3.1
Complete sets of the Bidding Documents may be obtained from the Offices of Jones &
Carter, Inc., 12000 Ford Road, Suite 180, Dallas, Texas for a non-refundable payment
of $25.00. The following general requirements pertain to the Bidding Documents:
A)
No bidding documents will be issued later than four (4) 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 office of Purchasing
Bidding and Contnct Documents
1-2
3.2
Complete sets of Bidding Documents must be used in preparing Bids; the City of
Coppell assumes no responsibility for errors or misinterpretafions resulting from the use
of incomplete sets of Bidding Documents. No partial sets of plans, specifications or
proposal forms will be issued.
3.3
The Owner, in making copies of Bidding Documents available on the above terms, does
so only for the purpose of obtaining Bids on the Work and does not confer a license or
grant for any other use.
4. Qualifications of Bidders.
The Bidder shall submit within five (5) days of the Owner's request such evidence as the Owner
may require to establish his financial responsibility, experience and possession of such
equipment as may be needed to prosecute the work in an expeditious, safe and satisfactory
manner. The required information to be submitted shall consist of, but shall not necessarily be
limited to, the following:
A. Current Project Experience.
A list of all projects presen~y 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.
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 confn'm that the Bidder has suitable financial status to meet obligations
incidental to performing the work.
1-3
Bidding and Contract Documents
Technical Experience.
The Bidder shall demonstrate to the satisfaction of the Owner that he has the technical
experience to properly complete this project.
Proof that the bidder maintains a permanent place of business.
5. Conflict of Interest.
City Charter states that no officer or employee of the City shall have a f'mancial interest, direct
or indirect, in any contract with the City, nor shall be f'mancially 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.
6. Examination of Contract Documents and Site.
6.1
Access to the site shall be from Parkway Boulevard. Prospective Bidders shall respect
all improvements. It is the responsibility of each Bidder before submitting a Bid, to (a)
examine the Contract Documents thoroughly, (b) visit the site to become familiar with
local conditions that may affect cost, progress, performance or furnishing of the Work,
(c) consider federal, state and local Laws and Regulations that may affect cost, progress,
performance or furnishing of the Work, (d) study and carefully correlate Bidder's
observations with the Contract Documents, and (e) notify Engineer of all conflicts,
errors or discrepancies in the Contract Documents. Failure to make these examinations
shall in no way relieve any Bidder from the responsibility of fulfilling all of the terms of
the contract, without additional cost to the OWNER.
6.2
Information and data reflected in the Contract Documents with respect to Underground
Facilities at or contiguous to the site is based upon information and data furnished to the
Owner by Owners of such underground Facilities or others, and the Owner does not
assume responsibility for the accuracy or completeness thereof. All existing structures,
improvements, and utilities shall be adequately protected, at the expense of the
Contractor, from damage that might otherwise occur due to construction operations.
Where construction comes in dose proximity to existing structures or utilities, or if it
becomes necessary to move services, poles, guy wires, pipe lines, or other obstructions,
it shall be the Contractor's responsibility to notify and cooperate with the utility or
structure owner. The utility lines and other existing structures shown on the plans are
for information only and are not guaranteed by the City to be complete or accurate as to
location and/or depth. It shall be the Contractor's responsibility to verify locations and
depths sufficiently in advance of construction such that necessary adjustments may be
1-4
Bidding and Contract Documents
6.3
6.4
6.5
6.6
made to allow for the proper installation. The Contractor shall be liable for damage to
any utilities resulting from the construction of this project.
7.2
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 Engineer. Interpretations or clarifications considered necessary by the Engineer in
response to such questions will be issued by Addenda mailed, faxed or delivered to all
bidders recorded as having received the Bidding Documents. Questions received less
than four 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.
8. Contract Time.
8.1 The time for completion in calendar days should be included on the Bid Form in the
space provided. All work shall be complete within the calendar day count required by
Bidding and Contact Documents
1-5
the Contractor's Proposal. The calendar day count shall commence ten (10) calendar
days after the date of the Notice to Proceed.
8.2
Prior to the issuance of the Notice to Proceed by the Owner, the Contractor shall submit
a detailed Progress and Schedule chart to the Owner for approval.
8.3
Extension of the contract time shall be based on a Change Order or written amendment
as specified in Item 1.36 of the General Provisions.
9. Liquidated Damages.
Provisions for liquidated damages are set forth in the Contract. Liquidated damages for this
project are $120.00 per calendar day that the contractor is in default after the time stipulated in
the contract for completing the work.
10. Substitute or "Or-Equal" Items.
The Contract, if awarded, will be on the basis of materials and equipment described in the
Drawings or specified in the Specifications without consideration of possible substitute or "or-
equal" items. Whenever it is indicated in the Drawings or specified in the Specifications that a
substitute or "or-equal" item of material or equipment may be furnished or used by Contractor
if acceptable to Engineer, application for such acceptance will not be considered by Engineer
until after the Effective Date of the Agreement. No substitutions should be considered dur'mg
the bidding process.
11. Subcontractors, Suppliers, and Others.
11.1
If the Owner requests the identity of any Subcontractors, Suppliers, or other persons or
organizations to be submitted to the Owner in advance of the specified date prior to the
Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder
so requested, shall within seven (7) days after the request submit to the Owner a list of
all such Subcontractors, Suppliers and other persons and organizations proposed for
those portions of the Work for which such identification is requested. Such list shall be
accompanied by an experience statement with pertinent information regarding similar
projects and other evidence of qualification for each such Subcontractor, supplier,
person or organization if requested by the Owner. If the Owner, after due investigation,
has reasonable objection to any proposed Subcontractor, Supplier, other person or
organization, 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.
Bidding and Contract Documents
1-6
11.2
12.
12.1
12.2
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 filled in for each item for which a
quantity is given and the Bidder shall state the price for which he proposes to do each
item of work. All blanks on the bid form must be completed in ink or typed. No
substitutions, revisions, or omissions from the plans and/or specifications will be
accepted unless authorized in writing by the Owner.
The legal status of the Bidder, that is, as a corporation, parmership, 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 offme 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 finn or parmership, the name and post office address of the
managing member of the faro 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 parmers.
13. Provision Concerning Escalator Clauses.
Bids containing any condition which provides for changes in the stated bid prices due to
increase or decrease in the costs of materials, labor, or other items required for this
project, may be rejected and returned to the Bidder without being considered.
14. Estimates of Quantifies.
The quantities listed in the Bid Form will be considered as approximate and will be used for the
comparison of bids. Payments will be made to the Contractor only for the actual quantities of
work performed or materials furnished in accordance with the contract. The quantity of work
to be done and the materials may be increased or decreased as provided for in the Contract
Documents.
Bidding and Contract Documents
1-7
15. Submission of Bids.
Bids will be received by the Purchasing Agent, and shall be submitted to the Purchasing Agent,
City of Coppell, at the Town Center, 255 Parkway Boulevard, P.O. Box 478, Coppell, Texas
75019 until Tuesday June 3, 1997, 10:00 a.m., 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-0597-02 and the name and address of the Bidder shall be
submitted. If the Bid is sent through the mail or other delivery system the sealed envelope shall
be enclosed in a separate envelope with the notation "BID ENCLOSED - COPPELL ANDY
BROWN PARK IMPROVEMENTS - BID NO. Q0597-02' on the face of it and addressed to
the Purchasing Agent, City of Coppell, Texas.
16. Modification and Withdrawal of Bids.
16.1
Bids may be modified or withdrawn by an appropriate document duly executed (in the
manner that a Bid must be executed) and delivered to the place where Bids are to be
submitted at any time prior to the opening of Bids.
