ST9502-CN 951228CONSTRUCTION SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
TOWN CENTER DRIVE
AND
TOWN CENTER BOULEVARD
ST 95-02
E
FOR
THE CITY OF COPPELL
NOVEMBER
1995
TABLE OF CONTENTS
Section 1 - Bidding and Contract Documents
Notice to Bidders
Instructions to Bidders
Proposal/Bid Schedule & Prevailing Wage Rates
Standard Form of Agreement (Contrac0
Performance Bond
Payment Bond
Maintenance Bond
City of Coppell's Supplementary Conditions to the NCTCOG
Standard Specifications for Public Works Construction
Section 2 - Specific Project Requirements
Section 3 - Special Provisions to
Standard Specifications for Construction
For this project, the Standard Specifications for
Public Works Construction - North Central Texas, as
prepared by the North Central Texas Council of
Governments and the City of Coppell Standard
Construction Details shall govern all work to be
done, together with any additional Special
Specifications or Specific Project Requirements
included herein.
Section 4 - Description of Pay Item~
Addendums
1-2
1-2 thru 1-12
1-13 thru 1-30
1-31 thru 1-36
1-37 thru 1-38
1-39 thru 1.40
1-41 thru 1.42
1.43 thru 1-49
2-1 thru 2-7
3-1 thru 3.4
4-1 thru4~3
PROJECT:
CONTRACTOR:
OWNER:
CHANGE ORDER NO.:
CITY OF COPPELL '
CHANGE OR EXTRA WORK ORDER
DELETE:
ADD:
Item
#
1
2
3
4
Town Center Drive & Town Center Blvd. / ST 95-02
Site Concrete, Inc
City of Coppell
1
DATE:
CHANGE OR EXTRA WORK TO BE DONE
March 22, 1996
Description Quantity Unit Unit
Price
8" SS Pipe 260 LF 14.75
4' Dia. Manhole 1 EA 1,250.00
8" D.I. SS Pipe 10 LF 46.50
10" SS Pipe 250 LF 20.25
Total
($3,835.00)
$1,250.00
$465.00
$5,062.50
Total Revision to Contract Amount
$2,942.50
Previous contract amount
Net increase in contract amount
Revised contract amount
Net increase in contract time of completion
Revised Contract time of completion
$ 444,214.25
$ 2,942.50
$447.156.75
N/A
N/A
The contractor hereby accepts this Contract adjustment as a final and complete adjustment in full
accord and satisfaction of all past and future liability originating under any clause in the Contract
by reason of this revision to the Contract.
Reco~nde~ the ~ity Engineer:
Date: ~' -<I'--- -~,~
ADDITIONAL MIORK AUTHORIZATION
,
PHONE I DATE~
30/4-3684 -15-96
JOB NAME I JOB NUMBER
Town Center Dr. &Blvd. 96-16
CITY MANAGER
CITY OF COPPELL
ADDITIONAL CHARGE FOR ABOVE WORK IS:
I Payment to be ma6o as foik~s: AS per original a~reement
STREET
Town Center Dr. & Blvd.
~,Cr ;: CITY ~ STATE
, ;:: Coppell TX
;4196, as received from Pacheco Koch Consulting
Pipe @ $ 14.75/LF-- ($3,835.00)
ole @ 1,250.00/EA=
Sewer Pipe @ 46.50/LF=
,er Pipe @ 20.25/LF=
Total
Grand Total
1,250.00
465.00
5,062.50
$6,777.50
$2,942.50
$ 2,942.50
Above additional work to be performed under same condib'ons as epecified in original contract unless otherwise stipulated.
Date I g Authori~ng Signature
V~ hereby agree to furnish labor and materials-con~olete in accordance With the a~ove specifications, at above stated price.
Authorized Signature ~ s~ws HERE;
THIS IS CHANGE ORDER NO. 1
031511
(OWNER SIGNS HERE)
Date
3-15 ~g 96
SITE CONCRETE. it,,.:.
·: P~O. BOX 140096
..... II~/INI!, TEXAS 75014-0096
PH. 21'4-3:19-0738 FAX 214.-513-0825
ADDITIONAL wORK AUTHORIZATION
City of Coppell C/O Kenneth Griffin, P.E.
STR~T
255 Parkway Boulevard
CITY S~
Coppell 75019
:' :. 96-16 3-5-96
"...EZ'...C' .."...:" .,H. '..." :"'..'=...""~ "" ..""::.%:..'. "'~ .:..'.'7 =." ":..~ ..."". .... .. ' · '.. ' '
You are hereby a~zed ~o ~erform ~e ~ ~cl~c~ly ~rib~ Mdi~l ~:
Per revised plans, Revision 1, Dated 3/14/96,
Engineers, Inc. on same date.
