ST9801-CS000118FAX ( 2 1 '
.... ~, tup ot envelope to
the right of ttne return address
CERTIFIED
Z 241 775 696
MAIL
Mr. Kenneth M. Griffin, P.E.
Director of Engineering and Public Works
City of Coppell
255 Parkway Blvd.
Coppell, Texas 75019-4409
VIA FACSIMILE: (972) 304-3570
VIA CERTIFIED MAIL NO. Z 241 775 696
RETURN RECEIPT REQUESTED
Re:
Coppell Road Reconstruction
SH 121 to Sandy Lane Road
Coppell Project No. ST 98-01
Dear Mr. Griffin:
Ed Bell Construction Company CEd Bell Construction") entered into a contract with the City
of Coppell (the "City") on the above-referenced project relying upon statements made by City
representatives at the February 18, 1999 pre-bid meeting. During that meeting, the City represented
that the box culvert could be built in one stage and detouring traffic around the box culvert crossing
would provide for more expeditious construction which would benefit the City in terms of cost and
the traveling public in terms of time. Ed Bell Construction's box culvert subcontractor, Coppell
Construction Company, Inc. CCoppell Construction") also attended the same pre-bid meeting.
Coppell Construction subsequently bid the box culvert utilizing the cost for one-stage construction.
Relying both on Ed Bell Construction's understanding and Coppell Constmction's understanding of
the City's representations during the pre-bid meeting, Ed Bell Construction submitted a bid to the
City utilizing Coppell Constmction's quotation for one-stage construction of the box culvert. When
Ed Bell Construction was awarded the City's contract, Ed Bell Construction issued a subcontract to
Coppell Construction based upon Coppell Constmction's quotation. Enclosed is Exhibit "A," which
is a copy of Ed Bell Construction's notes of the pre-bid meeting evidencing the City's representations
that the box culvert could be built in one stage. Also enclosed is Exhibit "B" which is the quotation
from Coppell Construction clearly evidencing that Coppell Construction based its quotation upon the
road being closed. Enclosed as Exhibit "C" is the Subcontract Agreement which clearly stipulates
that the box culvert was to be built in one stage with the road closed.
Having relied upon the representations made by the City at the pre-bid meeting, Ed Bell
Construction is entitled to construct the box culvert in one stage in accordance with Coppell
Construction's original quotation and Ed Bell Construction's original bid. The one-stage construction
would require closing Coppell Road between Parkway Boulevard and Westminister Way, and
detouring traffic around the closure utilizing a traffic control plan similar to the original traffic
control concept developed by Freese and Nichols, Inc.
Pursuant to the City's request, Ed Bell Construction has previously submitted a proposal
detailing the extra costs of two-stage construction of the box culvert. Enclosed is Exhibit "D" which
is a copy of Ed Bell Construction's December 6, 1999, letter identifying the extra costs for two-stage
construction of the box culvert with a two-way detour. Also enclosed is Exhibit "E" which is Ed Bell.
AN EQUAL OPPORTUNITY EMPLOYER
FAX (214) 352-3201
TELEPHONE (214) 358-6581
ED BELL CONSTRUCTION COMPANY
POST OFFICE BOX 540787 10605 HARRY HINES
DALLAS, TEXAS 75354-0787 DALLAS, TEXAS 75220
January 18, 2000
Mr. Kenneth M. Griffin, P.E.
Director of Engineering and Public Works
City of Coppell
255 Parkway Blvd.
Coppell, Texas 75019-4409
VIA FACSIMILE: (972) 304-3570
VIA CERTIFIED MAIL NO. Z 241 775 696
RETURN RECEIPT REQUESTED
Re:
Coppell Road Reconstruction
SH 121 to Sandy Lane Road
Coppell Project No. ST 98-01
Dear Mr. Griffin:
Ed Bell Construction Company CEd Bell Construction") entered into a contract with the City
of Coppell (the "City") on the above-referenced project relying upon statements made by City
representatives at the February 18, 1999 pre-bid meeting. During that meeting, the City represented
that the box culvert could be built in one stage and detouring traffic around the box culvert crossing
would provide for more expeditious construction which would benefit the City in terms of cost and
the traveling public in terms of time. Ed Bell Constmction's box culvert subcontractor, Coppell
Construction Company, Inc. CCoppell Construction") also attended the same pre-bid meeting.
Coppell Construction subsequently bid the box culvert utilizing the cost for one-stage construction.
Relying both on Ed Bell Construction's understanding and Coppell Constmction's understanding of
the City's representations during the pre-bid meeting, Ed Bell Construction submitted a bid to the
City utilizing Coppell Construction's quotation for one-stage construction of the box culvert. When
Ed Bell Construction was awarded the City's contract, Ed Bell Construction issued a subcontract to
Coppell Construction based upon Coppell Construction's quotation. Enclosed is Exhibit "A," which
is a copy of Ed Bell Construction's notes of the pre-bid meeting evidencing the City's representations
that the box culvert could be built in one stage. Also enclosed is Exhibit "B" which is the quotation
from Coppell Construction clearly evidencing that Coppell Construction based its quotation upon the
road being closed. Enclosed as Exhibit "C" is the Subcontract Agreement which clearly stipulates
that the box culvert was to be built in one stage with the road closed.
Having relied upon the representations made by the City at the pre-bid meeting, Ed Bell
Construction is entitled to construct the box culvert in one stage in accordance with Coppell
Construction's original quotation and Ed Bell Construction's original bid. The one-stage construction
would require closing Coppell Road between Parkway Boulevard and Westminister Way, and
detouring traffic around the closure utilizing a traffic control plan similar to the original traffic
control concept developed by Freese and Nichols, Inc.
Pursuant to the City's request, Ed Bell Construction has previously submitted a proposal
detailing the extra costs of two-stage construction of the box culvert. Enclosed is Exhibit "D" which
is a copy of Ed Bell Construction's December 6, 1999, letter identifying the extra costs for two-stage
construction of the box culvert with a two-way detour. Also enclosed is Exhibit "E" which is Ed Bell
AN EQUAL OPPORTUNITY EMPLOYER
January 18, 2000
Page 2
Construction's January 13, 2000 letter identifying the extra costs for two-stage construction of the
box culvert with a one-way detour.
During the course of the previous four months, Ed Bell Construction has discussed with the
City numerous construction sequences and traffic control plans relative to the box culvert
construction. To date the City has not made a final decision of whether to construct the box culvert
in one stage in accordance with its original representations, or to incur the additional cost of a two-
stage construction. The project has reached a critical juncture requiring a prompt decision regarding
the construction of the box culvert and the traffic control concept to be utilized. Progress on the
project's critical path has been at a stand still awaiting these decisions by the City. Please be advised
that if the City elects a two-stage construction of the box culvert, Ed Bell Construction will be
entitled to payment for the extra costs incurred.
Ed Bell Construction respectfully requests a decision be made by the City no later than
January 28, 2000 so that progress on the project can continue without delay. Further delay in this
decision will damage Ed Bell Construction by increasing its costs of performance during this delay.
If you have any questions regarding the information enclosed or any information previously
submitted, please contact our office.