16.2
If, within twenty-four hours after the Bids are opened, any Bidder files a duly signed
written notice with the Owner and promptly thereafter demonstrates to the reasonable
satisfaction of Owner that there was a material and substantial mistake in the preparation
of the Bid, that Bidder may withdraw his bid. Thereafter, that Bidder will be
disqualified from further bidding on the work.
17. Rejection of Bids.
Bids may be rejected if they show alterations of form, additions not called for, conditional bids,
incomplete bids, erasures or irregularities of any kind. The Owner reserves the right to waive
any irregularities in the bids as received and to reject any and all bids without qualification(s).
More than one bid from an individual, fn'm or partnership, corporation or association, under the
same or different names, will not be considered. Reasonable grounds for believing that a
Bidder is interested in more than one such bid may cause the rejection of all bids in which said
Bidder is interested. Bids in which prices are obviously unbalanced may be rejected.
18. Bids to Remain Subject to Acceptance.
All Bids will remain subject to acceptance for ninety (90) days after the day of the Bid opening,
but the Owner may, in its sole discretion, release any Bid prior to that date.
19. Award of Contract.
19.1
The Owner reserves the right to reject any and all Bids, to waive any and all
informalities except for the time of submission of the Bid and to negotiate contract terms
with the Successful Bidder. The Owner also reserves the fight to reject all non-
conforming, non-responsive, unbalanced or conditional Bids. Also, the Owner reserves
the right to reject the Bid of any Bidder if the Owner believes that it would not be in the
best interest of the Project to make an award to that Bidder, whether because the Bid is
not responsive or the Bidder is unqualified or has doubtful financial ability or fails to
meet any other pertinent standard or criteria established by the Owner. Discrepancies in
Bidding and Contract Documents
1-8
the multiplication of units of Work and unit prices will be resolved in favor of the unit
prices. Discrepancies between the indicated sum of any column of figures and the
correct sum thereof will be resolved in favor of the correct sum.
19.2
In evaluating Bids, the owner will consider the qualifications of the Bidders, whether or
not the Bids comply with the prescribed requirements, and such alternates, unit prices,
completion time, and other data, as may be requested in the Bid form or prior to the
Notice of Award.
19.3
The Owner may consider the qualifications and experience of any Subcontractors,
Suppliers, or other persons or organizations proposed for those portions of the Work as
to which the identity of Subcontractors, Suppliers, and other persons and organizations
must be submitted as requested by the Owner. The Owner also may consider the
operating costs, maintenance requirements, performance dam and guarantees of major
items of materials and equipment proposed for incorporation in the Work when such data
is required to be submitted prior to the Notice of Award.
19.4
The Owner may conduct such investigations as the owner deems necessary to assist in
the evaluation of any Bid and to establish the responsibility, qualifications and financial
stability of Bidders, proposed Subcontractors, Suppliers and other persons and
organizations to perform and furnish the Work in accordance with the Contract
Documents to the Owner's satisfaction within the prescribed time.
19.5
If contract is to be awarded, it will be awarded to the lowest and best qualified Bidder
whose evaluation by the Owner indicates to the Owner that the award will be in the best
interests of the Project.
19.6 If the contract is to be awarded, the Owner will give the Successful Bidder a Notice of
Award within ninety (90) days after the date of the Bid opening.
20. Execution of Agreement.
Within ten (10) 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.
22. Bid Compliance.
Bid must comply with all Federal, State, county and local laws. Contractor shall not hire nor
work any illegal alien.
Bidding and Contract Documents
1-9
23. Notice to Proceed.
Upon execution of the Contract, the Owner will issue a written Notice to Proceed to the
Contractor requesting that he proceed with the construction. The Contractor shall commence
work within ten (10) calendar days after the date of Notice to Proceed.
24. Sales Tax.
The bidder shall not include or provide for sales tax on tangible personal property to be
incorporated into the project. In order to be exempt from the sales tax on such tangible
personal property, the contract shall separate and provide separate charges for materials to be
incorporated into the project from charges for labor. The City will provide the Contractor with
an exemption certificate for the materials. The contractor is expected to issue a resale
certificate in lieu of paying a sales tax at the ftme 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 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 tens,
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.
1-10
Bidding and Contract Documents
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.
30. Alternate Bid Items.
The Contractor shall prepare the bid in such a manner that items included as deductive prices in
alternate bids shall be deducted at the same unit price as included in the base bid for the same
items. Prices submitted that are different for deductive alternates from that contained in the
base bid shall be disregarded and considered as the same as that in the base bid and total
alternate bids revised accordingly.
?-
1-11
Bidding and Contract Documents
BID FORM
PROJECT IDENTIFICATION: Andy Brown Park Improvements in Coppell, Texas.
BID OF DATE
(NAME OF FIRM)
THIS BID IS SUBMITTED TO:
City of Coppell (hereinafter called OWNER)
c/o Purchasing Agent
255 Parkway Boulevard
P.O. Box 478
Coppelt, Texas 75019
CITY OF COPPELL BID NO: Q0597-02
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 Iratractions 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:
Dam:
Rec'd:
NO:
D ate:
Rec'd:
1-12
Bidding and Contract Documents
(b)
(c)
(d)
(e)
(f)
(g)
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 non-technical data,
interpretations or opinions contained therein or for the completeness thereof for
CONTRACTOR's purposes. Except as indicated in the immediately preceding
sentence, CONTRACTOR shall have full responsibility with respect to
subsurface conditions at site.
BIDDER has studied carefully all drawings of the physical conditions in or
relating to existing surface or subsurface structures on the site, which are
contained in the contract documents and which have been utilized in preparation
of the contract documents. CONTRACTOR may rely upon the accuracy of the
technical data contained in such drawings, but not for the completeness thereof
for CONTRACTOR's purposes. Except as indicated in the immediately
preceding sentence, CONTRACTOR shall have full responsibility with respect to
physical conditions in or relating to such structures.
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.
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.
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.
1-13
Bidding and Contract Documents
(i)
This bid is genuine and not made in the interest of or on behalf of any
undisclosed person, faro or corporation and is not submitted in conformity with
any agreement or rules of any group, association, organization or corporation;
BIDDER has not directly or indirectly induced or solicited any other Bidder to
submit a false or sham Bid; BIDDER has not solicited or induced any person,
firm or corporation to refrain from bidding; and BIDDER has not sought by
collusion to obtain for itself any advantage over any other Bidder or over
OWNER.
It is understood and agreed that the following quantifies 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.
(k)
It is understood and agreed that items included as deductive prices in alternate
bids shall be deducted at the same unit price as included in the base bid for the
same items. Prices submitted that are different for deductive alternates from that
contained in the base bid shall be disregarded and considered as the same as that
in the base bid and total alternate bids revised accordingly.
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):
1-14
Bidding and Contract Documents
UNIT PRICE BID SCHEDULE
ANDY BROWN PARK IMPROVEMENTS
BASE BID
Item
No.
1
2
7
Quantity
1
140
57
161
210
Unit
L.S.
L,Ss
S.Y.
S.Y.
F.S.F.
S.Y.
L.S.
Description and Price in Words
Temporary Site Fencing
Complete in Place
Dollars
and Cents
Channel dewatering and silt
removal in construction area.
Dollars
and Cents
Concrete Channel Lining
Complete in Place
Dollars
and Cents
per square yard.
Rock Channel Lining
Complete in Place
Dollars
and Cents
per square yard.
Rock Channel Walls
Complete in Place
Dollars
and Cents
per face square foot.
Pedestrian Path: Including all
Concrete, Retaining Walls, and all
Earthwork necessary Complete in
Place.
Dollars
and Cents
per square yard.
Bermuda Hydromuleh
Complete in Place
Dollars
and Cents
Unit
Price
Total
Price
Bidding and Contract Documents
1-15
TOTAL BASE BID ITEMS 1 THRU 7
TANGIBLE PERSONAL PROPERTY COST
Signature:
1-16
Bidding and Contract Documents
Item
No.