D.~ETION ..
::
= 304-3684 -15-96
:!.:~:!JOB NAME l JoB NUMBER : i
~ Town Center Dr, &BIvd. 96-16
i::
j!/,: STREET
i:
:::~::~ Town Center Dr, & Blvd,
I
!: CITY STATE
Coppe11 TX
as received from Pacheco Koch Consulting
1. APPROX. 260 LF 8" Sanitary Sewer Pipe
ADDITIONS :: :
2. APPROX. 1 EA 4' Diameter Manhole
3. APPROX. 10 LF 8" D.I. Sanitary Sewer Pipe
4. APPROX. 250 LF 10" Sanitary Sewer Pipe
@ $ 14.75/LF= ($3,835.00)
@ 1,250.00/~= 1,250.00
@ 46.50/LF= 465.00
@ 20.25/LF= 5,062.50
Total $6,777.50
Grand Total
$2,942.50
ADDITIONAL CHARGE FOR ABOVE WORK IS: $ 2,942.50
Payme~m ~madeas ~k~. As per original agreement
Above additional work to be performed under same conditions as ~pecified in original contract unless otherwise st~au/ated.
Date 19_ Authorizing Signature
We hereby agree to f~*nish labor and ma~rials,comptete in accordance with the above specifications, at above s~ated price.
THIS IS CHANGE ORDER NO. I
(OWNER SIGNS HERE)
Date
3-15
FAX ~14.6T~3t26
C)Vl/;4FH S NAME PHONF
City of Coppall C/O Kenneth Griffin, P.E. 304-3684
S IREE r JOH NAME
255 Parkway Boulevard Town Center
017 Y ~ STARE STHFF. T
Coppall TZ 75019 Town Center
t XIShNG CONT/~AC7 re('). IDA/E OI FXISTING CONIHACr CITY
96-16 3-5-96 Coppall
aft? tmreby Huttu}r~/ixJ to l)er~)n'; Zho !o/towing ~le~Jffca#y ~ucn~ ~#t~ml ~k:
Per revlsed plans, Kevlsion 1, Dated 3/14/96,
I~.Gginee~s, 1no, on same date.
idO[] ~M~'R
Dr. & Blvd. 96-16
Dr. & Blvd.
STA !E
~X
as
received from Pacheco Koch Consulting
/
1. APPROX. 260 LF 8" Sanitary Sewer Pipe
@ $ 14.75/LF= (S3,835.00)
ADDITIONS
2. APPROX. 1 EA 4' Diameter Manhole
3. A2PROX. 10 LF 8" D.I. Sanitary Sewer Pipe
4. APPROX. 250 LF 10" Sanitary Sewer Pipe
@ 1,250.O0tEA= 1,250.00
@ 46.50/LF= 465-.00
@ 20.25/LF= 5,062.50
TOtal- $6,777.50
Grand Total
$2,942.50
F'
ADDITIONAL CHARGE FOR ABOVE WORK IS: $ 2,942.50
Fayrnern to be me~e as foaows: As~ per original agreement
Above additional work to be iDerformed under same conditions "as ~oeci~ed in'original contact unless otherwise stipulated.
Da~e I g. Authorizing Signature
(GIVER SIGNS HERE )
We hereby agree to furnish labor and materials-con~lete in accordance wi~h the above specifications, at above stated price.
,~.,~o~, S,~,~e ,..%2, [ 2/
THIS IS CHANGE ORDER NO.
(
- ~ ,
~." '[ r '11~
Date
3-15
19
96
" P,0, BOX 140096
~RVi(',,IG, 'CE~,AS 75014-5096
PH 214-31~073,?, FAX '~4-513-0825
ADDITIONAL WORK AUTHORIZATION
OWNER'S NAME
STREET
DATE OF EXISTING CON IF?ACT
PHONE
JOB NAME
STREET
CiTY
-',:, i~ ::':'"
JOB NUMBER
?C -]
You are he,eby auti~orized to perform the following specif~cally described add/honal work.-
:. ',", ,, E: 2,, E:'-:
ADDITIONAL CHARGE FOR ABOVE WORK IS:
Payment to he made as follows-___: ...... :_~:...~ ~ i ..... > '_:, :, !. ': ~'
Above additional work to be performed under same conditions as specified in origiaal Contract unless otherwise sh:oulated.
