MA FY 01/02-CN020403T H E • C i T Y • O F
CITY OF COPPELL, TEXAS
STANDARD FORM PURCHASE CONTRACT
CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Pays 23
BID 0- 0402 -01 REINFORCED CONCRE PAVEMENT R EPAIR
City of Coppell, Texas
255 Parkway Boulevard
P.O. Box 478
Coppell, Texas 75019
This Agreement is made by and between the City of Coppell, Texas, a home -rule municipality
(hereinafter referred to as the 'Buyer') and the hereinafter named Seller, referred to as the "Seller," for the sale of
the goods, materials and items specified hereinafter, and the Buyer and Seller hereby agree as follows:
Seller:
Pavement Services Corporation
[Name]
PO Box 1107
[Address]
Euless TX 76039
[City, State, Zip]
817- 540 -0652
[Telephone]
DESCRIPTION OF GOODS
This Contract is for the purchase by the City of Coppell, Texas, of the goods, materials
and items described hereinafter as the "Goods" or the subject of this Contract, and such parts,
attachments, accessories, devices, and apparatus as may be considered an integral part of the
Goods or necessary for the proper use or application of the Goods, whether or not specified
herein. The Goods are more specifically described as follows:
Description
Reinforced concrete repair.
CITY OF COPPELL - PURCHASING DEPARTMENT - 255 PARKWAY BOULEVARD - COPPELL, TEXAS 75019 Pays 24
BID Q- 0402 -01 REINFORCED CONCRETE PAVEMENT REPAIR
[CHECK ONE:]
This Contract is a `fixed price - fixed quantity' Contract for the purchase of the specified
quantity at the specified price. The full quantity of the Goods shall be delivered to and
received at the designated point or points of delivery no later than the date specified
hereinbelow. This date is a material term and condition of this Contract and, in
connection with the delivery date, time is and shall be of the essence.
[Insert Date of Delivery]
OR
X This Contract is for a specific duration wherein the Seller will supply, furnish and deliver at
the designated point or points of delivery the specified Goods in the quantities requested
by Buyer at the time of Buyer's order. The delivery date(s) shall be set forth in Buyer's
order. This Contract is not intended to be and shall not be construed as an exclusive
requirements contract. This Contract is non - exclusive and Buyer may acquire any or all
of its requirements for the specified Goods from Seller or any other source deemed
appropriate by Buyer. Upon the conclusion of the duration of this Contract, Buyer may
renew this agreement for an additional period or periods equivalent to the primary
duration upon sending written notice of intent thereof within thirty (30) days prior to the
expiration of the last day of the term of this Contract. The failure to send the foregoing
notice shall convert this agreement into a "fixed price - fixed quantity" contract as
described above.
DURATION: From 6/03/2002 to 6/03/2003
PAYMENT TERMS
The purchase price of the Goods shall be that contained in the Seller's bid and specifically
accepted in writing by Buyer. Seller shall submit separate invoices, in duplicate, on each purchase order
after each delivery. Invoices shall indicate the purchase order number, and shall be itemized. A copy of
the bill of lading should be attached to the invoice. Mail to City of Coppell, Purchasing Department, 255
Parkway Boulevard, P.O. Box 478, Coppell, Texas 75019. Payment shall not be due until the above
instruments are submitted, until the Goods have been received by Buyer, and until Buyer has had
sufficient opportunity to inspect and exercise its right to accept or reject. Seller shall keep the purchasing
department advised of any changes in their remittance addresses. In no event shall Buyer be responsible
for interest of any kind on any funds due to Seller, and no term or provision contained in any Seller's
invoice shall in any way modify, vary or alter the provisions hereof.
Buyer's obligation is payable solely from funds available for the purpose of the purchase. Lack of
funds shall render this contract null and void and to the extent funds are not available, any delivered but
unpaid for goods will be returned to Seller by Buyer. Do not include federal excise tax, state or city sales
tax. The City shall furnish a tax exempt certificate if required.