8
9
UNIT PRICE BID SCHEDULE
ANDY BROWN PARK IMPROVEMENTS
ALTERNATE BID NO. 1
Quantity unit Description and Price in Words Unit
Price
157 S.Y. Pedestrian Path
Complete in Place
Dollars
and Cents
1 L.S. Bermuda Hydromulch
Complete in Place
Dollars
and Cents
TOTAL ALTERNATE BID NO. 1
ITEMS 8 and 9
TANGIBLE PERSONAL PROPERTY COST
$
$
Signature:
Total
Price
1-17
Bidding and Contract Documents
UNIT PRICE BID SCHEDULE
ANDY BROWN PARK IMPROVEMENTS
ALTERNATE BID NO. 2
Item
No.
7A
Quantity Unit Description and Price in Words
DEDUCT
1
L.S.
10 1 L.S.
Base Bid Path Bermuda
Hydromulch
Complete in Place
Dollars
and Cents.
Base Bid Path Bermuda Sod
Complete in Place
Dollars
and Cents
per square foot.
TOTAL ALTERNATE BID NO. 2
ITEMS 7A and 10
TANGIBLE PERSONAL PROPERTY COST
$
$
Unit
Price
Total
Price
Signature:
1-18
Bidding and Contract Documents
TOTAL BASE BID
In Words:
BID SUMMARY
TOTAL PRICE
CALENDAR
DAYS
TOTAL ALTERNATE BID NO. 1
In Words:
TOTAL ALTERNATE BID NO. 2
In Words:
1-19
Bidding and Contract Documents
BIDDER agrees that all Work awarded will be completed within the sum of the Calendar
Days for the Base Bid and any Alternate Bids awarded. Contract time will commence to
run as provided in the Contract Documents.
Communications concerning this Bid shall be addressed to the address of BIDDER
indicated on the applicable signature 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 defmed in the General Conditions of the Construction
Contract included as part of the Contract Documents have the meanings assigned to them
in the General Conditions.
The City of Coppell reserves the right to delete any portion of this project as it may deem
necessary to stay within the City' s available funds. Should the City elect to delete any portion, the
contract quantities will be adjusted accordingly.
SUBMITTED ON
,19
Bidding and Contract Documents
1-20
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 (90) 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:
N~n~ of Fh~
foregoing on behalf of the said
am a duly authorized office/agent for
and have been duly authorized to execute the
Name of Finn
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
indirec~y concerned in any pool, agreement or combination thereof, to conUrol 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
Notary Public in and for the State of
19
1-21
Bidding and Contract Documents
IF BIDDER IS:
An Individual
By
doing business as
Business address
A Partnership
By
Business address
A Corporation
By
By
(Corporate Seal)
(Individuars Name)
(Firm Name)
(General parm~r)
(Corporation Name)
(State ofIncorpora~on)
(Name ofperson aulhotiz~dtosign)
trifle)
Phone No.
Phone No.
(se )
(Seal)
Attest
(~cr~ty)
Business address
Phone No.
1-22
Bidding and Contract Documents
A Joint Venture
By
(N~tme) (Address)
By
(Name)( Address)
By
(Name) (Address)
By
(Nanre) (Address)
(Each joint venture must sign. The manner of signing for each individual, partnership and
corporation that is a partner to the joint venture should be in the manner indicated above.)
1-23
Bidding and Contract Documents
General Deuision ~s~her TX970060
Superseded General Decision No. TX960060
State: TEXAS
Constructiun Type:
BUI~ING
Coun~(ies):
ELLIS RQCK"N~T~.
BU=LDING CONSTRUCTION PROJECTS (does not include single family
homes and apaments up to and including 4 stories). Use current
HIGHWAY GENERAL W/USE DETEI~r~NATZON FOR PAVING AND QT£LITIES
INCIDENTALTO BUILDING CONSTRUCTION)
Modification Number
Publication Date
02/14/1997
TX970060 - i
02/14/1997
COUtFI~ ( i-es ):
ELLIS ROCKW,~T.r.
BRTX0005~ 05/01/1996
Rates Fringes
BRI~RLAYERS 14,92 2,80
CARP0198A 05/01/1996
Rates Fringes
CARI~i'eT~ 14.00 2.92
ELECO059B 06/'01/1996
Rates Fringes
ELE~-~-~LECIAIqS 18,04 2,20+10%
CABT.r. SPLICEi~S 19,84 2,20+10%
ENGI0714B 06/01/1991
Rates Fringes
DALLAS COUNTY
Heav~ - hydraulic &
conventional cranes 50
tons and over
14.65 2,60
Light - hydraulic &
conventi;nal cranes up to
50 tons 13,65 2.60
ENGI0819B 06/01/1993
CRANES:
Heavy - hydraulic &
conventional cranes 50
tons and over
Ra~es Fringes
16.20 3.30
Light - hydraulic &
conventional cranes up =o
5~ tons 14.00 3.30
IRON0481G 06/01/1996
Rates Fringes
IRONWORKE!~ 14,46 3,75
PLASOO61A 05/01/1993
TX970060 - 2
02/14/1997
Rates Fringes
PLASTEP2P-~ 15.06 2.94
5FTX0669A 01/01/1995
Rates Fringes
SPRINKLER FITTERS lS.25
SUTX2051A 11/01/1989
Rates
ACOUSTICAL INSTALLEP~ 12.16
BRICNTF.NDERS 8.60
CEMENT MASONS 11.38
DRYWAT,T, HANGER$ 11.71
GLAZIERS 12.26
IRONWORr~, Reinforcing 10.33
LABORERS, ONS~IT~D (Excluding
Landscape Laborers) 7.58
LATHERS 17.38
MECHANICAL INSULATORS -10.55
PAINTERS:
~rush & spray 10.76
Painters doing dryvall
finishing only 10.42
pAPFRJ~NG~!RS 11-30
FZkAST~RTENDER~ 9,00
FLUH3ERS & PIFEFITTE~S (Including'
HVAC Work} 12.80
FOWER EQUIP~F. NT OPERATORS:
Backhoes 10.64
Front End Loaders 8.77
Roor~as 9.45
SHEET METAL WORK~ac~ (Including
HVAC Work} 12.80
SOFT FLOOR LAYERS 13.13
TIL~ SETTr-gS 13.75
Fringes
1.30
1.10
2
1.30
1.04
1.00
2.20
2.20
1.63
1.41
1.04
2.05
Unlisted classifications needed for work not included within
~he scope of the classifications listed may be added after
award only as provided in ~he labor standarSs contract clauses
(29 CFR 5.5(a)(1)(v)).
In the listing above, the "SU" designation means that rates
listed under tha~ i~entifier do not reflect collectively
bargained wage and fringe benefit rates. O~her designations
indicate unions whose rates have been determined to be
prevailing.
WAG= DETERMINATION APPEALS FROC~SS
TX970060 - 3
02/14/1997
STANDARD FORM OF AGREEMENT
BETWEEN OWNER AND CONTRACTOR
ON THE BASIS OF A STIPULATED PRICE
THIS AGREEMENT is dated as of the day of in the
year 1997 by and between the CITY OF COPPELL, TEXAS, a municipal corporation
(hereinafter called OWNER) and (herein. after called) CONTRACTOR).
OWNER and CONTRACTOR, in consideration of the mutual covenants bereinafter 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:
Andy Brown Park Improvements, city of Coppelt, Texas
The Project for which the Work under the Contract Documents may be the whole or only a part
is generally described as follows:
The construction of concrete and rock channel lining, the construction of a
pedestrian path, stone retaining walls, and stone channel walls. These items
comprise the base bid. Alternate bids include a pedestrian path extension and
sodding of disturbed areas.
Article 2. ENGINEER.