Date .............. 19 ..... Authorizing Signalure
tOWNEe SIGNS HERE)
"
AuthOrized ,e, iE1nature . '. : "* *L' ".~c'.Z...:'2,?~.:¢~:_ .L.'.'.'.'.'.'.'.'.'~/-. _.~-::'- ~' . ............... Date
THIS IS CHANGE ORDER NO
PROJECT:
CONTRACTOR:
OWNER:
CHANGE ORDER NO.:
CITY OF COPPELL
CHANGE OR EXTRA WORK ORDER
Item
Town Center Drive & Town Center Blvd. / ST 95-02
Site Concrete, Inc
City of Coppell
2
DATE: May 23, 1996
CHANGE OR EXTRA WORK TO BE DONE
Description Quantity Unit Unit
Price
Total
ADD: 1
4" Bore for 27 LF 8.00
Sprinkler System
$216.00
Total Revision to Contract Amount
$216.00
Previous contract amount
Net increase in contract amount
Revised contract amount
Net increase in contract time of completion
Revised Contract time of completion
$ 447,156.75
216.00
$447,372.75
N/A
N/A
The contractor hereby accepts this Contract adjustment as a final and complete adjustment in full
accord and satisfaction of all past and future liability originating under any clause in the Contract
by reason of this revision to the Contract.
R;;e~d, by the City Engineer:
Agreed to by the Contractor:
Acce~~,te~h~ Own~er:
Date:
Date:
Date:
09/19/96 19:11 CITY OF COPPELL ENGINEERING ~ 95130661 NO. 983
CITY OF COPPELL
CHANGE OR EXTRA WORK ORDER
PROJECT:
Town Center Drive & Town Center Blvd. / ST 95-02
CONTRACTOR: Site Concrete, Inc
OWNER: City of Coppell
CHANGE ORDER NO.: 3
DATE:
September 17, 1996
CHANGE OR EXTRA WORK TO BE DONE
ADD:
Item Description Quantity Unit Unit Price Total
#
1 Relocate 8" Water / Tie-In 1 LS 2,000.00 $2,000.00
2 Median Brick Pavers 492 SF 4.75 2,337.00
3 6' Stubout 24" CI IV RCP I EA 510.00 510.00
4 Concret¢ Pavement/6"curb 153.28 8Y 19.35 2,965.97
5 Lime Stabilization 153.28 SY 1.45 222.26
6 Hydrated Lime 2.3 TN 100.00 230.00
7 Restock &mist. cost 1 LS 3,165.00 3,165.00
8 Provide labor & equip.
Connect 48" pipe in lake 1 LS
3,306.00 3,306.00
Total Revision to Contract Amount
$14,736.23
U02
The contractor hereby accepts this Contract adjustment as a final and complete adjustment in full
accord and satisfaction of all past and fatare liability originating under any clause in the Contract
by reason of this revision to the Contract.
R>mm2d~~Ci7 Engineer:
o~~ctor:
Date:
SECTION 1
BIDDING AND CONTRACT DOCUMENTS
SECTION 1 - BIDDING AND CONTRACT DOCUMENTS
NOTICE TO BIDDERS
The City of Coppell is accepting bids for Town Center Drive and Town Center Boulevard - ST
95-02. Specifications may be obtained from the Purchasing Agent, 255 Parkway Blvd., Coppell,
Texas, or telephone (214) 462-0022. Sealed bids addressed to the Purchasing Agent, City of
Coppell, Texas, for Town Center Drive and Town Center Boulevard - ST 95-02 will be received
in the Purchasing Office at the City of Coppell Town Center, 225 Parkway Boulevard, until 2:00
p.m. on February 9, 1996, and then publicly opened and read aloud. Each Bidder shall submit
two identical copies of this bid with the City of Coppell Bid No. O-1295-02 designated clearly
on the exterior of the bid envelope.
There will be a "Pre-bid" Conference conducted on February 1. 1996 at 2:00 p.m. in the Coppell
Town Center, 255 Parkway Boulevard in the 2nd floor conference room.
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 part of the finished product, such as,
equipment rental or purchase, form materials, etc.). In order to be exempt from the sales tax on
such tangible personal property, the contract shall separate and provide separate charges for
materials to be incorporated into the project from charges for labor. The City will provide the
Contractor with an exemption certificate for the materials. The contractor is expected to issue
a resale certificate in lieu of paying a sales tax at the time of purchase. The bidder shall show
the cost of materials (tangible personal property) in the space provided on the bid form. The
successful bidder's bid form will be used to develop a separated contract and determine the extent
of the tax exemption.
1-2
Bidding and Contract Documents
BIDDING AND CONTRACT DOCUMENTS
INSTRUCTIONS TO BIDDERS
1. Defined Terms.
Terms used in these Instructions to Bidders which are def'med in the Standard
Specifications for Public Works Construction - North Central Texas latest addition, as
prepared by the NCTCOG and the Supplementary Conditions of Agreement have the
meanings assigned to them in these General Conditions. The term "Bidder" means one
who submits a Bid directly 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 def'med terms are:
Owner: Wherever the word "OWNER" is used in the specifications and Contract
Documents, it shall be understood as referring to the City of Coppell, Texas.