Sincerely,
.~N~'~NUCTION
Robert D. Weber
Project Engineer
COMPANY
C'-
Mr. Kent Collins, P.E.
Engineering and Public Works
City of Coppell
255 Parkway Blvd.
Coppell, Texas 75019-4409
Mr. Kevin C. Young, E.I.T.
Freese and Nichols, Inc.
1701 Noah Market Street
Suite 500, LB 51
Dallas, Texas 75201
Feb-25-99
09: 30A copp/~ I construct i on 97;2~20 0495
COPPELL CONSTRUCTION COMPANY, INC.
997 East Main / Lewisville, Texas 75057
P.ol
LOCATION: Coppell Road
OWNER: City of Coppell
PROJECT NO: ST 98-01
BID DATE: Feb. 25,1999
ITEM DESCRIPTION UN QUAN PRICE EXTENSION
Ib-43 3-10X6 MBC MC 10-2 LF 29900 740.00 221,260.00
Ib-44 3-10X6 MBC 2WINGWALLS FMCW-51 CY 14.00 650.00 9,100.00
Ib-45 6" REINF CONC APRON SY 50.00 46.00 2,300.00
Ib-46 REINF CONC ENERGY DISSIPATERS EA 600 500.00 3,000.00
TOTAL 235,660.00
INCLUDED:
EXCLUDED:
NOTE:
SHORING AT RETAINING WALLS; Excavation and backfill to one foot of cover over box.
Rock embedment under box & wings.
Clearing; Irrigation system repair or relocation; ImpDried beckfill; Haul off of excess dirt;
Testing costs; Permits and inspection fees; Barricades, signs and traffic control; Erosion
control devices.
Box to be built with road closed.
Line and grade offsets to be furnished by others.
AN EQUAL OPPORTUNITY EMPLOYER
PHONE (972) 420-1260
FAX (972) 420-0495
i'
SUBCONTRACT AGREEMENT
(Public Works)
ED BELL CONSTRUCTION COMPANY
POST OFFICE BOX 540787
DALLAS, TEXAS 75354-0787
This Subcontract Agreement (herein called "Agreement") is made and entered into as of this _28TH_ day of AUGUST , 19 99 , by and between ED BELL
CONSTRUCTION COMPANY (herein called "Contractor") and _COPPELL CONSTRUCTION COMPANY, ¥NC._ (herEin c~lec~ "Subcontractor") to perform
part of the Work on the following Project:
PROJECT:
OWNER:
WATER AND PAVING IMPROVEMENTS
COPPELL ROAD
ST98 - 01
CITY OF COPPELL
225 PARKWAY BOULEVARD
COPPELL, TEXAS
ARTICLE 1
SCOPE OF WORK
1.01. Subcontract Work. Subcontractor shall furnish all labor, materials, fuel, equipment, tools, machinery, and supplies; perform all work; obtain all
necessary permits; pay all state sales taxes. state and federal unemployment taxes, and all other taxes and fees associated with the subcontract labor or materials;
provide all required construction layout and surveying; and do all things necessary to complete the following work, together with all appurtenant and related work, in
strict compliance with the Contract Documents described in provision 1.02. below, to-wit:
THESE PRICES DO NOT INCLUDE TRAFFIC CONTROL OR BONDS. EXCLUDES SIDEWALK LUG. BASED ON 100% TEXAS CRUSHED LIMESTONE
COARSE AGGREGATE.
ITEM ITEM DESCRIPTION QTY UNIT UNIT $ ITEM TOTAL
36 TXDOT PR-1 RAILING 613 LF $ 50.00 $ 30,650.00
43 3-10'X6' MULTI C-I-P CONC BOX CULVERT M 299 LF $ 740.00 $ 221,260.00
44 3-10'X6' MULTI BOX CULVERT STRAIGHT WIN 14 CY $ 650.00 $ 9,100.00
45 6" REINF CONC APRON 50 SY $ 46.00 $ 2,300.00,.
'46 REINF CONC ENERGY DISSIPATERS 6 EA $ 500.00 $ '
, i
CONTACT AMOUNT $ 2 , .
INCLUDES SHORING AT RETAINING WALLS.
EMBEDMENT UNDER BOX AND WINGS.
INCLUDES STRUCTURAL
EXCAVATION AND BACKFILL TO I FOOT OVER BOX, ROCK
PRICES DO NOT INCLUDE CLEARING, IRRIGATION SYSTEM REPAIR OR RELOCATION, IMPORTED BACKFILL. HAUL OFF OF EXCESS DIRT,
TESTING COSTS, PERMITS OR INSPECTION FEES, FURNISHING BARRICADES, SIGNS OR TRAFFIC CONTROL, EROSION CONTROL DEVICES.
BOX TO BE BUILT IN ONE PHASE WITH ROAD CLOSED. ENGINEERING BY OTHERS.
Such work shall be herein called "Subcontract Work.
Subcontract Agreement (Public Works) Page 1
e"NI~tT
t .02. Contract Documents.
(a) The Contract Documents shall include, in addition to this
Subcontract Agreement, all documents reflecting the agreement between the
Owner and the Contractor for the pr.oject, including, but not limited to, the
plans, specifications, general cond,tions, special conditions. addenda,
performance bond. and payment bond.
(b) Subcontractor acknowledges that he has read the Contract
Documents and is familiar with each and every part thereof afLecting his
Subcontract Work together with all related drawin s, pans, and
s cifications, and all eneral conditions and special co~qc~itions incidental
t~e~eto. Subcontractor ~ examination has satisfied himself as to the nature
and location of the WorrY; the character, uantity, and kinds of materials
necessary; the ade uacy of any surface or suq~surface conditions necessary to
assure proper ins~achation of Subcontractor's Work; the kinds and quantity of
equipment needed; and other local conditions or matters affectin compliance
with the Contract Documents. Further, Subcontractor is famejar with the
respective rights. wers, benefits and liabilities of the Contractor and the
Owner under the C~onvtract Documents and hereby agrees to comply with and
perform all provisions thereof which are applicable to the Subcontract Work.
(c) Any questions arising with respect to interpretation of the
Contract Documents or any related drawings, Inns, or specifications shal be
submitted through the Contractor and the SPulbcontractor shall- follow lthe
directions of the Owner or the Owner's re resentative, as conveyed by the
Contractor, with respect to such matters. ~l~e Subcontractor agrees that the
Owner's (or his representative's) interpretation of the requirements of the
Contract Documents and his decision in matters relating to artistic effect shall
be final, as long as such interpretation and/or decision is not in conflict with
the terms of the Contract Documents.
(d) The Subcontractor agrees to be bound to the Contractor under
this Agreement according to the same terms and conditions as the Contractor
is bound to the Owner under the Contract Documents. The Subcontractor
shall assume and perform all of the obligations and responsibilities of the
Contractor under the Contract Documents. which perta,n or relate to the
scope of work in this Subcontract as described in Paragraph 1.01.