CITY OF COPPELL - PURCHASING DEPARTMENT - 255 PARKWAY BOULEVARD - COPPELL, TEXAS 75019 Page 25
BID 0- 0402 -01 REINFORCED CONCRETE PAVEMENT REPAIR
CONTRACT TERMS AND CONDITIONS
This Contract is made and entered into between the parties hereto in accordance with and subject
to the following additional terms and conditions:
1. SELLER TO PACKAGE GOODS: Seller will package Goods in accordance with good
commercial practice. Each shipping container shall be clearly marked and permanently packed
as follows: (a) Seller's name and address; (b) Consignee's name, address, and purchase order
or purchase release number and the supply agreement number if applicable; (c) Container
number and total number of containers, e.g. box 1 of 4 boxes; and (d) the number of the container
bearing the package slip. Seller shall bear cost of packing unless otherwise provided. Goods
shall be suitably packed to secure lowest transportation costs and to conform with requirements of
common carriers and any applicable specifications. Buyer's count or weight shall be final and
conclusive on shipment not accompanied by packing lists.
2. SHIPMENT UNDER RESERVATION PROHIBITED: Seller is not authorized to ship the Goods
under reservation and no tender of a bill of lading will operate as a tender of goods.
3. TITLE AND RISK OF LOSS: The title and risk of loss of the Goods shall not pass to the Buyer
until the Buyer actually receives and takes possession of the Goods at the point or points of
delivery.
4. DELIVERY TERMS AND TRANSPORTATION CHARGES: F.O.B. Destination Freight Prepaid
unless delivery terms are specified otherwise in the bid; Seller shall pay for the transportation
costs.
5. NO PLACEMENT OF DEFECTIVE TENDER: Every tender or delivery of Goods must fully
comply with all provisions of this contract as to time of delivery, quality and the like. If a tender is
made which does not fully conform, this shall constitute a breach and Seller shall not have the
right to substitute a conforming tender, provided, where the time for performance has not yet
expired, the Seller may seasonable notify Buyer of his intention to cure and may then make a
conforming tender within the contract time but not afterward.
6. PLACE OF DELIVERY: The place of delivery shall be that set forth on the purchase order or in
any other written designation by Buyer. The terms of this agreement are "no arrival, no sale.".
7. RIGHT OF INSPECTION: Buyer shall have the right to inspect the goods at delivery before
accepting them.
8. REJECTION OF GOODS: It is agreed that if Buyer rejects any of the goods sold pursuant to this
agreement, Buyer's only duty shall be to seasonably notify Seller of the rejection and hold the
goods for the disposition of Seller, and it is agreed that under no circumstances shall Buyer be
required to resell the rejected goods or incur the cost to deliver same to Seller.
9. GRATUITIES: The Buyer may, by written notice to the Seller, cancel this contract without liability
to the Seller if it be determined by the Buyer that gratuities, in the form of entertainment, gifts, or
otherwise were offered or given by the Seller, or any agent or representative of the Seller, to any
officer or employee of City of Coppell with view toward securing the contract or securing favorable
treatment with respect to awarding or amending, or the making of any determination with respect
to the performing of such a Contract. In the event this Contract is canceled by Buyer pursuant to
this provision, Buyer shall be entitled in addition to any other rights and remedies, to recover and
withhold the amount of the cost incurred by the Seller in providing such gratuities.
10. SPECIAL TOOLS AND TEST EQUIPMENT: If the price stated on the face hereof includes the
cost of any special tooling or any special test equipment fabricated or required by Seller for the
CITY OF COPPELL - PURCHASING DEPARTMENT - 255 PARKWAY BOULEVARD - COPPELL, TEXAS 75019 Page 26
BID 0- 0402 -01 REINFORCED CONCRETE PAVEMENT REPAIR
purpose of filling this order, such special tooling equipment and any process sheets related
thereto shall become the property of the Buyer and to the extent feasible shall be identified by the
Seller as such.
11. WARRANTY - PRICE:
a. The price to be paid by the Buyer shall be that contained in the Seller's bid which Seller
warrants to be no higher than Seller's current prices on orders for products of the kind
and specification covered by the agreement for similar quantities under similar or like
conditions and methods of purchase. In the event Seller breaches this warranty, the
prices of the items shall be reduced to the Seller's current prices on orders by others, or
in the alternative, Buyer may cancel this contract without liability for breach or Seller's
actual expense.
b. The Seller warrants that no person or selling agency has been employed or retained to
solicit or secure this contract upon an agreement or understanding for commission,
percentage, brokerage, or contingent fee excepting bona fide established commercial or
selling agencies maintained by the Seller for the purpose of securing business. For
breach of violation of this warranty, the Buyer shall have the right in addition to any other
right or rights to cancel this contract without liability and to deduct from the contract price,
or otherwise recover the full amount of such commission, percentage, brokerage or
contingent fee.