Engineer: Wherever the word "ENGINEER" is used in the specifications and Contract
Documents, it shall be understood as referring to the City Engineer or his authorized
representative, City of Coppell, P.O. Box 478, Coppell, Texas 75019.
Inspector: The authorized representative of the City of Coppell assigned to observe and
inspect any or all parts of the work and the materials to be used therein.
2. Scope of Work.
This project is located in the proposed right-of-way and easements on vacant land south
of Parkway Boulevard and east of Denton Tap Road. The scope of work is as shown on
the construction plans (ST 95-02) and as stated in these specifications. Generally, the
work shall consist of the installation of storm sewer pipe, inlets, water lines, fire hydrants,
valves, sanitary sewer lines, concrete paving, brick pavers, etc., associated with the
construction of 1200 L.F. of roadway.
3. Copies of Bidding Documents.
3.1
Complete sets of the Bidding Documents may be obtained from the Purchasing Agent at
the office of the City of Coppell, 255 Parkway Boulevard, Coppell, Texas. The following
general requirements pertain to the Bidding Documents:
A)
No bidding documents will be issued later than two (2) days prior to the bid
opening date.
1-3 Bidding and Contract Documents
3.2
3.3
B)
After award of the Contract, the successful Bidder will be furnished five (5) sets
of Contract Documents at no charge. Additional sets over five (5) will be
furnished for $15.00 per set.
c)
Bidding documents may be examined free of charge at the offices of the City
Engineer, City of Coppell, 255 Parkway Boulevard, Coppell, Texas.
Complete sets of Bidding Documents must be used in preparing Bids; the City of Coppell
assumes no responsibility for errors or misinterpretations resulting from the use of
incomplete sets of Bidding Documents. No partial sets of plans, specifications or proposal
forms will be issued.
The Owner, in making copies of Bidding Documents available on the above 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.
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 presently under construction by the bidder including
approximate cost and completion date shall be submitted upon request.
B. Past Project Experience.
The Bidder shall submit a list of comparable projects completed within the
previous five years including approximate cost(s), quantities, and completion
date(s).
C. Equipment.
The Bidder shall provide a list of equipment which will be used on this project.
The Bidder shall demonstrate that he has adequate equipment to complete this
project, properly and expeditiously and shall state what additional equipment, if
any, that he must rent/lease as may be required to complete this project.
1-4
Bidding and Contract Document~
D. Financial.
Each Bidder shall be prepared to submit upon request of the Owner a balanced
financial statement with no evidence of threatening losses as evidenced by an
audited certified financial statement (current within the last six (6) months of bid
date). This information will be used to confirm that the Bidder has suitable
financial status to meet obligations incidental to performing the work.
E. Technical Experience.
The Bidder shall demonstrate to the satisfaction of the Owner that he has the
technical experience to properly complete this project.
F. Proof that the bidder maintains a permanent place of business.
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 financially interested, directly
or indirectly, in the sale to the City of any land, or rights or interest in any land,
materials, supplies or services. This prohibition does not apply when the interest is
represented by ownership of stock in a corporation involved, provided such stock
ownership amounts to less than one percent (1%) of the corporation stock. Any violation
of this prohibition will constitute malfeasance in office. Any officer or employee of the
City found guilty thereof should thereby forfeit his office or position. Any violation of
this prohibition with the knowledge, expressed or implied, of the persons or corporations
contracting with the City shall render the contract voidable by the City Manager or the
City Council. The Contractor represents that no employee or officer of the City has an
interest in the Contractor.
Examination of Contract Documents and Site.
Access to the site shall be from Denton Tap Road and 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.
1-5 Bidding and Contract Documents
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 otherwige occur due to construction operations. Where
construction comes in close proximity to existing structures or utilities, or if it becomes
necessary to move services, poles, guy wires, pipe lines, or other obstructions, it shall be
the Contractor's responsibility to notify and cooperate with the utility or structure owner.
The utility lines and other existing structures shown on the plans are for information only
and are not guaranteed by the City to be complete or accurate as to location and/or depth.
It shall be the Contractor's responsibility to verify locations and depths sufficiently in
advance of construction such that necessary adjustments may be made to allow for the
proper installation. The Contractor shall be liable for damage to any utilities resulting
from the construction of this project.
6.3
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.
6.4
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.
6.5
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.
6.6
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.
7. Interpretations and addenda.
1-6 Bidding and Contract Documents
7.1
7.2
8.2
8.3
10.
11.