The Project has been designed by: Jones & Carter, Inc., 12000 Ford Road, Suite 180, Dallas,
Texas 75234.
Contract administration will be provided by Jones & Carter, Inc. who is bereinafter called
ENGINEER and who is to act as OWNER' s representative, assume all duties and responsibilities
and have the rights and authority assigned to ENGINEER in the Contract Documents in
connection with completion of the Work in accordance with the Contract Documents.
Article 3. CONTRACT TIBOE.
3.1.
The Work will be completed within __ 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
1.5 1 of the General Provisions.
1-27
Standanl Form of Agreement
3.2.
Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the
essence of this Agreement and that OWNER will suffer financial loss if the Work
is not completed within the time specified in paragraph 3.1 above, plus any
extensions thereof allowed in accordance with Item 1.36 of the General Provisions.
They also recognize the delays, expense and difficulties involved in proving in a
legal or arbitration proceeding the actual loss suffered by OWNER if the Work is
not completed on time. Accordingly, instead of requiring any such proof,
OWNER and CONTRACTOR agree that as liquidated damages for daily (but not
as a penalty) CONTRACTOR shall pay OWNER for
each day that expires after the time specified in paragraph 3.1 for Completion until
the Work is complete.
Article 4. CONTRACT PRICE.
4.1.
OWNER shall pay CONTRACTOR for completion of the Work in accordance
with the Contract Documents in current funds subject to additions and deductions
by Change Orders as provided in the contract documents in accordance with the
unit prices listed in Section 1 - Proposal and Bid Schedule. The contract sum
shall be the mount of $ . The total tangible
personal property cost included in the contract sum is $
Article 5. PAYMENT PROCEDURES.
CONTRACTOR shall submit Applications for Payment in accordance with Item 1.51 of the
General Provisions. Applications for Payment will be processed by ENGINEER as provided in
the General Provisions.
5.1.
Progress Payments. OWNER shall make progress payments on account of the
Contract Price on the basis of CONTRACTOR's Applications for Payment as
recommended by ENGINEER, each month during construction as provided below.
All progress payments will be on the basis of the progress of the Work measured
by the schedule of values established in Item 1.51 of the General Provisions (and in
the case of Unit Price Work based on the number of units completed) or, in the
event there is no schedule of values, as provided in the General Provisions.
5.1.1.
Prior to Completion, progress payments will be made in an amount equal to the
percentage indicated in Item 1.51.2 of the General Provisions, but, in each case,
less the aggregate of payments previously made and less such amounts as
ENGINEER shall determine, or OWNER may withhold, in accordance with Item
1.52 of the General Provisions.
5.2.
Final Payment. Upon final completion and acceptance of the Work in accordance
with Item 1.51.4 of the General Provisions, OWNER shall pay the remainder of
the Contract Price as recommended by ENGINEER as provided in said Item
1.51.4.
1-28
Standard Form of Agreement
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 thi,~ 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 entified 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 exist'rag Underground
Facilities at or contiguous to the site and assumes responsibility for the accurate
location of said Underground Facilities. No additional examinations,
investigations, explorations, tests, reports, studies, or similar information or data
in respect of said Underground Facilities are or will be required by
CONTRACTOR in order to perform and furnish the Work at the Contract Price,
within the Contract time and in accordance with the other terms and conditions of
the Contract Documents, including specifically the provisions of Items 1.3, 1.20
and 1.21 of the General Provisions.
7.4.
CONTRACTOR has correlated the results of all such observations, examinations,
investigations, explorations, tests, reports, and studies with the terms and
conditions of the Contract Documents.
1-29
Standant Form of AFeement
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
CONTRACTOR concerning the Work consist of the following:
between OWNER and
8.1. This Agreement (pages 1-27 thru 1-33, inclusive).
8.2. Exhibits to this agreemere (immediately following this Agreement, inclusive).
8.3. Certificate of Insurance.
8.4. Notice of Award.
8.5. Part 1: General Provisions of the Standard Specifications for Public Works
Construction, NCTCOG, latest edition.
8.6. Supplementary Conditions to the NCTCOG, Part 1: General Provisions (pages 1-
40 thru 1-46).
8.7. Specifications bearing the rifle: "Construction Specifications and Contract
Documents for Andy Brown Park Improvements for the City of Coppell."
8.8. Drawings entitled: "Construction of Andy Brown Park Improvements for City of
Coppell, Dallas County, Texas (sheets 1 thxu 4)."
8.9. City of Coppell Construction Standards and Ordinances (incorporated herein by
reference).
8.10. The following listed and numbered addenda:
8.11. CONTRACTOR's Bid Proposal and Bid Schedule of Section 1 - Bidding and
Contract Documents.
8.12. Documentation submitted by CONTRACTOR prior to Norice of Award.
8.13. 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.
1-30
Standard Form of AFeement
8.14. 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. INSURANCE
9.1
INSURANCE REQUIRED: The Contractor shall not commence Work under
this ConUract until he/she has obtained all insurance required under this paragraph
and Item 1.26 of the North Central Texas Council of Governments Standard
Specifications for Public Works Construction, and all amendments thereto, and
such insurance has been approved by the City, nor shall the Contractor allow any
Subcontractor to commence Work on his/her Subcontract until all similar insurance
of the Subcontractor has been so obtained and approved.
9.2
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 Subcomxactors 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
9.3
COMMERCIAL GENERAL LIABII.ITY 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
anyone directly or indirectly employed by either of them. The amount of insurance
shall be as follows:
1-31
Standard Form of Agreement
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
9.4
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 mount of such
insurance shall be as follows:
Combined Bodily Injury and
Property Damage
Bodily Injury
Bodily Injury
Property Damage
$600,000.00 per Occurrence
$250,000.00 per Person
$200,000.00 per Accident
$100,000.00
9.5
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 Contractor's liability insurance.
The amount of such insurance shall be as follows:
Combined Bodily Injury and
Property Damage
$ 600,000.00 per Occurrence
$1,000,000.00 per Aggregate
9.6 PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the City
with satisfactory proof of carriage of the Insurance required.
Artidel0. MISCELLANEOUS.
10.1. Terms used in this Agreement which are defmed in Item 1.0 of the General
Provisions will have the meanings indicated in the General Provisions.
10.2.
No assignment by a party hereto of any fights 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.
1-32
Standard Form of Agreement
10.3
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 obligatiom
contained in the Contract Documents.
S~atldard Form of Agreement
1-33
Article 11. OTHER PROVISIONS
IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in
triplicate. One counterpart each has been delivered to OWNER, CONTRACTOR and
ENGINEER. All portions of the Con~:act Documents have been signed or identified by
OWNER and CONTRACTOR or by ENGINEER on their behalf.
This Agreement will be effective on
OWNER:
City of Coppell
255 Parkway Boulevard
Coppell, TX 75019
CONTRACTOR:
BY: BY:
TITLE: TITLE:
ATTEST: ATTEST:
Address for giving notices:
P.O. Box 478
Coppell, Texas 75019
Attention: Purchasing Dept.
(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:
(If CONTRACTOR is a corporation, attach
evidence of authority to sign.)
1-34
Standard Form of Agreement
STATE OF TEXAS
COLrNTY OF DALLAS
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS: That
whose address is ,
hereinafter called Principal, and , a
corporation organized and existing under the laws of the State of , and fully
licensed to transact business in the State of Texas as Surety, are held and firmly bound unto the
CITY OF COPPELL, a municipal corporation organized and existing under the laws of the State
of Texas, hereinafter called "Beneficiary", in the penal sum of
DOLLARS
($ ) in lawful money of the United States, to be paid in Dallas County,
Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs,
executors, administrators and successors jointly and severally, firmly by these presents. This
Bond shall automatically be increased by the amount of any Change Order or Supplemental
Agreement which increases the Contract price, but in no event shall a Change Order or
Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond.