12. WARRANTY - PRODUCTS: Seller shall not limit or exclude any implied warranties and any
attempt to do so shall render this contract voidable at the option of the Buyer. No such attempts
to limit, disclaim or exclude any warranties, whether of fitness, merchantability or otherwise, by
Seller shall be binding or effective. Seller warranties that the Goods furnished will conform to the
specifications, drawings, and descriptions listed in the bid invitation and to the sample(s) furnished
by Seller, if any. In the event of a conflict between the specifications, drawings, and descriptions,
the specifications shall govern.
13. SAFETY WARRANTY: Seller warrants the product sold to the Buyer shall conform to the
standards promulgated by the U.S. Department of Labor under the Occupational Safety and
Health Act of 1970. In the event that the products do not conform to OSHA standards, Buyer may
return the product for correction or replacement at the Seller's expense. In the event that Seller
fails to make the appropriate correction within a reasonable time, any correction made by Buyer
will be at Seller's expense.
14. NO WARRANTY BY BUYER AGAINST INFRINGEMENTS: As part of this contract for sale,
Seller agrees to ascertain whether goods manufactured in accordance with the specifications
attached to this agreement will give rise to the rightful claim of any third person by way of
infringement or the like. Buyer makes no warranty that the production of goods according to the
specifications will not give rise such claim, and in no event shall Buyer be liable to Seller in the
event that Seller is sued on the grounds of infringement or the like. If Seller is of the opinion that
an infringement or the like will result, he will notify Buyer to this effect in writing or the like, within
two weeks after the signing of this agreement. If Buyer does not receive notice and a claim is
asserted or Buyer is subsequently held liable for the infringement or the like, Seller will indemnify,
defend and save Buyer harmless. If Seller in good faith ascertains that production of the goods in
accordance with the specifications will result in infringement or the like, this contract shall be null
and void except that Buyer will pay Seller the reasonable cost of his search as to infringements.
1s. YEAR 2000 COMPLIANT: The Goods shall in all respects be compatible with the year 2000 and
shall not in any way require adjustment, revision, reconfiguration or modification upon the year
2000. Seller warrants that the Goods are fully year -2000 compliant.
16. CANCELLATION: Buyer shall have the right to cancel for default on all or any part of the undelivered
portion of this order if Seller breaches any of the terms hereof including warranties of Seller or if the Seller
CITY OF COPPELL - PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL. TEXAS 75019 Pap 27
BID 0- 0402 -01 REINFORCED CONCRETE PAVE REPAIR
becomes insolvent or commits acts of bankruptcy. Such right of cancellation is in addition to and not in lieu
of any remedies which Buyer may have at law or equity. The Buyer may for any reason whatsoever
terminate performance under this Contract by the Seller for convenience at any time. The Buyer shall give
notice of such termination to the Seller specifying when termination becomes effective. Goods received but
unopened or unused shall be made available to Seller for delivery. Buyer will, in the event of termination,
remit such sums to Seller as may be due only for those Goods retained by Buyer.
17. FORCE MAJEURE: If by reason of Force Majeure, either party hereto shall be rendered unable
wholly or in part to carry out its obligation under the Agreement, then such party shall give notice
and full particulars of Force Majeure in writing to the other parry within a reasonable time after the
occurrence of the event or cause relied upon, and the obligation of the party giving such notice, so
far as is effected by such Force Majeure, shall be suspended during the continuance of the
inability then claimed, except as hereafter provided, but for no longer periods and such party shall
endeavor to remove or overcome such inability with all reasonable dispatch.
The term "Force Majeure" as employed herein, shall mean acts of God, strikes, lockouts, or other
industrial disturbance, act of public enemy, orders of any kind of government of the United States
or State of Texas or any civil or military authority, insurrections, riots, epidemics, landslides,
lightning, earthquakes, fires, hurricanes, storms, floods, washouts, droughts, arrests, restraints of
government and people, civil disturbances, explosions, breakage or accidents to machinery,
pipelines, or canals, or other causes not reasonably within control of the party claiming such
inability. It is understood and agreed that the settlement of strikes and lockouts shall be entirely
within the discretion of the party having the difficulty, and that the above requirements that any
Force Majeure shall be remedied with all reasonable dispatch shall not require the settlements of
strikes and lockouts by exceeding to the demands of the opposing party or parties when such
settlement is unfavorable in the judgment of the party having the difficulty.