All questions about the meaning or intent of the Contract Documents are to be directed
to the Purchasing Agent. Interpretations or clarifications considered necessary by the
Purchasing Agent in response to such questions will be issued by Addenda mailed or
delivered to all bidders recorded as having received the Bidding Documents. Questions
received less than two days prior to the date for opening of Bids may not be answered.
Only questions answered by formal written Addenda will be binding. Oral and other
interpretations or clarifications will be without legal effect. Each Bidder shall
acknowledge on the bid proposal that all Addenda issued have been received.
Addenda may also be issued to modify the Bidding Documents as deemed advisable by
the Owner.
Contract Time.
Because time is of the essence, the total time for completion in calendar days has been set
at 100 calendar days. Also, because of the construction of the Coppell Criminal Justice
Center and the need to tie-in utilities, the water and sewer to service that facility shall be
completed within the first 30 days of the project and the storm drainage to service the
facility within the first 60 days. The calendar day count shall commence ten (10) calendar
days after the date of the Notice to Proceed.
Prior to the issuance of the Notice to Proceed by the Owner, the Contractor shall submit
a detailed Progress and Schedule chart to the Owner for approval.
Extension of the contract time shall be based on a Change Order or written amendment
as specified in Item 1.36 of the General Provisions.
Liquidated Damages.
Provisions for liquidated damages are set forth in the Contract. Liquidated damages for
this project are: Two hundred forty dollars ($240.00) per calendar day.
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 during the bidding process.
Subcontractors, Suppliers, and Others.
1-7 Bidding and Contract Documents
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 sacrif'~cing the Bid security of any
Bidder.
11.2 No Contractor shall be required to employ any Subcontractor, Supplier, other person or
organization against who Contractor has reasonable objection.
12. Bid Proposal.
12.1
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.
12.2
The legal status of the Bidder, that is, as a corporation, partnership, or individual, must
be stated on the Bid Form. A corporation Bidder must name the state in which the
organization is chartered. Bids which are signed for a corporation shall have the correct
corporate name thereof, its post office address, and the signature of the president or other
authorized officer of the corporation, manually written below the corporate name in the
following manner: "By
If the bid is made by an individual, his post office address shall be given. Bids which are
not signed by the individuals making them shall have attached thereto a power of attorney
evidencing authority to sign the bid in the name of the person for whom it is signed.
1-8 Bidding and Contract Documents
13.
14.
15.
16.
16.1
16.2
If the bid is made by a firm or parmership, the name and post office address of the
managing member of the firm or partnership shall be given or the bid may be signed by
an attorney-in-fact. If signed by an attorney-in-fact, there shall be attached to the bid a
power of attorney evidencing authority to sign the bid, executed by the members of the
firm or partners.
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.
Estimates of Quantities.
The quantities listed in the Bid Form will be considered as approximate and will be used
for the comparison of bids. Payments will be made to the Contractor only for the actual
quantities of work performed or materials furnished in accordance with the contract. The
quantity of work to be done and the materials may be increased or decreased as provided
for in the Contract Documents.
Submission of Bids.
Bids will be received by the Purchasing Agent, and shall be submitted to the Purchasing
Agent, City of Coppell, at the Town Center, 255 Parkway Boulevard, P.O. Box 478,
Coppell, Texas 75019 until 2:00 p.m. on February 9th, 1996, 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-1295-02 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 TOWN CENTER DRIVE AND TOWN CENTER
BOULEVARD - ST 95-02" on the face of it and addressed to the Purchasing Agent, City
of Coppell, Texas.
Modification and Withdrawal of Bids.
Bids may be modified or withdrawn by an appropriate document duly executed (in the
manner that a Bid must be executed) and delivered to the place where Bids are to be
submitted at any time prior to the opening of Bids.
If, within twenty-four hours after the Bids are opened, any Bidder files a duly signed
written notice with the Owner and promptly thereafter demonstrates to the reasonable
satisfaction of Owner that there was a material and substantial mistake in the preparation
of the Bid, that Bidder may withdraw his bid. Thereafter, that Bidder will be disqualified
from further bidding on the work.
1~9
Bidding and Contract Documents
17.
18.
19.
19.1
19.2
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, f'trrn 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.
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.
Award of Contract.
The Owner reserves the right to reject any and all Bids, to waive any and all informalities
except for the time of submission of the Bid and to negotiate contract terms with the
Successful Bidder. The Owner also reserves the right to reject all nonconforming,
nonresponsive, unbalanced or conditional Bids. Also, the Owner reserves the right to
reject the Bid of any Bidder if the Owner believes that it would not be in the best interest
of the Project to make an award to that Bidder, whether because the Bid is not responsive
or the Bidder is unqualified or has doubtful financial ability or fails to meet any other
pertinent standard or criteria established by the Owner. Discrepancies in the
multiplication of units of Work and unit prices will be resolved in favor of the unit prices.