THE OBLIGATION TO PAY SAME is conditloned as follows: Whereas, the ,
Principal entered into a certain Contract with the City of Coppelt, the Beneficiary, dated the
of , A.D. 19 , which is made a part hereof by reference, for the
cortstmction of certain public improvements that are generally described as follows:
Andy Brown Park Improvements
Bid No. Q0597-02
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill
all of the undertakings, covenants, terms, conditions and agreements of said Contract in
accordance with the plans, specifications and Contract documents during the original term thereof
and any extension thereof which may be granted by the Beneficiary, with or without notice to the
Surety, and during the life of any guaranty or warranty required under this Contract, and shall
also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and
agreements of any and all duly authorized modifications of said Contract that may hereafter be
made, notice of which modifications to the Surety being hereby waived; and, ff the Principal shall
repair and/or replace all defects due to faulty materials and wormhip 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 shah fully indemnify and save harmless the Beneficiary from all
costs and damages which Beneficiary may suffer by reason of failure to so perform herein and
shall fully reimburse and repay Beneficiary all outlay and expense which the Beneficiary may
incur in making good any default or deficiency, then this obligation shall be void; otherwise, it
shall remain in full force and effect.
PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue
1-35
shall lie in Dallas County, Texas.
AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates
and agrees that no change, extension of time, alteration or addition to the terms of the Contract or
to the Work to be performed thereunder or the specifications accompanying the same shall in
anyway affect its obligation on this Bond, and it does hereby waive notice of any such change,
extension of time, alteration or addition to the terms of the Contract, or to the Work or to the
Specifications.
This Bond is given pursuant to the provisions of Article 5160 of Vernon's Pamotated
Civil Statutes, and any other applicable statutes of the State of Texas.
The undersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent in Dallas County or Denton County to whom any requisite notices may be
delivered and on whom service of process may be had in matters arising out of such suretyship,
as provided by Article 7.19-1 of the insurance Code, Vernon's Annotated Civil Statutes of the
State of Texas.
IN WITNESS WHEREOF, this instrument is executed in
each one of which shall be deemed an original, this the __ day of
19
copies,
SURETY
By: By:
Title: Title:
ATTEST: ATTEST:
The Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and
service of the process is:
NAME:
NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a person' s
Performance Bond
-- 1-36
PAYMENT BOND
STATE OF TEXAS }
COUNTY OF DALLAS }
KNOW ALL MEN BY THESE PRESENTS: That
whose address is
hereinafter called Principal, and , a
corporation organized and existing under the laws of the State of , and fully
licensed to transact business in the State of Texas as Surety, are held and firmly bound unto the
CITY OF COPPELL, a municipal corporation organized and existing under the laws of the State
of Texas, hereinafter called "Beneficiary", in the penal sum of
DOLLARS
($ ) in lawrid 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, fa-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, dated the of
, A.D. 19 , which is made a part hereof by reference, for the
construction of certain public improvements that are generally described as follows:
Andy Brown Park Improvements
Bid No. Q0597-02
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties
and make prompt payment to all persons, firms, subcontractors, corporations and claimants
supplying labor and/or material in the prosecution of the Work provided for in said Contract and
any and all duly authorized modifications of said Contract that may hereafter be made, notice of
which modification to the Surety is hereby expressly waived, then this obligation shall be void;
otherwise it shall remain in full force and effect.
PROVIDED FURTHER, that if any legal action be fried on this Bond, exclusive Venue
shall lie in Dallas County, Texas.
AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates
and agrees that no change, extension of time, alteration or addition to the terms of the Contract or
to the Work to be performed thereunder or the Plans, Specifications, Drawings, etc.,
accompanying the same, shall in anyway affect its obligation on this Bond, and it does hereby
1-37
PmJment Bond
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 Vemon's Annotated
Civil Statutes, and any other applicable statutes of the State of Texas.
The undersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent in Dallas County or Denton County to whom any requisite notices may be
delivered and on whom service of process may be had in matters arising out of such suretyship,
as provided by Article 7.19-1 of the insurance Code, Vemon's Annotated Civil Statutes of the
State of Texas.
IN WITNESS WHEREOF, this instrument is executed in
each one of which shall be deemed an original, this the __ day of
19
copies,
PRINCIPAL
SURETY
" By: By:
Title: Ti~e:
ATTEST: ATTEST:
The Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and
service of the process is:
ADDRESS:
NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a person's
name.
1-38
Payment Bond
STATE OF TEXAS
COUNTY OF DALLAS
MAINTENANCE BOND
KNOW ALL MEN BY THESE PRESENTS: THAT
as Principal,
and , a corporation organized
under the laws of , as sureties,
do hereby expressly acknowledge themselves to be held and bound to pay unto the
, a Municipal Corporation, Texas, the sum of
Dollars and
Cents ($ ) , for the payment of which sum
will and truly be made unto said , and its successors, said
principal and sureties do hereby bind themselves, their assigns and successors jointly and
severally.
TIllS obligation is conditioned; however, that whereas, the said
has this day entered into a written contract with the said
to build and construct
which contract and the plans
were written and embodied herein.
and specifications therein mentioned, adopted by the
are hereby expressly made a part thereof as through the same
WHEREAS, under the plans, specifications, and contract, it is provided that the
Contractor will maintain and keep in good repair, the work heroin contracted to be done and
performed, for a period of two (2) years from the date of the acceptance of said work, and to do
all necessary repairs and/or reconstruction in whole or in part of said improvements that should
be occasioned by settlement of foundation, defective workmanship or materials furnished in the
construction or any part thereof or any of the accessories thereto constructed by the Contractor.
It being understood that the purpose of this section is to cover all defective conditions arising by
reason of defective material and charge the same against the said Contractor, and sureties on this
obligation, and the said Contractor and sureties hereon shall be subject to the liquidation damages
mentioned in said contract for each day's failure on its' 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
shall have and receive from the said Contractor and its' principal
and sureties damages in the premises, as provided; and it is further agreed that this obligation
shall be a continuing one against the principal and sureties, hereon, and that successive recoveries
Maintenance Bond
1-39
may be and had hereon for successive branches until the full amount shah have been exhausted;
and it is further understood that the obligation heroin 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 has
caused these presents to be executed by
and the said has caused these presents to
be executed by its Attorney in fact and the said Attorney in fact
, has hereunto set his hand, the day of
, 19
PRINCIPAL
SURETY
By: By:
Title: Title:
WITNESS: ATTEST:
NOTE: Date of Maintenance Bond must not be prior to date of Contract.
Maintenance Bond
CITY OF COPPELL
SUPPLEMENTARY CONDITIONS
TO THE
NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS
GENERAL PROVISIONS
THESE SUPPLEMENTARY CONDITIONS AMEND THE STANDARD GENERAL PROVISIONS
OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, NORTH
CENTRAL TEXAS, LATEST ADDITION, PREPARED BY THE NORTH CENTRAL TEXAS
COUNCIL OF GOVERNMENTS AS INDICATED BELOW. ALL PROVISIONS WHICH ARE NOT
AMENDED OR SUPPLEMENTED REMAIN IN FULL FORCE AND EFFECT. ALL PROVISIONS
AMENDED REMAIN IN FULL FORCE AND EFFECT AS AMENDED.
ITEM 1.0 ~ DEFINITIONS
SC-I.O
Engineer: The word "Engineer" in these contract documents and specifications shall be understood
as referring to an authorized representative of Jones & Carter, Inc., 12000 Ford Road, Suite 180,
Dallas, Texas, 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 shah have the same meanings used in the General Provisions.
ITEM 1.15 - SURETY BONDS
SC-1.15
Add following sentence to Item 1.15 (A):
"Maintenance Bond shall be required in the amount of 50% of the cost of the public improvements
for a 2 year period."