18. ASSIGNMENT - DELEGATION: No right or interest in this contract shall be assigned or
delegation of any obligation made by Seller without the written permission of the Buyer. An
attempted assignment or delegation of Seller shall be wholly void and totally ineffective for all
purposes unless made in conformity with this paragraph.
19. MODIFICATIONS: This contract can be modified or rescinded only in writing signed by both
parties or their duly authorized agents.
20. WAIVER: No claim or right arising out of a breach in contract can be discharged in whole or in
part by a waiver or renunciation of the claim or right unless the waiver or renunciation is supported
by consideration and is in writing signed by the aggrieved parry.
21. INTERPRETATION - PAROLE EVIDENCE: This writing is intended by the parties as a final
expression of their agreement and is intended also as a complete and exclusive statement of the
terms of their agreement. No course of prior dealings between the parties and no usage of the
trade shall be relevant to supplement or explain any term used in this agreement. Acceptance or
acquiescence in a course of performance rendered under this agreement shall not be relevant to
determine the meaning of this agreement even though the accepting or acquiescing party has
knowledge of the performance and opportunity for objection. Whenever a term defined by the
Uniform Commercial Code is used in this agreement, the definition contained in the Code is to
control.
22. APPLICABLE LAW: This agreement shall be governed by the Uniform Commercial Code.
Wherever the term "Uniform Commercial Code" is used, it shall be construed as meaning the
Uniform Commercial Code as adopted in the State of Texas as effective and in force on the date
of this agreement.
CRY OF COPPELL - PURCHASING DEPARTMENT - 255 PARKWAY BOULEVARD - COPPELL, TEXAS 75019 Page 28
BID 0- 0402 -01 REINFORCED CONCRETE PAVEMENT REPAIR
23. ADVERTISING: Seller shall not advertise or publish, without Buyer's prior written consent, the
fact that Buyer has entered into this contract, except to the extent necessary to comply with prior
requests for information from an authorized representative of federal, state or local government.
24. RIGHT TO ASSURANCE: Whenever one party to this contract in good faith has reason to
question the other party's intent to perform he may demand that the other party give written
assurance of his intent to perform. In the event that a demand is made and no assurance is given
within five (5) days, the demanding party may treat this failure as an anticipatory repudiation of the
contract.
25. PROHIBITION AGAINST PERSONAL INTEREST IN CONTRACTS: No officer or employee
shall have a financial interest, direct or indirect, in any contract with the City, or be financially
interested, directly or indirectly, in the sale to the City of any land, materials, supplies, or services,
except on behalf of the City as an officer or employee. Any knowing and willful violation of this
section shall constitute malfeasance in office, and any officer or employee guilty thereof shall
forfeit his office or position. Any violation of this section with the knowledge, express or implied, of
the person or corporation contracting with the governing body of the City shall render the contract
involved voidable by the City Manager or the City Council.
26. ENTIRE AGREEMENT: This Contract, and all Specifications and Addenda attached thereto, constitute
the entire and exclusive agreement between the Buyer and Seller with reference to the Goods. Specifically,
but without limitation, this Contract supersedes any bid documents and all prior written or oral
communications, representations and negotiations, if any, between the Buyer and Seller not expressly made
a part hereof.