Discrepancies between the indicated sum of any column of figures and the correct sum
thereof will be resolved in favor of the correct sum.
In evaluating Bids, the owner will consider the qualifications of the Bidders, whether or
not the Bids comply with the prescribed requirements, and such alternates, unit .prices,
completion time, and other data, as may be requested in the Bid form or prior to the
Notice of Award.
1-10
Bidding and Contract Documents
"
19.3
19.4
19.5
19.6
20.
21.
22.
23.
The Owner may consider the qualifications and experience of any Subcontractors,
Suppliers, or other persons or organizations proposed for those portions of the Work as
to which the identity of Subcontractors, Suppliers, and other persons and organizations
must be submitted as requested by the Owner. The Owner also may consider the
operating costs, maintenance requirements, performance data and guarantees of major
items of materials and equipment proposed for incorporation in the Work when such data
is required to be submitted prior to the Notice of Award.
The Owner may conduct such investigations as the owner deems necessary to assist in the
evaluation of any Bid and to establish the responsibility, qualifications and 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.
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.
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.
Execution of Agreement.
Within two (2) 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.
Affidavit of Bills Paid.
Prior to final acceptance of this project by the Owner, the Contractor shall execute an
affidavit that all bills for labor, materials, and incidentals incurred in the project
construction have been paid in full, and that there are no claims pending.
Bid Compliance.
Bid must comply with all Federal, State, county and local laws. Contractor shall not hire
nor work any illegal alien.
Notice to Proceed.
Upon execution of the Contract, the Owner will issue a written Notice to Proceed to the
Contractor requesting that he proceed with the construction. The Contractor shall
commence work within ten (10) calendar days after the date of Notice to Proceed.
1-11
Bidding and Contract Documents
24.
25.
26.
27.
28.
29.
Sales Tax.
The bidder shall not include or provide for sales tax on tangible personal property to be
incorporated into the project. In order to be exempt from the sales tax on such tangible
personal property, the contract shall separate and provide separate charges for materials
to be incorporated into the project from charges for labor. The City will provide the
Contractor with an exemption certificate for the materials. The contractor is expected to
issue a resale certificate in lieu of paying a sales tax at the time of purchase. The bidder
shall show the cost of materials to be incorporated into the contract (tangible personal
property) in the space provided on the bid form. The successful bidders bid form will be
used to develop a separated contract and will determine the extent of the tax exemption.
Upon execution of the construction contract, the successful bidder shall provide a per item
breakdown of 1) materials incorporated into the project; and 2) labor, equipment,
supervision and materials not incorporated into the project.
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.
Change Orders.
No oral statement of any person shall modify or otherwise change, or affect the terms,
conditions or specifications stated in the resulting contract. All change orders to the
contract will be made in writing by the Owner.
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.
Ventle.
This agreement will be governed and construed according to the laws of the State of
Texas. This agreement is performable in Dallas County, Texas.
Maintenance Bond.
The Contractor shall provide a two year Maintenance Bond in the amount of 50% of the
value of the work at the completion of the project. The bond must be provided prior to
final payment by the City.
1-12
Bidding and Contract Documents
BIDDING AND CONTRACT DOCUNENTS
BID FORM
PROJECT IDENTIFICATION: Town Center Drive and Town Center Boulevard - ST 95-02 in
Coppell, Texas.
(NA~ME OF ) t
THIS BID IS SUBMITTED TO:
City of Coppell (hereinafter called OWNER)
c/o Purchasing Agent
255 Parkway Boulevard
P.O. Box 478
Coppell, Texas 75019
CITY OF COPPELL BID NO: Q-1295-02
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 Instructions to Bidders. This Bid will remain subject to acceptance for ninety (90)
days after the day of Bid opening. BIDDER will sign and submit the Agreement with
other documents required by the Bidding Requirements within two (2) days after the date
of OWNER's Notice of Award.
3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that:
(a)
BIDDER has examined copies of all the Bidding Documents and of the following
Addenda (receipt of all which is hereby acknowledged):
No: ~
Date:
Rec'd:
1-13
Bidding and Contract Document~
BIDDING AND CONTRACT DOCUMENTS
BID FORUM
PROJECT IDENTIFICATION: Town Center Drive and Town Center Boulevard - ST 95-02 in
Coppell, Texas.
( F FII/dVl)
EO ·
THIS BID IS SUBMITTED TO:
City of Coppell (hereinafter called OWNER)
c/o Purchasing Agent
255 Parkway Boulevard
P.O. Box 478
Coppell, Texas 75019
CITY OF COPPELL BID NO: Q-1295-02
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 Instructions to Bidders. This Bid will remain subject to acceptance for ninety (90)
days after the day of Bid opening. BIDDER will sign and submit the Agreement with
other documents required by the Bidding Requirements within two (2) days after the date
of OWNER's Notice of Award.