ARTICLE lI
PERFORMANCE AND PROSECUTION OF WORK
2.01. Independent Contractor. The Subcontractor agrees that he is an
independent contractor under this Agreement. The Subcontractor is solely
res nsible for, and has control over, all construction means. methods,
tec~nniques, se uences, procedures. and coordination of all portions of the
Subcontract Work, unless the Contractor shall ive specific written
instructions concernin these matters. Further, the ~ubcontractor is fully
res nsible for, and ~as control over, all construction mends, methods,
tec~nniques, sequences. rocedures and coordination of the Subcontract Work
related to the safety o~ Subcontractor's employees and any other persons
workin in the area of the Subcontract Work.
~.02. Storage of Materials. The Subcontractor shall examine all
equipment and materials furnished by others for compliance with the
Contract Documents. The Subcontractor shall then unload and properly
store all such equipment and material to prevent damn e or loss. Contractor
may deduct all costs for such damage or loss resulting from improperly
stored materials from payments due to Subcontractor.
2.03. Surface and Subsurface Conditions. The Subcontractor shall
inspect surface and/or subsurtace conditions directing Subcontractor's Work
to assure that Work will be properly installed in accordance with Contxact
Documents. If any rem.edial wgrk is requiyed to the surface o.r subsur. f.aee,
CONDITIONS WHEN SUBCONTRACTOR INITIATES HIS WORK
WITHOUT SUCH NOTICE, AND WAIVES ANY CLAIMS FOR EXTRA
COMPENSATION FOR REPAIR OR REMEDY TO THE SUBSURFACE
OR FOR REPLACEMENT OF THE SUBCONTRACT WORK ARISING
OR RESULTING FROM DEFECTS IN THE SURFACE OR
SUBSURFACE.
2.04. Protection of Work. The Subcontractor shall take necessary
recautions to ro rly protect the Subcontract Work and the work of the
~ontractor andPo't~er subcontractors. The Subcontractor shall promptly
repair any damage to the work of the Contractor or other subcontractors, and
if the Subcontractor fails to promptly repair such damage, the Contractor
may deduct the costs of such re airs from ayments due the Subcontractor.
2.05. Inspection of ~Poark. T~e Subcontractor shall provide
sufficient, sate and proper taclhnes at all times for the inspection of the
Work by the Contractor or his authorized representatives. Work not meetin
the specifications or intent of the drawings shall be removed or rebuilt, aRc~
retested to conform to specifications and drawings at Subcontractor's
expense.
2.06. Cleanu. The Subcontractor shall keep the building and
premises cleaLn~ times of debris arising out of the operations of this
Agreement. If the Subcontractor shall fail to remove construction debris as
instructed b Contractor, Contractor may proceed to perform such duties.
and ma de~/uct all such costs from payments due to Subcontractor.
~.07. Erosion Control. When this subcontract agreement includes
items for inlets, manholes, pipe sewers or culverts, Subcontractor agrees that
he is responsible lbr the drainage system to be constructed on the project. To
that end, Subcontractor agrees to protect all inlet structures that permit water
and debris into the system by a method approved by Contractor.
Subcontractor will be responsible tbr all material, debris, silt, dirt, mud and
other objectionable materials that enter the storm drainage system.
Subcontractor shall clean drainage system and remove all objectionable
Subcontract Agreement (Public Works) Page 2
material to the satisfaction of Owner as directed. There will be no extra
payment for this work.
ARTICLE Ill
TIME, SCHEDULES AND DELAYS
3.01. Time. Time is of the essence to this Agreement.
Subcontractor s'h"~ll begin work as soon as instructed by the Contractor and
shall prosecute the Subcontract ork prom tly. efficiently and in a manner
~ORK TO BE PER~(~RM~D [N THE NUMBER OF DAYS SHOWN ON
THE PROJECT SCHEDULE. NOT TO EXCEED 100 CALENDO~'~
D,',YS _
3.02. Proiect Schedule. Subcontractor shall perform all Subcontract
Work pursuant to the Project Sc~e.dule provided by Contractor, unless
Subcontractor notifies Contractor w,thln three (3) calendar days from recei t
of Project Schedule that Subcontract Work cannot be performed within
time provided in the Project Schedule. Contractor may, from time to time,
reschedule the order of the Subcontract Work or otherwise revise
Subcontractor's schedule. SUBCONTRACTOR AGREES TO COMPLY
WITH SUCH SCHEDULE REVISIONS WITHOUT ANY INCREASE TO
THE SUBCONTRACT PRICE FOR ACCELERATION OR DELAYS.
3.03. Performance Rel~orts. Subcontractor shall furnish periodic
pro tess reports ot Subcon ract Work as may be required by Contractor; and
shaft attend periodic conferences at the job site to discuss progress.
3.04. Damal~es for Delay. Subcontractor shall be liable for any
damages for delay sustained by Contractor caused direct y or indirecd by
Subcontractor; including, but not limited to. damages. liquidatedy or
otherwise, for which Contractor is liable to Owner. Any such damages sha
be deducted from payments due Subcontractor, and, if such damages exceed
the amount of payments due, Subcontractor shall pay Contractor upon
demand such excess damagtes due. I IABL1
3.05. Time EXtensions. CONTRACTOR SHALL NOT BE L E
TO SUBCON'IRAC'I'OR FOR DELAYS. HINDRANCES, OR
INTERRUPTIONS TO SUBCONTRACTOR'S WORK CAUSED BY THE
ACT, NEGLECT OR DEFAULT OF THE OWNER OR OWNER'S
REPRESENTATIVE, OR BY REASON OF FIRE OR OTHER
CASUALTY, OR ON ACCOUNT OF RIOTS OR STRIKES, OR ON
ACCOUNT OF ANY ACTS OF GOD, OR ANY OTHER CAUSES
BEYOND THE CONTRACTOR'S CONTROL. OR ANY
CIRCUMSTANCES CAUSED OR CONTRIBUTED TO BY ANY
SUBCONTRACTOR OR ANY OTHER PARTY PERFORMING A PART
OF THE WORK; but, Contractor will cooperate with Subcontractor to
enforce any just claim against the Owner or Owner's representative for
delay. Contractor shall be reimbursed by Subcontractor for any expense,
including attorney's fees, incurred in connection with an claims asserted at
the request of Subcontractor. Should Subcontractor be ~tYelayed in his Work
b Contractor, then Subcontractor's sole and exclusive remedy against
~Yontractor shall be an extension of time for completion e ual to the delay
caused, and then only if written claim for delay is made to ~ontractor within
three (3) days from the time of the be innin of the delay, and
SUBCONTRACTOR WAIVES AND RELEASES ~gONTRACTOR FROM
ALL CLAIMS AND CAUSES OF ACTION AGAINST CONTRACTOR
FOR DAMAGES ARISING OUT OF DELAYS, HINDRANCES, OR
INTERRUPTIONS CAUSED BY CONTRACTOR. EXCEPT THE TIME
EXTENSION AS SPECIFICALLY PROVIDED HEREIN.