ITEM 1.16 - NOTICE TO PROCEED
SC-1.16
141
Supplementar~ Conditions
Add following sentence to end of Item 1.16.
Before Contractor starts the Work at the site, a conference artended by Conlxactor, 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. In reference to the Contract Documents, plans shall govern over
specifications..
ITEM 1.20 - CORRELATION AND INTENT OF DOCUMENTS
SC-1.20.1
Amend the first sentence of Item 1.20.1 by changing "such copies" to be "five copies". Add the
following to the end of Item 1.20.1:
The Contractor may take borings at the site to satisfy hiramelf as to subsurface conditions upon
prior approval of the Owner.
SC-1.20.5
Add the following new Item 1.20.5 immediately after Item 1.20.4:
1.20.5
Existing Utilities and Sewer Lines: The Contractor shall be responsible for the
protection of all existing utilities or service lines crossed or exposed by the construction
operations. Where existing utilities or service lines are cut, broken or damaged, the
CONTRACTOR shall replace the utilities or service lines with the same type of original
construction, or better, at his own cost and expense.
If it is necessary to change or move the property of any owner or of a public utility,
such property shall not be moved or interfered with until authorized by the
ENGINEER. The right is reserved to the owner of any public uffiity 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
5upplementanjCondiffons
1-42
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 time in performing or furnishing Work by any act or neglect of a
separate Contractor and OWNER and CONTRACTOR are unable to agree as to the
extent of any adjustment in Contract Time attributable thereto, CONTRACTOR may
make a claim for an extension of time in accordance with Item 1.36. An extension of
the Contract Time shall be CONTRACTOR's exclusive remedy with respect to
OWNER, ENGINEER and Consulting Engineer for any delay, disruption, interference
or hindrance caused by any separate Contractor.
ITEM 1.26 - INSURANCE
SC-1.26.6
Add the following new item:
1.26.6
If OWNER requests in writing that other special insurance be included in the property
insurance policy, CONTRACTOR shaH, 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:
Supplementanj CondtHons
1-43
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 paxties named as insured or additional insured, and
if such waiver forms are required of any Subcontractor, CONTRACTOR will obtain the
sanle.
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 consreaction plans. Horizontal control shall be established from
existing inlets, street intersections, property comers or other utilities indicated on the construction
plans. The Contractor shall be responsible for establishing all lines and Fades, and the precise
location of all proposed facilities. The ENGINEER may make checks as the Work professes to
verify lines and grades established by the Contractor to determine the conformante of the
completed Work as it progresses with the requirements of the consauction documents. Such
checking by the Engineer shall not relieve the Contractor of his responsibility to perform all Work
in connection with Contract Drawings and Specifications and the lines and grades given therein."
ITEM 1.33 - OTHER CONTRACTORS: OBLIGATION TO COOPERATE
SC-1.33
Delete the last sentence of the second paragraph and substitute the following in lieu thereof:
"In such event, Contractor shall be entitled to an extension of working time only for unavoidable
delays verified by the Engineers, as provided in Item 1.36; however, no increase in the contract
price shall be due the Contractor."
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 time
Supplementand Conditions
1-44
shall be allowed unless the CONTRACTOR can demonstrate the delay caused an adverse impact to
the critical path and that loss of time can not be made up by revising the sequence of the work of
the project."
ITEM 1.37 - CHANGE OR MODIFICATION OF CONTRACT
SC-1.37
1.37.1 Amend the last sentence in Paragraph two of Item 1.37.1 to delete the following "except as
provided below."
Add the following sentence to the end of paragraph two in Item 1.37.1.
"The unit price of an item of Unit Price Work shall be subject to re-evaluation and
adjustment under the following conditions:
ITEM 1.42 - INSPECTION AND TEST
SC-1.42
1.42.3 Amend the furst paragraph to delete "direction and expense of the Owner" and add the
following "direction of the Owner and expense of the Contractor".
Amend the last paragraph, first sentence by changing "Contractor" to "Owner".
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 shah 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 mounts to
less than one percent (1%) of the corporation stock. Any violation of this prohibition will
constitute malfeasance in office. Any officer or employee of the City found guilty thereof
should thereby forfeit his office or position. Any violation of this prohibition with the
knowledge, expressed or implied, of the persons or corporations contracting with the City
shall render the contract voidable by the City Manager or the City Council. The
Contractor represents that no employee or officer of the City has an interest in the
Contractor.
145
Supplementary Conditions
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-flee 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 bidder's bid form
will be used to develop the "separated contract" and will determine the extent of the tax
exemption. Upon execution of the construction contract, the contractor shall furnish a
breakdown (,per item) of 1) materials incorporated into the project; and 2) labor, equipment,
supervision and materhls not incorporated into the project.
5upplementar~ Conditions
1-46
SECTION 2
SPECIFIC PROJECT REQUIREMENTS
SECTION 2
SPECIFIC PROJECT REOUIREMENTS
The construction specifications winch apply to this project are the Standard Specifications for
Public Works Construction - North Central Texas prepared through the North Central Tens
Council of Governments (C.O.G.). The following Specific Project Requirements contain general
and specific project requirements applicable to this project in the City of Coppell. These
individual specifications control for this project. Additional amendments to the C.O.G. Standard
Specifications are contained in Section 3 - Special Provisions to Standard Specifications for
Construction. In the event that an item is not covered in the Project Drawings and these
Specifications, then the Standard Specifications for the City of Coppell, Texas shall apply.
1.1
1.2
1.4
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 an authorized
representative of Jones & Carter, Inc., 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 Construction
Drawings shall be done in accordance with the Project Drawings and Specifications. In
the event that an item is not covered in the Project Drawings and Specifications, then the
Standard Specifications for Construction for the City of Coppell, Tens shall apply.
SITE: The Contractor shall limit his work to the area shown on the Project Drawings as
within the limits of the City Park, and 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. The Contractor shall restrict heavy traffic to ingress to and egress
from the site from Parkway Boulevard and shall conform to the Working Hours
restriction in Paragraph 1.25 herein.
PROJECT DESCRW'flON: This Contract consists of Improvements to Andy Brown
Park in the City of Coppell, Texas. Project elements include the construction of concrete
and rock lined channels, the construction of a pedestrian path, the construction of rock
retaining walls, rock channel walls, and the restoration of adjacent grounds. As alternate
bids: the construction of an additional pedestrian path and the replacement of hydromulch
with sod.
CALENDAR DAY COUNT: Calendar days shall be counted by the Engineer on the
basis of the deftnAtion set out in the General Conditions of Agreement.
The calendar day count shall be suspended upon receipt by the Engineer of a written
request for final inspection. The calendar day count shall resume upon receipt by the
Contractor of a written list of items necessary to satisfactorily complete the project. Tins
process shall continue until such time as the project is accepted by the Engineer, and the
Owner. The calendar day count will not be suspended or otherwise affected by use of
completed portions or "substantial completion" of any of the project.
1.7 SAFETY PRECAUTIONS: The Contractor shah comply with all applicable laws
2-I
1.8
1.9
1.10
1.11
1.12
including the Occupational Safety and Health Act of 1970, ordinances, rules, regulations
and order of any public authority have jurisdiction for the safety of persons or property to
protect them from damage, injury or loss. He shall erect and maintain, as required by
existing conditions and progress of the work, all reasonable safeguards for safety and
protection, including posting danger signs and other warnings against hazards,
promulgating safety regulations and notifying owners and users of adjacent utilities.
During all construction activities involving heavy equipment at the project site, the
contractor shall erect and maintain temporary chain link site fencing to protect the public
from construction operations and delineate the construction area. Such temporary fencing
shall not be removed until all heavy construction operations have been completed and the
contractor is nearing completion of the project. The Engineer and Owner shall work with
the Contractor to define the limits of construction operations requiring temporary fencing.