3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that:
(a)
BIDDER has examined copies of all the Bidding Documents and of the following
Addenda (receipt of all which is hereby acknowledged):
No:
Date: 2~biqko
Rec'd:
1-13
Bidding and Contract Document~
(C)
(d)
(e)
BIDDER has familiarized itself with the nature and extent of the Contract
Documents, Work, site, locality, and all local conditions and Laws and
Regulations that in any manner may affect cost, progress, performance or
furnishing of the Work.
BIDDER has studied carefully all reports and drawings of subsurface conditions
contained in the contract documents and which have been used in preparation of
the contract documents. CONTRACTOR may rely upon the accuracy of the
technical data contained in such reports, but not upon nontechnical data,
interpretations or opinions contained therein or for the completeness thereof for
CONTRACTOR's purposes. Except as indicated in the immediately preceding
sentence, CONTRACTOR shall have full responsibility with respect to subsurface
conditions at site.
BIDDER has studied carefully all drawings of the physical conditions in or relating
to existing surface or subsurface 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.
1-14
Bidding and Contract Documents
(f)
BIDDER has correlated the results of all such observations, examinations,
investigations, explorations, tests, reports and studies with the terms and conditions
of the Contract Documents.
(g)
BIDDER has given ENGINEER written notice of all conflicts, errors or
discrepancies that it has discovered in the Contract Documents and the written
resolution thereof by ENGINEER is acceptable to BIDDER.
This bid is genuine and not made in the interest of or on behalf of any undisclosed
person, finn 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, rum or corporation
to refrain from bidding; and BIDDER has not sought by collusion to obtain for
itself any advantage over any other Bidder or over OWNER.
(i)
It is understood and agreed that the following quantities of work to be done at unit
prices are approximate only, and are intended principally to serve as a guide in
evaluating bids.
It is understood and agreed that the quantities of work to be done at unit prices and
materials to be furnished may be increased or diminished as may be considered
necessary in the opinion of the OWNER to complete the work fully as planned and
contemplated, and that all quantities of work, whether increased or decreased, are
to be performed at the unit prices set forth, except as provided for in the Contract
Documents.
It is understood and agreed that all work under this contract will be completed within the
bid calendar days. Completion date will be established in the Notice to Proceed.
BIDDER will complete the Work for the following price(s):
1-15
Bidding and Contract
TOWN
CENTER
UNIT PRICE BID SCHEDULE
DRIVE AND TOWN CENTER BOULEVARD
BASE BID
ST 95-02
Item
No.
Quantity
326
Unit
L.F.
Description and Price in Words Unit
Price
48" Storm Drain Pipe
Complete in Place
Eighty-three Dollars
and seventy-five Cents
per L.F.
Total
Price
83.75 27,302.50
2
1154
L.F.
36" Storm Drain Pipe
Complete in Place
Sixty Dollars
and seventy-five Cents
per L.F.
60.75 70,105.50
215
L.F.
30" Storm Drain Pipe
Complete in Place
Fifty-one Dollars
and seventy-five Cents
per L.F.
51.75 11,126.25
4
196
L.F.
24" Storm Drain Pipe
Complete in Place
Forty-five Dollars
and no Cents
per L.F.
45.00 8,820.00
1-16
Bidding and Contract Documents
TOWN CENTER
UNIT PRICE BID SCHEDULE
DRIVE AND TOWN CENTER BOULEVARD ST 95-02
BASE BID
Item
Quantity Unit
5 96 L.F.
6 44 L.F.
Description and Price in Words
18" Storm Drain Pipe
Complete in Place
Forty Dollars
and no Cents
per L.F.
12" Storm Drain Pipe
Complete in Place
Thirty-five Dollars
and no Cents
per L.F.
Unit Total
Price Price
40.00 3,840.00
35.00 1,540.00
7 150 L.F.
36" RCP
Complete in Place
Sixty-one Dollars
and no Cents
per L.F.
61.00 9,150.00
8 58 L.F.
30" RCP
Complete in Place
Fifty-one Dollars
and thirty-five Cents
per L.F.
51.35 2,978.30
1-17
Bidding and Contract Documents
TOWN
CENTER
UNIT PRICE BID SCHEDULE
DRIVE AND TOWN CENTER BOULEVARD ST 95-02
BASE BID
Item
9
Quantity
108
Unit
L.F.
Description and Price in Words Unit
Price
21" RCP
Complete in Place
Forty-two Dollars
and thirty-five Cents
per L.F.
Total
Price
42.35 4,573.80
10
Each
14' Inlet (Recessed Curb)
Complete in Place
Two thousand nine hundred
fifty Dollars and no Cents
per Each.