ARTICLE IV
PRICE. PAYMENTS
4.01. Subcontract Price. Contractor a rees to a to
et ,ousAN
the sum of TWO HUNDRED EIGH'~{g T'vVO
HUNDRED 'IWIJ DOLLARS AND NO CENTS ($ 282,t02.G~
pertormance ot the Subcontract Work hereunder, subject'io ad'ustments
changes pursuant to Article V, Changes; such sum consisting o~ materials to
be incorporated into the Proiect in the total amount of $ 162,102.00 and
labor, services. equipment rehtals. fees, overhead, profit. and other costs of
$ 120,000.00 .
' 4.02. l~lonthlV Progress Payments.
(a) Subcontractor shall submit to the Contractor monthly
a pigrations for payment on the date specified by the Contractor to enable
~Potntractor to include such amount in his application for payment to the
Owner. Payments are made on the Contractor's valuations of work
rformed by the Subcontractor, considering the schedule submitted by the
~eubcontractor of values of the various parts of the Work, ag regating the
total sum of the Subcontract. In ap lying for payment, the ~urbeontractor
shall submit a statement based upon ~is schedule. Application for yment
made on account of materials not incorporated in the Work, but aP~lvered
and suitably stored at the site, shall Include evidence of p.ayment from
suppliers and shall be in accordance with the terms and conditions of the
Contract Documents. Applications for payment submitted by the seventh
(7th) day of each month shall be processed by the Contractor. No
ap lications for payment will be rocessed and no payments will be made
uPn~{~ss Subcontractor has submitteg a sworn statement certifying the name of
all Subcontractor's unpaid materialmen and sub-subcontractors. Contingent
upon Contractor's receipt of pa ment for that month by the Owner,
payments tbr such a phcations s~all be due after the expiration of the
statutory period in wa~lch a laborer, materialman or subcontractor of the
Subcontractor must provide notice of a claim to statutorily perfect a valid lien
or bond claim. Contractor may pre-pay any payment without waiving an of
Contractor's rights under this Agreement. A plications for ayment shal~/ be
accompanied by corn leted lien waivers and~r bills paid aFtdavit forms as
may be required by ~Po~ntractor or Owner.
(b) Retainage, per the Contract Documents, due hereunder shall be
withheld until completion and acceptance of all Work to be performed under
this Agreement.
(c) In the event the Contractor believes any of the conditions listed
below warrant such action. the Contractor ma withhold from monthly
rogress payments due hereunder sums deemS[Y necessary to protect the
~ontractor and Owner from any losses on account of: (i) Defective Work
not remedied; (ii) Failure of the Subcontractor to pay bills for labor and/or
materials furnished in connection with the Subcontract Work; (iii) Inability
of Subcontractor to complete the Subcontract Work for the unpaid
Subcontract balance; fiv) Failure of the Subcontractor to diligently rosecute
the Subcontract Work such that dama ,es for delay are likely; (v) ~amages
to another subcontractor; or (vi) [~reaeh by the Subcontractor of any
rovision or obligation of this Agreement; or (vii) Breach by the
~ubcontractor of any provision or obli ation of another subcontract
agreement with Contractor which shall entit~ Contractor to offset payments
due Subcontractor under this Agreement.
(d) The Subcontractor agrees that any joint check ayments to the
Subcontractor and any of Subcontractor's materialmen or sug!subcontractors
shall constitute payment for the full amount of such joint check to the
Subcontractor under this A reement.
(e) In the event Corntractor receives notice of a lien claim or bond
claim by Subcontractor's materialman, subcontractor or laborer, Contractor
may. at Contractor's option, directly pay any such claimant. An such direct
payment to a claimant and any ex nses in processing suc~' claim and
payment shall be deducted from ~e Subcontract Price and from any
payments due to Subcontractor. Subcontractor and Contractor further agree
that Contractor incurs substantial additional costs and expenses in
administration of claims when a notices are received, that such costs would
be difficult to ascertain, that the sum of $250.00 for each notice should be
deducted as liquidated damages from the Subcontract Price and from any
payments due to Subcontractor.
(0 If the Contractor fails to make pa ments to the Subcontractor as
herein provided for any cause not the fault of ~e Subcontractor, after receipt
of payment by the Owner for the Subcontractor's Work. then the
Subcontractor may, upOn seven (7) days written notice to the Contractor,
stop work without reJudice to any other remedy he may have.
4.03. Final P~avment. Contractor's obligation to make final payment
to Subcontractor is speclhcally contingent upon the following conditions,
which are conditions precedent to final payment: (a) Submittal b the
Subcontractor of an affidavit that all payrolls, bills for materjar and
equipment, and other indebtedness connected with the Subcontractor's Work,
have been paid or otherwise satisfied; (b) submittal by the Subcontractor of
lien waivers, or bond claim waivers on bonded projects, indicating that all of
the Subcontractor's materialmen. laborers, and subcontractors have been
fully paid and are waiving all statutory lien rights and releasing all bond
claims; (c) consent of Suret to final pa ment, tf required; (d) approval by
the Owner, Engineer, and ~ontractor o?the Subcontractor's Work; and (e)
recei t by the Contractor of all payments related to the Subcontractor's
WorE2 includin an retaina e withheld by the Owner from the Contractor.
SUBCONTRALF~O~'S AC~EFFANCE OF FINAL PAYMENT SHALL
CONSTITUTE A WAIVER OF ALL CLAIMS BY THE
SUBCONTRACTOR RELATING TO THE SUBCONTRACTOR'S WORK
OR TO THE CONTRACTOR'S WORK UNDER THE PRIME
CONTRACT, BUT SHALL IN NO WAY RELIEVE THE
SUBCONTRACTOR OF LIABILITY FOR THE OBLIGATIONS FOR
REPLACING FAULTY OR DEFECTIVE WORK APPEARING AFTER
FINAL PAYMENT.
ARTICLE V
CHANGES
5.01. Chan es. The Subcontractor may be ordered b~/ the
ontractor, ~nvalidating this Agreement, to make changes ~n the
~ubcontract Work within the general scope of this Agreement consisting of
additions, deletions or other revisions to the Subcontract Work.
Subcontractor. prior to the commencement of such chanoed or revised work.
shall promptl submit to the Contractor any claim f~r adjustment to the
Subcontract ~Yrice or Project Schedule because of such changed or revised
work.
5.02. Notice Required. SUBCONTRACTOR SHALL NOT BE
ENTITLED 'l'O ANY EXTRA COMPENSATION OR ADDITIONAL
PERFORMANCE TIME FOR ANY CHANGED. REVISED, OR EXTRA
WORK UNLESS THE SUBCONTRACTOR HAS GIVEN THE
CONTRACTOR WRITTEN NOTICE OF A CLAIM FOR EXTRA
COMPENSATION WITHIN FIVE (5) DAYS FROM THE BEGINNING
OF THE EVENT FOR WHICH CLAIM IS MADE; OTHERWISE, SUCH
CLAIMS FOR EXTRA COMPENSATION SHALL BE WAIVED.
Subcontractor shall not perform any changed, revised. or extra work unless
rior to the performance of such work, either: (i) the Conu'actor and
~ubcontractor enter into a modification changing the Subcontract Price
and/or Schedules; or (ii) the Contractor, after rece~vin the Subcontractor's
claim, provides the Subcontractor notice to proce~ with the changed,
revised, or extra work absent such modification.