SOIL AND ENVIRONMENTAL INVESTIGATIONS: The Contractor may take
borings at the site to satisfy himself as to subsurface conditions upon prior approval of the
Owner.
SURVEY AND FINISHED GRADES: Horizontal and vertical control is provided as
shown on the plans. The Contractor shall be responsible for layout and staking of all
grades and lines for construction. The Contractor shall preserve all stakes or markings
until authorized by the Engineer to remove same. The Contractor shall bear the cost of
the re-establishing any control or construction stakes destroyed by either him or a third
party and shall assume the entire expense of rectifying work improperly constructed due
to failure to maintain established points and nmrks.
No separate payment shall be made to the Contractor for construction staking winch shall
be considered incidental to the project and payments made under specific Pay Items shall
be considered as full compensation for these requirements.
CONFORMITY WITH DRAWINGS: All work shall conform to the lines, grades,
cross-sections, and dimensions shown on the Drawings. Any deviation from the
Drawings which may be required by the exigencies of construction will be determined by
the Engineer and authorized by him in writing.
TESTING LABORATORY SERVICE: The Contractor shall make arrangements with
an independent laboratory acceptable to the owner for all 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 geotechnical testing services which shall be considered
incidental to the project.
SUSPENSION OF WORK: If the work should be stopped or suspended under any
order of the court, or other public authority, the Owner may at any time during
suspension upon seven days writran 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 ex enses resulting from the termination of the Contract, but such
expenses shall not exceed ~ ,000.
1.13 PRESERVATION OF TREES: Permission of the Engineer must be obtained for
2-2
1.14
1.15
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.
COOPERATION OF CONTRACTOR: The Coraxactor shall have on the project at
all times, as his agent, a competent English-speaking Superintendent capable of reading
the plans and specifications and thoroughly experienced in the type of work being
performed. The Superintendent shall have full authority to execute orders or directions
and to promptly supply such materials, equipment, tools, labor and incidentals as may be
required. Such superintendence shall be furnished irrespective of the amount of work
contracted.
The Superintendent and the Contractor shall be responsible for supervision of all work
performed by the subcontractor at all times during construction.
WARNING DEVICES: The Contractor shall have the responsibility to provide and
maintain all warning devices and take all precautionary measures required by law to
protect persons and property while said persons or property are approaching, leaving or
within the work site or any area adjacent to said work site. No separate compensation
will be paid to the Contractor for the installation or maintenance of any warning devices,
barricades, lights, signs or any other precautionary measures required by law for the
protection of persons or property.
The Contractor shall assume all duties owned by the City of Coppell to the general public
in connection with the general public's immediate approach to and travel through the
work site and area adjacent to said work site.
Where the work is carried on, in, or adjacent to, any street, alley, sidewalk, public right-
of-way or public place, the Contractor shah 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's responsibility for providing and maintaining
flagmen, watchmen, warning devices, barricades, signs, and lights, and other
precautionary measures shall not cease until the project shall have been accepted.
If the Engineer discovers that the Contractor has failed to comply with the applicable
federal and state law (by failing to furnish the necessary flagmen, warning devices,
barricades, lights, signs or other precaufionaW measures for the protection of persons or
property), the Engineer may order such additional precaufiona~ measures as required by
law to be taken to protect persons and property, and to be reimbursed by the Contractor
for any expense incurred in ordering such additional precautionary measures.
In addition, the Contractor will be held responsible for all damages to the work and other
public or private property due to the failure of warning devices, barricades, signs, lights,
or other precautionary measures in protecting said property, and whenever evidence is
found of 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.
2-3
1.16 EXISTING UTILITIES. STRUCTURES AND OTHER PROPERTY:
1.17
1.18
1.19
1.20
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 interference 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 remit of this operations.
To avoid unnecessary interference or delays, the Contractor shall coordinate all
utility removals, replacements and construction with the appropriate utility
company.
DRAINAGE: The Contractor shall maintain adequate drainage around and through the
project area at all times. The Contractor shall be responsible for erecting, maintaining and
removing any temporary facilities required to provide such drainage and the contract shall
not be considered as complete until such temporary facilities are removed and permanent
pond feature restored if modified during construction.
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.
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.
Final. Upon completion of the work, the Contractor shall remove from the site all plant,
materials, tools and equipment belonging to him and leave the site with an appearance
acceptable to the Engineer and the Owner. The Contractor shall thoroughly clean all
equipment and materials installed by him and shall deliver over such materials and
equipment in a bright, clean, polished and new-appearing condition.
INSPECTION: The word "Inspection" or other forms of the word, as used in the
contract documents for this project shall be understood as meaning an Owner' s agent will
observe the construction on behalf of the Owner. The agent will observe and check the
construction in sufficient detail to satisfy himself that the work is proceeding in general
accordance with the contract documents, but he will not be a guarantor of the
Contractor' s performance.
2-4
1.21
1.22
1.23
1.24
1.25
DISPOSAL OF WASTE AND SURPLUS EXCAVATION: All trees, stumps,
slashings, brush or other debris removed from the site as a preliminary to the construction
shall be removed from the property. Burning shall not be allowed and any required
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. Excavated material from the waterway
shall not be used within the park site for backfill or top dressing and shall be disposed of
in an approved manner. Backfill material shall consist of dry select material excavated
during construction or material imported to the site for such purposes.
Silt excavated and removed from the pond shall be disposed of at the site indicated on the
plans or other approved location. Said silt shall be spread in a single layer not to exceed
12 inches in depth over the disposal site and graded smooth unless approved otherwise by
the Engineer. The contract shall not be considered complete until the disposal site is
graded to a condition satisfactory to the Owner.
WATER FOR CONSTRUCTION: The Contractor shall make the necessary
arrangement for securing and transporting all water required in the construction,
including water required for mixing of concrete, sprinkling, testing, flushing, flooding, or
jetting. The Contractor shall provide water as required at his own expense.
GUARANTEE: All work shall be guaranteed against defects resulting from the use of
inferior materials, equipment or workmanship for a period of two (2) years from the date
of final completion and acceptance of the project.
PROJECT SIGN: The Contractor shall famish and erect a project sign as shown on
the plans prior to commencement of construction. The Project Sign shall be maintained
during the duration of the project and removed upon final inspection and acceptance of
the project by the City. The Project Sign shall be installed at the Parkway Boulevard
end of the project and shall be visible from the roadway.
WORKING HOURS: For the duration of this Contract, the Contractor shall
limit heavy equipment operations on the Park grounds, in the vicinity of the park and in
the surrounding neighborhood to the hours of 8:00 AM to 6:00 PM, Monday through
Friday. All other construction operations shall be limited to the hours of 7:00 AM to
7:00 PM, Monday through Friday. The Contractor may request deviation from the
designated working hours on a limited basis upon approval of the Engineer and Owner.
2-5
SECTION 3
SPECIAL PROVISION TO
STANDARD SPECWICATIONS FOR CONSTRUCTION
SPECIAL PROVISIONS TO
STANDARD SPECIFICATIONS
FOR PUBLIC WORKS 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
supplemcntexl 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 2.1.6. RIPPAP OR STONE MASONRY:
(a)
General. Revised the furst sentence to read as follows: "All riprap and
stone masonry for this project shall consist of random railsap stone or
approved substitute consistent with other stone used in the project area
placed in accordance with the specification for Mortar Riprap. Acceptable
substitutes shah not include broken portland cement concrete." Rock type
shall be approved by the Engineer prior to construction.
(b) Materials and Dimensions
(4)
Mortar Riprap. Add the sentence: Mortar or concrete type shall be
approved by the Engineer and shall conform to A.S.T.M. C 387-83.
PART III DIVISION 3- SITE PREPARATION
ITEM 3.1.2. CONSTRUCTION METHODS:
Add the following sentence after the second sentence: The method of protection shall be
2 inch by 4 inch wood railing unless otherwise shown on the Plans or directed by the
Engineer.