27. INDEMNITY AND DISCLAIMER: BUYER SHALL NOT BE LIABLE OR RESPONSIBLE FOR,
AND SHALL BE INDEMNIFIED, HELD HARMLESS AND RELEASED BY SELLER FROM AND
AGAINST ANY AND ALL SUITS, ACTIONS, LOSSES, DAMAGES, CLAIMS, OR LIABILITY OF
ANY CHARACTER, TYPE, OR DESCRIPTION, INCLUDING ALL EXPENSES OF LITIGATION,
COURT COSTS, AND ATTORNEY'S FEES FOR INJURY OR DEATH TO ANY PERSON, OR
INJURY OR LOSS TO ANY PROPERTY, RECEIVED OR SUSTAINED BY ANY PERSON OR
PERSONS, INCLUDING THE SELLER, OR PROPERTY, ARISING OUT OF, OR OCCASIONED BY,
DIRECTLY OR INDIRECTLY, THE PERFORMANCE OF SELLER UNDER THIS CONTRACT,
INCLUDING CLAIMS AND DAMAGES ARISING IN WHOLE OR IN PART FROM THE
NEGLIGENCE OF BUYER, WITHOUT, HOWEVER, WAIVING ANY GOVERNMENTAL
IMMUNITY AVAILABLE TO THE BUYER UNDER TEXAS LAW AND WITHOUT WAIVING ANY
DEFENSES OF THE PARTIES UNDER TEXAS LAW. THE PROVISIONS OF THIS
INDEMNIFICATION ARE SOLELY FOR THE BENEFIT OF THE PARTIES HERETO AND NOT
INTENDED TO CREATE OR GRANT ANY RIGHTS, CONTRACTUAL OR OTHERWISE, TO ANY
OTHER PERSON OR ENTITY. IT IS THE EXPRESSED INTENT OF THE PARTIES TO THIS
AGREEMENT THAT THE INDEMNITY PROVIDED FOR IN THIS CONTRACT IS AN INDEMNITY
EXTENDED BY SELLER TO INDEMNIFY AND PROTECT BUYER FROM THE CONSEQUENCES
OF THE SELLER'S AS WELL AS THE BUYER'S NEGLIGENCE, WHETHER SUCH NEGLIGENCE
IS THE SOLE OR PARTIAL CAUSE OF ANY SUCH INJURY, DEATH, OR DAMAGE.
28. GOVERNING LAW: The Contract shall be governed by the laws of the State of Texas. Venue for any
causes of action arising under the terms or provisions of this Contract or the Goods to be delivered
hereunder shall be in the courts of Dallas County, Texas.
29. SUCCESSORS AND ASSIGNS: The Buyer and Seller bind themselves, their successors, assigns and
legal representatives to the other party hereto and to successors, assigns and legal representatives of such
other party in respect to covenants, agreements and obligations contained in this Contract. The Seller shall
not assign this Contract without written consent of the Buyer.
CRY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 29
BID 0- 0402 -01 REINFORCED CONCRETE PAVEMENT REPAIR
30. SEVERABILITY: The provisions of this Contract are herein declared to be severable; in the event that
any term, provision or part hereof is determined to be invalid, void or unenforceable, such determination
shall not affect the validity or enforceability of the remaining terms, provisions and parts, and this Contract
shall be read as if the invalid, void or unenforceable portion had not been included herein.
31. NOTICES: All notices required by this Contract shall be presumed received when deposited in the mail
properly addressed to the other party at the address set forth herein or set forth in a written designation of
change of address delivered to all parties.
EXECUTED this 12th day of June 1 2002
SELLER:
22 ��
(S gnature)
Will Haggard Account Representative
(Type /Print Name and Title /Position)
4000 Tarrant Main
(Address)
Euless, TX 76040
(City, State, Zip)
CITY OF COPPELL - PURCHASING DEPARTMENT - 255 PARKWAY BOULEVARD - COPPELL, TEXAS 75019 Pogo 30
BID 0- 0402 -01
REINFORCED C ONCRET E PAVEM R EPAIR
SECTION I
BID SHEET
Q- 030201
MAJOR STREET FAILURES
1.
Description
200 Block Bethel School Rd. ✓
Concrete
Thickness
7"
A�
Square Yards
530
2.
659 Glenlakes
6
75
3.
115 Heartz Rd.
6"
71
4.
Homewood @ Moore
6"
64
5.
Royal @ Northpoint (north bound)✓
8"
107
6.
Royal @ Northpoint (south bound)
8
139
7.
601 Royal (south of Creekview) '✓
8
200
8.
675 Royal
8
175
9.
500 Shadowcrest
6"
108
10.
Shadowcrest @ Sandy Knoll ✓
6
50
11.
204 Whispering Hills ✓
6"
68
12.
228 Whispering Hills
6
135
13.
130 Winding Hollow
6
57
14.
Woodhurst @ Heartz
6
67
15.
124 Landsdown
6"
24
16.