5.03. Owner's Decision. Notwithstanding an thin contained herein
to the contrar . IF THE WORK FOR WHICH TH~ S~3gBCONTRACTOR
CLAIMS EXTRA COMPENSATION TO BE DUE. IS DETERMINED BY
THE OWNER, OR THE ENGINEER AS THE OWNER'S
REPRESENTATIVE. TO BE SUCH THAT THE CONTRACTOR IS NOT
ENTITLED TO ADDITIONAL COMPENSATION FOR SUCH WORK
FROM THE OWNER, THE SUBCONTRACTOR WAIVES ITS RIGHT
TO EXTRA COMPENSATION FOR SUCH WORK AND RELEASES
THE CONTRACTOR FOR ANY LIABILITY OF PAYMENT
THEREFOR. The decision of the Owner, or the Engineer as the Owner's
Subcontract Agreement (Public Works) Page 3
representative, shall be final with regard to whether extra compensation is
due and with regard to the amount of such extra compensation.
5.04. Writing Required. All Change Orders, Modifications. Claims
for. :Adjustments, and Notices contemplated in this Article V shall be in
wrmng.
ARTICLE VI
INSURANCE AND INDEMNITY
6.01. Insurance.
(a) PRIOR TO STARTING THE SUBCONTRACT WORK the
Subcontractor shall procure and maintain in force statutory Workers'
Corn nsation Insurance for all Subcontractor's employees and/or workmen
at ~ee pro'ect site, Emplo ers Liability Insurance with $500,000.00
coverage. ~J;mmcrcial Gener~a~ Liability Insurance (including XCU coverage
by sub~ontractors involved in utility work. excavation, mechanical, electrical
and/or plumbin work) and Automobile Liability Insurance and such other
insurance. to t~e extent required by the Contract Documents for the
Subcontractor's Work. Unless otherwise provided in this A reement, the
Subcontractor's Commercial General and Automobile Liabilityg~nsurance, as
this provision shall be wri.en for not less tha. limi of .ability
i) Commercial General Liability.
~1,000,000.00 Each occurrence
$2,000,000.00 General Aggregate
$1.000,000.00 Products/
Completed
Operations
Aggregate
$1,000,000.00 Personal
and Advertising
Injury
(ii) Com rehensive Automobile Liability
$500,000.~ Combined Single
Limit or
$250,000.00 Bodily Injury -
Each Person
$500,000.00 Bodily Injury -
Each Occurrence
$250,000.00 Property Dam. a~aech Occurrence
(b) The Commercial General Liability Polic shall contain a
contractual liability endorsement, an endorsement listing ~e Contractor as an
additional insured on a primary and non-contributory basis, and a
rnducts/completed operations endorsement. Commercial General Liability
F~urance may be arranged under a single policy for the full limits re uired
or by a combination of underlying policies with the balance provided~y an
Excess or Umbrella Liability licy.
(c) The Workers' C~o~pensation Policy shall contain a waiver of
subrogation endorsement in favor of Contractor and its em Io ees.
Subcontractor shall execute a joint agreement to be filed with the ~o~r~ers'
Compensation Commission stating the Subcontractor is an independent
contractor.
(d) Prior to starting the Subcontract Work the Subcontractor shall
deliver to Contractor an original Accord Certificate of Insurance a~-~'~
to Contractor which evidences the coverages and the endorsements ,-.. ~
herein and which states that the coyera es afforded under the poli'..~. , ·
not be cancelled or terminated unless at ~c~ast 30 days written notice is
to the Contractor. If Subc. ontractor subcontracts any portion o~g the
Subcontract Work, Subcontractor shall deliver to Contractor for each of
Subcontractor's subcontractors or employee leasing companies, an original
Accord Certificate of Insurance which evidences the same coverages and
endorsements re uired herein. Upon request from the Contractor,
Subcontractor sha~l deliver a copy of all policies of insurance required
herein.
(e) Subcontractor waives any claim in its favor by way of
subrogation, or otherwise. for any and all losses. in'ury, damages or
expenses which are covered by Subcontractor's policies o~ insurance, except
such rights as Subcontractor may have to the proceeds of such insurance.
6.02, Indemnification.
HARMLESS THE CONTRACTOR, THE OWNER, THE ENGINEER
AND ALL OF THEIR AGENTS AND EMPLOYEES FROM AND
AGAINST ALL CLAIMS, DAMAGES, LOSSES AND EXPENSES,
INCLUDING, BUT NOT LIMITED TO, ATTORNEY'S FEES ARISING
OUT OF OR RELATING TO OR CONNECTED WITH THE
PERFORMANCE, OR FAILURE IN PERFORMANCE, OF THE
SUBCONTRACTOR'S WORK UNDER THIS AGREEMENT, EVEN IF
AI~Y SUCII CLAIM, DAMAGE, LOSS OR EXPEN3E IS CAUSED IN
WIIOLE OR IN PART DY A NEGLIGENT ACT OR OMISSION BY TIIE,
CO~'rI'RACTOR, TIIE OWNER. TIIE ARCIIITECT/EHGINEER, OR
THEIR EMPLOYEF.3, REPRESENTATIVES OR AGEN~$. YH
EXPRESSED ItrFEHTIOH OF TIlE PARTIF. S IS TIIAT AT~
~UBCONTRACTOR'S INDEMN'ITY IIEREffi' WILL I~'~DEMPtlFY
PROTECT TIlE COIqTRACTOR, TIIE OWHER, AND TIIE
ARCIIITECT/ENGINEER FROM TIlE CONSEQUENCES OF THEIR
OWN NEGLIGENCE. This indemnity shall include, but not be limited to,
all claims, damages and losses which are: (i) attributable to bodily injury,
sickness, disease or death, or to injury to or destruction of tangible property
including the loss of use resulting therefrom; and (ii) caused in whole or in
part by work rformed by the Subcontractor or anyone directly or indirectly
employed by ~ii~, regardless of whether it is caused in whole or in part by a
party indemnified hereunder.
(b) In any and all claims a ainst the Contractor or any of his aents
or employees by an employee of tt~e Subcontractor, or anyone direct~g; or
indirecd employed by him or an one for whose acts he may be liable, the
indemni~cation obligation under ~is Paragraph 6.02 shall not be limited in
any way by any limitation on the amount or t pe of damages, corn mation
or benefits payable by. or for the Su~'ontractor under [~onrkers'
Compensation acts. disability benefit acts or other employee benefit acts.
(c) The obligations of the Subcontractor under this Paragraph 6.02
shall not extend to the liability of the Engineer. his agents or employees,
arising out of: (a) the pre aration or approval of maps, drawin s, opimons,
re rts, surveys. Change ~rders, designs or s i~eations; or ~) the giving
o~o~ failure to give directions or instructions g~cy the En ineer, his agents or
employees, providing such giving or failure to give is ~e primary cause of
the injury or damage.