ITEM 3.7.3. DENSITY:
Strike the first sentence and replace with the following: "Earth embedment and select
material shall be compacted to between 95 percent and 100 percent of Standard Proctor
Density as determined by ASTM D-698 at, or up to five (5) percentage points above,
optimum moisture content, using mechanical compaction methods, unless otherwise
specified in the Plans or Specifications."
3-1
Special Provisions
SECTION 4
DESCRIPTION OF PAY ITEMS
SECTION 4 - DESCRIPTION OF PAY ITEMS
This section includes comments concerning various Pay Items so that the Contractor can fully
understand the scope of work involved in the Pay Items.
1. Construction No Pay Items:
All work necessary for the orderly completion of the project, but not specifically included
as a pay item in the Proposal, shall be considered subsidiary to the Contract and no
separate or additional payment will be made therefore. For example, there shall be no
separate payment for the following: (a) any curb, gutter or valley gutter replacement
necessitated by damage during construction, (b) removal and replacement of any signs,
(c) erosion control, (d) restoration of park grounds upon project completion, (e)
temporary sanitary facilities for construction personnel, and (f) any required temporary
water lines or other utilities, and (g) construction staking.
2. Construction Pay Items:
Pay items as listed in the proposal shall be measured and paid for in accordance with the
applicable measurement and payment paragraphs of the North Central Texas Council of
Governments "Standard Specifications for Public Works Construction", unless modified
by these special provisions.
2.1. Pay Item 1 - Temporary Site Fencing
This item shall consist of the installation of temporary 6' chain link or approved equivalent
fencing around the perimeter of the constraction site with locking gates. Fencing shall be
installed prior to commencement of any heavy construction activities and maintained for
the duration of heavy equipment operations. The contractor shah remove such temporary
fencing upon completion of heavy construction operations.
Measurement and Payment shall be on the basis of a lump sum and shall be total
compensation for furnishing all labor, materials, tools, equipment and incidentals
necessary to complete the work.
2.2 Pay Item 2 - Channel Dewatering and Silt Removal
This item shall consist of the work necessary to excavate accumulated silt from the
existing channel and restore channel contours to the elevations shown on the plans. Silt
shall be removed from the site and disposed of in an approved manner at the site shown
on the plans or at an alternati'~e site as approved by the Owner and Engineer. The
contractor shall restore park grounds to a condition equal to or better than that existing at
the time of commencement of construction.
Measurement and Payment shall be on the basis of a lump sum and shall be total
compensation for furnishing all labor, materials, tools, equipment and incidentals
necessary to complete the work.
2.3 Pay Item 3 - Concrete Channel Lining
This item shall consist of minimum 3000 psi concrete (at 28 days) reinforced and
Description of Pay Items
4-1
constructed to the lines and grades as shown on the construction plans and in accordance
with the North Central Texas Council of Governments" Standard Specifications for
Public Works Construction". Payment shall include any excavation and backf'~l
necessary for construction including, if necessary, the import of select backfill material.
Measurement and Payment shall be on the basis of square yards of material furnished
and installed and shall be total compensation for furnishing all labor, materials, tools,
equipment and incidentals necessary to complete the work
2.4 Pay Item 4 - Rock Channel Lining
This item shall be constructed as shown on the construction plans and shall consist of
random railsap stone installed and mortared in accordance with the North Central Texas
Council of Governments "Standard Specifications for Public Works Construction".
Payment shall include any excavation and backfill necessary for construction including, if
necessary, the import of select backfill material.
Measurement and Payment shall be on the basis of square yards of material furnished
and installed and shall be total compensation for furnishing all labor, materials, tools,
equipment and incidentals necessary to complete the work.
2.5 Pay Item 5 - Rock Channel Walls
These items shall be constructed as shown on the construction plans and shall consist of
random milsap stone installed and mortared in accordance with the North Central Texas
Council of Governments "Standard Specifications for Public Works Construction". Stone
channel wall and stone retaining walls shall be tightly stacked and mortared and shall not
include loose stones of any type. Rock shall match existing rock walls and channels in the
project area and shah be as approved by the Owner and Engineer prior to construction.
Payment shall include any excavation and backfill necessary for construction including, if
necessary, the import of select backf'dl material.
Measurement and Payment shall be on the basis of face square feet of material furnished
and installed and shall be total compensation for furnishing all labor, materials, tools,
equipment and incidentals necessary to complete the work.
2.6 Pay Item 6 - Pedestrian Path
This item shall consist of minimum 3000 psi concrete (at 28 days) reinforced and
constructed to the lines and grades as shown on the construction plans and in accordance
with the North Central Texas Council of Governments "Standard Specifications for
Public Works Construction'. Payment shall include any excavation and backffil
necessary for construction including, ff necessary, the import of select backfill material.
Measurement and Payment shall be on the basis of square yards of material furnished
and installed and shall be total compensation for furnishing all labor, materials, tools,
equipment and incidentals necessary to complete the work
2.7 Pay Item 7 - Bermuda Hydromulck
This item shall consist of the placement of Bermuda hydromulch in areas of the park
disturbed by construction activities including, but not limited to, consauction staging and
Description of Pay Items
4-2
traffm areas, channel edges and any other areas disturbed by construction. Bermuda
hydromulch shall be installed on loose topsoil and maintained in accordance with the
North Central Texas Council of Governments "Standard Specifications for Public Works
Construction". Contractor shall water and maintain until a healthy stand of grass covers
all disturbed areas.
Measurement and Payment shall be on the basis of a lump sum and shall be total
compensation for furnishing all labor, materials, tools, equipment and incidentals
necessary to complete the work.
2.8 Pay Item 8 - Pedestrian Path
This item shall consist of minimum 3000 psi concrete (at 28 days) reinforced and
constructed to the lines and grades as shown on the construction plans and in accordance
with the North Central Tens Council of Governments "Standard Specifications for
Public Works Construction". Payment shall include any excavation and backfill
necessary for construction including, if necessary, the import of select backfill material.
Measurement and Payment shall be on the basis of square yards of material furnished
and installed and shall be total compensation for furnishing all labor, materials, tools,
equipment and incidentals necessary to complete the work.
2.9 Pay Item 9 - Bermuda Hydromulch
This item shall consist of the placement of Bermuda hydromulch in areas of the park
disturbed by construction activities including, but not limited to, consreaction staging and
traffic areas, channel edges and any other areas disturbed by construction. Bermuda
hydromulch shall be instailed on loose topsoil and maintained in accordance with the
North Central Texas Council of Governments "Standard Specifications for Public Works
Construction .. Contractor shall water and maintain until a healthy stand of grass covers
all disturbed areas.
Measurement and Payment shall be on the basis of a lump sum and shall be total
compensation for furnishing all labor, materials, tools, equipment and incidentals
necessary to complete the work.
2.10 Pay Item 10 - Bermuda Sod
This item shall consist of the placement of Bermuda sod in areas of the park disturbed by
construction activities including, but not limited to, construction staging and traffic areas,
pond and channel edges, and any other areas disturbed by construction. Bermuda sod
shall be installed on loose topsoil and maintained in accordance with the North Central
Texas Council of Governments "Standard Specifications for Public Works Constraction".
Contractor shall water and maintain until a healthy stand of grass covers all disturbed
areas.
Description of Pay Items
4-3
Measurement and Payment shall be on the basis of a lump sum and shall be total
compensation for furnishing all labor, materials, tools, equipment and incidentals
necessary to complete the work.
Clean-up of the site and disposal of excess material:
Clean-up of the park site, disposal of excess material and clean-up of the disposal site
shall be considered incidental to, and part of the bid prices without separate payment.
4-4
Description of Pay Items