Woodhurst @ Willow Springs L2
6
50
TOTAL SQUARE YARDS
1
Item
Description
Quantity
Bid Price
Concrete
Total Bid
Per SY
Thicknes
Price
s
I
Remove and Replace
530 SY
$63.96
7
$33,891.00
1
Street failures as
"43( 0%.$ip
listed
I
Remove and Replace
699 Y
$57.12
6"
$55,349.00
2- 4
Street failures as
J
3 0 a—Co l
9 -16
listed
CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELI., TEXAS 75019 Pag 15
BID 0- 0402 -01 REINFORCED CONCRETE PAVEMENT REPAIR
I
and Replace
621 SY
$77.64
9"
$48,214.60'
5 - 8
ilures as
Flisted
7.5
4.
Homewood & Moore
44-
5.
5
6.
429 Shadowcrest
8
SECTION II
BID SHEET
Q- 030201
MAJOR CURB FAILURES
1.
Description
206 Barclay
Linear Feet
13
2.
210 Barclay
14
3.
252 Heatherglen
7.5
4.
Homewood & Moore
43
5.
1016 Round Rock
5
6.
429 Shadowcrest
8
7.
236 Willow Springs
7
8.
343 Willow Springs
6
9.
231 Woodhurst
7
10.
208 Greenwood
6
11.
Heartz Road @ Library
4
12.
134 Sandy Oak Ln.
9
13.
605 Beacon Hill
3
14.
277 MacArthur Blvd. (south bound)
5
15.
978 Village Pkwy.
•5
TOTAL LINEAR FEET 138
Item
Description
Quantity
Bid Price
Total Bid
Price
Per LF
II
Remove and Replace
138 LF
$30.00
$4,140.00
1 -15
Curb failures as listed
CITY OF COPPELL • PURCHASING DEPARTMENT - 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 16
BID Q- 0402 -01 REINFORCED CO PAVEMENT REPA
BID SHEET
G1- 030201
SECTION III MAJOR ALLEY FAILURES
Note: All alleys are 6" thickness
CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 17
1.
405 -409 Shadowcrest
200
*406 -410 Woodhurst
2.
490 Clear Creek 2 911q !a
410
✓
*450 Sandy Knoll
3.
233 Simmons 1 41 iv) q-i
200
*105 Dobecka
4.
219 Barclay ¢ q
75
*218 Pinyon
5.
462 -478 Clear Creek 1 - 1
312
*135 Castleberry Ct.
6.
139 -147 Glenwood I Z1'0 /01
235
7.
100 -120 Mockingbird
435
r7
*101 -105 Hill
*800 Sugarberry
r
8.
100 -120 Simmons
370
*236 -256 Simmons
- 7
9.
257 Simmons
140
'
*301 Sandy Lake
10.
602 Raven 7 3Iz ►9$
47
11.
437 -445 Shadowcrest
120
*438 -446 Woodhurst
9
12.
505 -529 Shadowcrest✓
475
1
*502 -526 Woodhurst
13.
510 -518 Shadowcrest f,,,,,p
800
*151 -183 Highland Meadow
*401 -429 Sandy Knoll
14.
522 -530 Shadowcrest
325
*212 -216 Highland Meadow
CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 17
BID Q- 0402 -01
SECTION III
REINFORCED CONCRETE PAVEMENT REPAIR
ALLEY FAILURES
Description/Alley in General Area of:
15. 542 -546 Shadowcrest
16. 148 -172 Highland Meadow
*180 -200 Highland Meadow
*133 -149 Holly
17. 135 -147 Highland Meadow
*436 -449 Sandy Knoll
18. 900 Tupelo
*903 Lenten Ct.
19. 277 MacArthur
*272 Aspenway
20. 301 MacArthur
*300 Aspenway
21. 337 -400 MacArthur
22. 515 -535 Woodhurst
*469 Woodway
*456 -500 Greenridge
23. 252 -304 Willow Springs
*165 Simmons
*166 London Way
*253 -257 Westbury
24. 303 Willow Springs
*302 Willow Springs Ct.
25. 327 -331 Willow Springs
*326 -330 Willow Springs Ct.
26. 336 Willow Springs
*189 -217 Simmons
*402 -434 Clear Creek
27. 430 -442 Willow Springs
*407 -459 Clear Creek
28. 446 -450 Willow Springs
*467 -475 Clear Creek
Sauare Yards
230
670
420
40
20
30
90
665
650
70
225
875
590 ✓
225
CITY OF COPPELL • PURCHASING DEPARTMENT - 255 PARKWAY BOULEVARD • COPPELL, TEXAS 76019 Page 1 8
BID 0- 0402 -01 R EINFORCED CONCRETE P AVEME NT REP
SECTION III ALLEY FAILURES
Square Yards
Description /Alley in General Area of:
29.