ARTICLE VII
BONDS AND WARRANTIES
7.01. Performance/Payment Bond. If required by the Contractor, a
erformance Bond and a Payment Bond in a form satisfactory to the
P V
Contractor shall be furnished in the full amount of this Agreement, and the
cost thereof shall be paid by Contractor as a change under Article . This
obligation shall continue throughout the term of th~s Agreement and ma be
required at any time durin the performance of Subcontractor's ~ork.
These bonds will be furnished by an insurance company on the list of
Acce table Sureties by the Department of the Treasury within the limits
stat~F thereon.
7.02. Conformance with Contract Documents. The Subcontractor
warrants to the Owner or Contractor that all Subcontract Work shall be free
from any and all defects due to faulty workmanship and/or materials and
shall comply with all requirements of the Contract Documents. The
Subcontractor shall prom tly remove. replace, correct and/or repair any
portion of the Subcontract P~ork that the Contractor or the Owner determines
~s defective or is not in compliance with the Contract Documents. The
Subcontractor further agrees to execute any special guarantees as provided by
the terms of the Contract Documents. as a condition precedent to payment by
Contractor.
7.03. Payment of Laborers and Materialmen. The Subcontractor
further warrants that all laborers. mater~almen and subcontractors providin
labor, equipment. or materials for the Subcontract Work will be paid suce
that neither the Owner, Contractor, or Owner's property will be subject to
any claims, liens, or encumbrances.
ARTICLE VIII
TERMINATION
8.01. Partial Coml~letion by Contractor. Should the Subcontractor
by the Contractor in its sole discretion, or fail in any res t to prosecute the
Subcontract Work with promptness and diligence, or fai tlP~o promptly correct
defective Work or fail m the performance of any of the agreements herein
contained. the Contractor may, at his option without notice, provide such
labor. materials and equipment and to deduct the cost thereof, together with
all loss or damage occasioned thereby, from an money then due or
thereafter to become due to the Subcontractor under ~is .~greement.
8.02. Termination. If the Subcontractor at any time shall refuse or
neglect to sup ly sutt~cient roperl skilled workmen, or materials or
equipment of ~e proper uaFi[~ ~ quantity, or fail in any respect to
prosecute Subcontractor's ~ork with promptness and dill ence, or cause by
any action or omission the stoppage or interference wi~ the work of the
Contractor or other subcontractors. or fail in performance of any of the
covenants herein contained. or be unable to meet his debts as they mature,
the Contractor ma , at his option. at any time terminate the Subcontractor's
employment by delivering wrinen notice of termination to the Subcontractor.
Thereafter. the Contractor may take possession of the Project and Work.
materials, tools, a pliances and equipment of the Subcontractor at the
buildin site. and tRrough himself or others provide labor, equipment and
materi~a~[s to prosecute Suhcontractor's Work on such terms and conditions as
shall be deemed necessary. The Contractor shall deduct the cost thereof,
including without restrictton thereto all charges, expenses, losses, costs,
damages, and attorney's fees, incurred as a result of the Subcontractor's
failure to perform, from any money then due or thereafter to become due to
the Subcontractor under this Agreement.
8.03. Termination for Convenience. The Contractor may, at its
option, at any time, terminate the whole or any pan of this Agreement for
the convenience of the Contractor. Subcontractor a rees that upon an such
termination. the Subcontractor's sole remedy shall ~ pa ment of ful{value
for all work properly performed. plus reasonable pro~ thereon, less all
payments Subcontractor has previously received on account of such work
rformed. Subcontractor agrees to waive all claims for damages, including
~t or anticipated profits. arising from or related to any such termination by
Contractor.
8.04. Payments After Termination. If the Contractor so terminates
the employment of the Subcontractor. the Subcontractor shall not be entitled
to any further ayments under this Agreement until Subcontractor's Work
has been comp~gted and accepted by the Owner, and payment has been
received by the Contractor from any money then due or thereafter to become
due to the Subcontractor under this Agreement. If the cost to complete the
Subcontract Work (includin all charges. expenses. losses. costs, demands
and attorney's fees incurre~ as the result of the Subcontract termination)
exceeds the un aid Subcontract amount, Subcontractor shall pay the
Contractor the ~l~aance of such excess.
ARTICLE IX
CLAIMS
9.01. Arbitration. Except as provided herein, all claims, disputes and
controversies~t of or reidtin to this Subcontract or claims for extra
work or chaned conditions to or rePated to the Subcontract work. shall be
decided by .~rbitration in accordance with the Construction Industry
Arbitration Rules of the American Arbitration Association. Discove~
matters shall be conducted in accordance with the Texas Rules of Civd
Procedure. unless the parties agree otherwise. The Arbitrator shall be
selected by the Contractor from a list of arbitrators provided by the
American Arbitration Association. The arbitration hearin shall be in Fort
Worth, Texas. The award rendered by the arbitration sgall be final, and
judgment may be entered upon the award in accordance with the Texas
Arbitration Act. If the Contractor's agreement with the Owner does not
provide for arbitration, this agreement to arbitrate shall not apply to:
(a) a claim b either party for contribution or indemnity asserted in
litigation grou ht b the Owner; or
(b) a claim by I~e ~ubcontractor against the Contractor if the
Contractor asserts said claim, in whole or in part, against the
Owner in litigation in which the Subcontractor could be joined.
I~ the arbitrability of this Agreement is contested by either arty, the issue
shall be submitted to a court of corn tent jurisdiction. a~dPthe arbitration
shall be stayed unfit the determination ~ the court.
shall be the responsibility of the Subcontractor to prepare and present the
Contractor's case, to the extent. the proceedings are related to the
Subcontractor's Work under this A reement.
9.03. Subcontractor Bound $~ Award. Should the Contractor enter
into arbitration or litigation with ~e Owner or others re arding matters
relating to this A reement. the Subcontractor shall be bound~2~ the result of
the arbitration or l~tigation to the same de ree as the Contractor.
9.04. Continued Performance. ~he Subcontractor shall carry on
Subcontractor's Work and maintain his progress during any disa reements,
contemplated changes, disputed claims, partial payment issues on ~is or any
other project, arbitration or litigation proceedings.
ARTICLE X
ADDITIONAL OBLIGATIONS OF SUBCONTRACTOR
10.01.Additional Obligations of Subcontractor. In addition to the
other enga ements ot the Subcontractor hereunder, Subcontractor hereby
agrees that l~3ubeontractor s hall:
(a) Not discriminate against any employee or applicant for
emp~j ment because of race, creed, color, age, sex, national origin, or
disahi i Not assign this Subcontract or any amounts due or to become
due ereunder without the written consent of the Contractor; nor subcontract
the whole of this Agreement without the written consent of the Contractor;
nor further subcontract portions of this Agreement without written
notification to the Contractor.
(c) Promptly submit shop drawings and samples, as required, in
order to carry on the Work efficiently without delay in the rogress of the
project. Subcontractor shall resubmlt within three (3) woreing days~ '
shop drawings or submittals returned for correction. ~
(d) Comply with all Federal. State and local laws and ordU~
relating to construction of buildings or structures. give ade ate notices
relating to the Work to the proper authorities. and secure ~ y for all
necessary licenses or permits to cart on the Work as descri~ in the
Contract Documents applicable to this 5~ reement.
(e) Comply with Federal and ~tate laws relating to r.e. porting and
ayment of federal and state ayroll taxes on wages, including but not
Fimited to, Federal Income '~aax withholding provisions of the Internal
Revenue Code. Federal Insurance Contribution Act (FICA) payments, and
Federal Unemployment Tax Act (FUTA) ayments. applicable state
unemployment tax payments. Comply with al{~ prevailing wage rates as
required in the Contract Documents.
(f) Comply with all Federal, State and local laws including, but not
limitedI to, the statutes and regulations protoni ated pursuant to statute related
to Texas Workers' Compensation Act; ~oansohdated Omnibus Bud et
Reconciliation Act (COBRA); Immi ration Reform and Control Act of 19~g;
Consumer Credit Protection Act; ~ttle 3. Title 7 of the 1964 Civil Rights
Act; Age Discrimination Em Ioyment Act; Employees Retirement Income
Security Act (ERISA); and g3ccupational Safety and Health Act of 1970
(OSHA). As an independent contractor, Subcontractor is exclusively
res nsible for compliance with these regulations and laws and for the safety
of ~°uubcontractor's employees.
(g) Maintain a qualified person approved by Contractor on the job
at al times.
(h) Comply with Contractor's Drug Free Workplace Program.
including Subcontractor's cooperation in testin of employees and
Subcontractor's permanent removal of employees fa~ing tests or refusing to
submit to tests.
Contractor to review or project-related items.
Subcontract Agreement (Public Works) Page 4
10.02.Additional Obligations of Contractor. In addition to the other
engagements ot the Contractor hereunder, Contractor hereby agrees that
Contractor shal I:
(a) Be bound to the Subcontractor b all the obligations that the -
wnerassumes to the Contractor under the ~ontract Documents and b all
e rovisions thereof affording remedies and redress to the Contractor ~rom
the ~wner insofar as applicable to this Subcontract.
(b) Not issue or give an instructions, orders or directions directly
to emplo ees or workmen of t~e Subcontractor other than the persons
designate~l as the Authorized Representative(s) of the Subcontractor.
ARTICLE XI
MISCELLANEOUS
11.01. Notices. All notices required to be given under this Agreement
shall be dee~ivered when deposited in the United States mail, first
class postage prepaid, addressed to the recipient at:
Contractor: ED BELL CONSTRUCTION COMPANY
P. O. BOX 540787
DALLAS, TEXAS 75354-0787
(214) 358-6581 VOICE
(214) 352-3201 FAX
Subcontractor: COPPELL CONSTRUCTION COMPANY, INC.
997 EAST MAIN STREET
LEWISVILLE, TEXAS 75057
(972) 420-1260
(972) 420-0495 FAX
l l.02. Entire Agreement. This Agreement contains the entire
agreement ot the partxes. Subcontractor agrees and acknowledges that no
representations or warranties of any kind have been made by. Contractor or
its employees other than those expressed herein. All prior agreements
respect, ng the subject matter hereof have been incorporated in the terms
herein and are no longer of any force or effect. All modifications to this
Agreement shall be in writing signed by the parties.
11.03. Conflicts in Terms. !n the event there is a conflict between the
Contract Documents and any provisions of this Agreement, the terms of this
Agreement shall govern.
11.04.Attorne's Fees. In the event that the Contractor is required to
retain the setvines ~][ an attorney to enforce this Agreement, or to defend
against any cause of action, claim, or counterclaim brou ht by the
Subcontractor on which the Subcontractor does not prevaiP, then the
Contractor shall be entitled to recover the attorney's fees and costs incurred,
in addition to other remedies to which the Contractor is entitled under Texas
law. In the event that the Subcontractor is required to retain the services of
an attorney to enforce this Agreement and the Subcontractor prevails in
asserting a valid claim under th~s Agreement, then the Subcontractor shall be
entitled to recover attorney's fees and costs incurred, in addition to other
remedies to which the Subcontractor is entitled under Texas law.
EXECUTED in DALLAS County, Texas as of the date first written
above.
COMPANY
SUBCO ,CTOR:
COPPELL CONSTRUCTION COMPANY, INC.
G:\forms\CONST\DID-COL.wpd (Revised 7-15-97)
Subcontract Agreement (Public Works)
Page 5
ID O Task Name Duration
1 r~ Set Barricades 2 days
2 Relocate Fence 5 days
3 Remove Trees 5 days
4 Install Water Lin~ 40 days
5 Phase I (SL to Westminster) 125 days
11 Removals 6 days
8 Storm Sewer Line A 3 days
9 StOrm Sewer Line B1 10 days
7 Riprap t 5 days
12 ExcavatioNEmbankment 15 days
10 Storm Sewer Line 82 8 days
13 Lime Stabilization 12 days
14 Concrete Paving 10 days
15 HMAC Transition 4 days
17 Driveways 7 days
19 2nd Stage Inlets 5 days
16 Pavers 6 days
18 Sidewalk/Bike Trail 15 days
20 Cleanup 10 days
21 Grass 4 days
22 Pavement Markings 4 days
23 Traffic Switch 2 days
24 Phase 2 (SH121 to Corner) 80 days
25 Storm Sewer Line C1 5 days
26 Storm Sewer Line C2 5 days
27 Removals 3 days
28 Excavalion/Embankment 6 days
29 Lime Stabilization 6 days
30 Concrete Paving 6 days
Task
Project: COPPELt. ROAD I,tECOI',IST Critical Task
Date: Mon 9~6~99
Progress
COPPELL ROAD RECONSTRUCTION
~412t 12"1 S It21~91261 2 [9 l~61231301 6 1~31201271 5 112119126I 2 I9 1~61231301 7 11412~'12al 4 I' It8125l 2 I 9 116123
~ Milestone
IHililll!llllll!llHlliqs.m.,.,~
,~ Rolled Up Task
-I
Ro.ed Up c,it Tas I',,\\\\\\\N
Rolled Up Milestone O
Rolled Up Progress
Split
External Tasks
Project Summa~/
J
Page I
I
ID O Task Name Duration
31 HMAC Transition 4 days
33 Driveways 2 days
35 2r~d Stage Inlets 3 days
32 ..... PaVerS ..................... ~ ;~aYS
34 Sidewalk/Bike Trail
36 Cleanup
37 Grass
38 Pavement Markings
39 Traffic Swilch
40 ,Phase 3 (Westminster to Corner)
41 Removals
42 ExcavatioNEmbankment
43 Lime Stabilization
44 Concrete Paving
46 Driveways
48 2rid Stage Inlets
45 Pavers
47 Sidewalk/Bike Trail
51 Signs
52 Bollards
53 Plant Trees
54 Cleanup/Sell
49 Grass
50 Pavement Markings
3 days
7 days
3 days
3 days
1 day
17 days
2 days
2 days
4 days
3 days
I day
3 days
2 days
3 days
3days
2 days
5 days
10 days
3 days
3 days
COPPELL ROAD RECONSTRUCTION
r I December I January l February I March I April
~41211281S l~2119126I 2 I9 1~612315016 113120i271 5 1~21~9}26I 219 1~6
I May J~e I J~
1301 7 11412~ 12~ 4 H ~81251219 l~6123
L
Project: COPPELL ROAD RECONST
Date: Mon 916199
Task
Critical Task
Progress
Milestone
Summary
Rolled Up Task
.o~led Up Crit.~ Task N'~\\\\\\N
Rolled Up Milestone ~
Rolled Up Progress
Split
External Tasks
Project Summary
MINUTES OF MEETING OF DIRECTORS
OF
COPPELL CONSTRUCTION CO,, INC.