457 -600 Phillips
360
Bid Price
*600 -604 Phillips
Total Bid
30.
320 -328 Willow Ridge
260
Per SY
*177 -185 Simmons
Price
31.
454 Clear Creek
70
*122 Dobecka
32.
131 Winding Hollow
45
$55.61
*140 Bricknell
$545,478.00o
33.
251 Winding Hollow
80
*602 Winding Hollow Ct.
34.
604 Alder Ct.
50
*100 Tanbark
TOTAL SQUARE YARDS 9
Item
Description
Quantity
Bid Price
Concrete
Total Bid
Per SY
Thicknes
Price
s
111 1-34
Remove and Replace
9,809 SY
$55.61
6
$545,478.00o
Alley failures as
listed
S 4 64% Y.
4- ° =
CITY OF COPPELL - PURCHASING DEPARTMENT - 255 PARKWAY BOULEVARD - COPPELL, TEXAS 75019 Page 19
BID 0- 0402 -01 REINFORCED CONCRETE PAVEMENT REPAIR
BID SUMMARY
Item
Description
Quantity
Bid Price
Concrete
Total Bid
Thicknes
Price
s
I
Remove and Replace
530S
$63.96
7"
$33,899.00
1
Street failures as listed
33 06 s-
I
Remove and Replace
969 SY
$57.12
6
$55,349.00
2 -4
Street failures as listed
9 -16
I
Remove and Replace
621 SY
$77.64
9
$48,214.01 o
5 -8
Street failures as listed
y $) a 14 4
II
Remove and Replace
138 LF
$30.00
N/A
$4,140.00
1 -15
Curb failures as listed
III
Remove and Replace
9 SY
$55.61
6„
$5.4r; -"4
1 -34
Alley failures as listed
��p W /
a
by /��[7✓
NUMBER OF CALENDAR DAYS TO COMPLETE THE WORK
150
* Note: All work must be completed by September 30, 2002.
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 defined in the General Conditions of the
Construction Contract included as part of the Contract Documents have the meanings
assigned to them in the General Conditions.
d4
CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 20
BID Q- 0402 -01 REINFORCED CONCRETE PAVEMENT REPAIR
The City of Coppell reserves the right to delete any portion of this project or adjust
quantities 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.
SUBMIT ON April 23, 2002
CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 21
BID 0- 0402 -01 REINFORCED CONCRETE PAVEMENT REPAIR
BID AFFIDAVIT
The undersigned certifies that the bid prices contained in this bid have been carefully
reviewed and are submitted as correct and final. Bidder further certifies and agrees to
furnish any and /or all commodities upon which prices are extended at the price offered,
and upon the conditions contained in the Specifications of the Invitation To Bid. The
period of acceptance of this bid will be 90 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 Texas
COUNTY OF Tarrant
BEFORE ME, the undersigned authority, a Notary Public in and for the State of
on this day personally appeared Anthony who after being by me duly sworn, did depose
and say:
"I, Anthony Givens am a duly
authorized officer /agent for Pavement Services Corporation and have been
duly authorized to execute the foregoing on behalf of the said corporation
I hereby certify that the foregoing bid has not been prepared in collusion with any other
Bidder or individual(s) engaged in the same line of business prior to the official opening
of this bid. Further, I certify that the Bidder is not now, nor has been for the past six (6)
months, directly or indirectly concerned in any pool, agreement or combination thereof,
to control the price of services /commodities bid on, or to influence any individual(s) to
bid or not to bid thereon."
Name and address of Bidder: Pavement Services Corporation
P.O. Box 1107, Euless, Tx 76039
Telephone:( 817 ) 540 -0652 b Anthony Givens
R
Title: President Signature:
SUBSCRIBED AND SWORN to before me by the above named
ame
n,,this the day of Lzf 2002.
c -, , jolary P,,C1ic, State of Texas
O + fie My Commission Expires
11 /18/2002 Notary Public in and or the State of
CITY OF COPPELL - PURCHASING DEPARTMENT - 255 PARKWAY BOULEVARD - COPPELL, TEXAS 75019 Page 22