A meeting of the Board of Directors of Coppell Construction Co., Inc. was held at
997 E. Main. Lewisville, Denton County, Texas on October 3, 1997.
Them ware present: Johnny O. Weger, Owayne L. Weger, Thomas O. Weger,
John B. Weger, and Nita M. Weger being all of the directors and a quorum.
The following resolution was adopted unanimously:
RESOLVED, that any one of the following officers is authorized to act for and on
behalf of the corporation, to sign bid proposals and execute contracts.
JOHNNY O. WEGER, President l~ ~
DWAYNE L. WEGER, Vice PresidentJ'
_ Z
THOMAS O. WEGER, Vice-Preside~
JOHN B. WEGER, Vice-President . ·
There being no further business, the meeting adjoumed.
Secretary/Treasurer
APPROVED:
President
FAX (214) 352-3201
/~ ~ TELEPHONE (214) 358-6581
ED BELL CONSTRUCTION COMPANY
POST OFFICE BOX 540787 10605 HARRY HINES
DALLAS, TEXAS 75354-0787 DALLAS. TEXAS 75220
December 6, 1999
Mr. Kevin C. Young, E.I.T.
Freese and Nichols, Inc.
1341 W. Mockingbird Lane, Suite 230E
Dallas. Texas 75247
Re:
Coppell Road Reconstruction
SH 121 to Sandy Lake Road
Coppell Project #: ST 98-01
Dear Mr. Young:
In accordance with our discussions at the November 18, 1999 progress meeting and subsequent
meetings in the field, we submit the following construction phasingtraffic control plan for your
review and approvah
Phase 1: Detour traffic offof the section of Coppell Road from SH 121 to the Mansions
main entrance (STA 37+63) and close that section of the roadway. Upon closure of that section
of the roadway, EBCC would excavate, lime stabilize, and pave that portion of the job and
reopen the road to traffic. The roadway would be closed for approximately six weeks. The water
line in that area must be laid and pass all tests prior to closure of the roadway.
Phase 2: The City has requested that we consider constructing of the multi-barrel box
culvert crossing in two stages rather than one stage while maintaining two way traffic on Coppell
Road. As a result, this phase will be comprised of two stages. Stage 1 will include construction
of a 20 feet detour at the existing elevation of the ground on the west side of the existing
roadway and shoring the edge of the roadway to allow for construction of the downstream
portion of the box structure. Elimination of the need for shoring will require that the detour only
handle one way traffic (10 feet wide). Stage 2 will include construction of a detour over the
newly constructed box and shoring that edge to allow for construction of the remainder of the
box structure. This phase will take three to four months to complete and can occur
simultaneously with phase 1. The additional cost for construction of the box in this manner is
$239,740.00. I have enclosed a breakdown of this cost for your review.
Phase 3: This phase will include cdnstruction of the western half of Coppell Road from
Sandy Lake Road to STA 37+63. This portion of the project will be constructed while
maintaining one way traffic (north bound) from Sandy Lake Road to STA 394-00 and two way
traffic from STA 39+00 to the end of the project. This work will take approximately two months
to complete.
AN EQUAL OPPORTUNITY EMPLOYER
L=l-t%t-T
Page 2 - -
Coppell Road Reconstruction
Re: Construction phasing/traffic control
Phase 4: This phase will include construction of the eastem halfofCoppell Road from
Sandy Lake Road to STA 37+63. This portion of the project will be constructed while
maintaining one way traffic (north bound) from Sandy Lake Road to STA 39+00 and two way
traffic from STA 39+00 to the end of the project. This work will take approximately two months
to complete.
Please inform our office of your decision regarding this construction phasing/traffic plan. If you
have any questions regarding this information, don't hesitate to contact our office.
Sincerely,
EEl Bell Cons'truction Company
Robert D. Weber
Project Engineer
XC:
Mr. Kent Collins, P.E., Engineering and Public Works, City of Coppell
255 Parkway Blvd., Coppell, Texas 75019-4409
EXTRA COST BREAKDOWN-FOR '-
TWO STAGE CONSTRUCTION OF THE BOX CULVERT
Sta~e 1
Dirt work for two lane detour (at existing grade)
HMAC for detour surface (250 TNS)(10008Y)
Remove detour
Striping for detours
Shoring at box end and between box and road (2180 SF)
Drainage through shoring
Extra handling of dirt (2600 CY)
Sta.~e 2
Dirt work for detour
Provide and set CTB w/end protection (300 LF)
Remove CTB w/end protection
HMAC for detour surface (220 TNS)(890 SY)
Remove detour
Additional traffic control
Striping for detours
Labor/Equipment increase for decreased production
Total
$7,280.00
$18,930.00
$5,000.00
$1,500.00
$54,300.00
$2,180.00
S 15,800.00
$10,500.00
$10 800.00
$3 500.00
S 17 250.00
$4 000.00
$12 000.00
$1.500.00
575 200.00
$239,740.00
FAX (214) 352-3201
TELEPHONE (214) 358-6581
ED BELL CONSTRUCTION COMPANY
POST OFFICE BOX 540787 10605 HARRY HINES
DALLAS. TEXAS 75354-0787 DALLAS. TEXAS 75220
January 13, 2000
Mr. Kevin C. Young, E.I.T.
Freese and Nichols, Inc.
1701 N. Market, Suite 500, LB 51
Dallas, Texas 75201
Re:
Coppell Road Reconstruction
SH 121 to Sandy Lake Road
Dear Mr. Young:
In accordance with your request for a revised cost break down regarding the additional cost required to construct the
multiple box culvert in two stages, the following information is provided for your review:
Stage 1
Dirtwork for one lane detour
Culvert for detour
HMAC for detour surface (161 THIS)
Remove detour
Striping for detours
Extra handling of dirt (2600 CY)
$10,000.00
$1,000.00
$12,700.00
$5,000.00
$1,000.00
$25,000.09
Stage 2
Dirtwork for detour
Provide and set CTB w/end protection (300 LF)
Remove CTB w/end protection
HMAC for detour surface (108 TNS)
Remove detour
Striping for detours
Labor/Equipment increase for decreased production
$6,000.00
$10,800.00
$3,500.00
$8,400.00
$3,000.00
$1,000.00
$52,000.00
Total
$139,400.00
If you have any questions regarding this information, don't hesitate to contact our 6ffice.
Eoben Wei,
Project Engineer
xc:
Mr. Kent Collins, P.E., Engineering and Public Works, City of Coppeil
255 Parkway Blvd., Coppell, Texas 75019-4409
AN EQUAL OPPORTUNITY EMPLOYER
ec.t$ rr