2,950.00 5,900.00
11
2
Each
10' Inlet (Recessed Curb)
Complete in Place
Two thousand five hundred fifty
Dollars and no Cents
per Each.
2,550.00 5,100.00
12
Each
10' Curb Inlet
Complete in Place
Two thousand two hundred fifty
Dollars and no Cents
per Each.
2,250.00 2,250.00
1-18
Bidding and Contract Documents
TOWN
UNIT PRICE BID SCHEDULE
CENTER DRIVE AND TOWN CENTER BOULEVARD
BASE BID
ST 95-02
Item
13
Quantity
Unit Description and Price in Words Unit
Price
Each
5' x 5" Type "Y" Inlet
Complete in Place
Nine hundred fifty Dollars
and no Cents
per Each.
950.00
Total
Price
2,850.00
14
Each
Remove Type "Y" Inlet
Complete in Place
Four hundred fifty Dollars
and no Cents
per Each.
450.00
450.00
15
6
Each
Standard 2-Grate Inlet
Complete in Place
One thousand seven hundred
fifty Dollars
and no Cents
per Each.
1,750.00
10,500.00
16
Each
Connect 48" Storm Drain Pipe
Downstream Headwall
Complete in Place
Two thousand five hundred
Dollars and no Cents
per Each.
2,500.00
2,500.00
1-19
Bidding and Contract Documents,
TOVVN
CENTER
UNIT PRICE BID SCHEDULE
DRIVE AND TOWN CENTER BOULEVARD ST 95-02
BASE BID
Item
No.
17
Quantity
Unit
L.S.
Description and Price in Words Unit
Price
Channel Work for 48" RCP
Complete in Place
Three thousand seven hundred
fifty Dollars and no Cents
per L.S.
Total
Price
3,750.00 3,750.00
18
12
S.F.
4" Concrete Slope Protection
with 6" Toe Wall
Complete in Place
Twelve Dollars and no Cents
per S.F.
12.00 144.00
19
1,115
L.F.
8" Sanitary Sewer Pipe
Complete in Place
Fourteen Dollars and seventy-
five Cents per L.F.
14.75 16,446.25
20
Each
4' Diameter Manhole
Complete in Place
One thousand two hundred fifty
Dollars and no Cents
per Each.
1,250.00 3,750.00
1-20
Bidding and Contract Documents
TOIVN
UNIT PRICE BID SCHEDULE
CENTER DRIVE AND TOWN CENTER BOULEVARD
BASE BID
ST 95-02
Item
No.
21
Quantity
4
Unit
Each
Description and Price in Words Unit
Price
8" Sanitary Sewer Plug
Complete in Place
Three hundred fifty Dollars
and no Cents
per Each.
350.00
Total
Price
1,400.00
22
1563
L.F.
8" Water Line
Complete in Place
Twelve Dollars
and seventy-five Cents
per L.F.
12.75
19,928.25
23
0.72
Ton
Fittings
Complete in Place
Three thousand Dollars
and no Cents
per Ton.
3,000.00
2,160.00
24
Each
8" x 16" Tapping Sleeve and
8" Valve
Complete in Place
One thousand two hundred
ninety-five Dollars
and no Cents
per Each.
1,295.00
1,295.00
1-21
BMding and Contract Documents
UNIT PRICE BID SCHEDULE
TOWN CENTER DRIVE AND TOWN CENTER BOULEVARD
BASE BID
ST 95-02
Item
Quantity Unit Description and Price in Words Unit
Price
25 6 Each
Fire Hydrant with 8" x 6" Tee
and 6" Valve
Complete in Place
One thousand four hundred fifty
Dollars and no Cents
per Each.
Total
Price
1,450.00 8,700.00
26 7 Each
8" Valve
Complete in Place
Six hundred seventy-five
Dollars and no Cents
per Each.
675.00 4,725.00
27 24 S.Y.
Remove and Replace Pavement
for 8" Water Line
includes saw cutting
Complete in Place
Sixty-five Dollars and no
Cents per S .Y.
65.00 1,560.00
28 1 L.S.
Relocate Power Pole
with Street Light
Complete in Place
and
per L.S.
Dollars
Cents
NA
1 ~22
Bidding and Contract Documents
TOWN CENTER
UNIT PRICE BID SCHEDULE
DRIVE AND TOWN CENTER BOULEVARD
BASE BID
ST 95-02
Item
Quantity Unit
29 4 Each
30 1 L.S.
Description and Price in Words
Remove Tree
Complete in Place
and
per Each.
Dollars
Cents
Remove Brick Planter
Complete in Place
Two thousand five hundred
Dollars and no Cents
per L.S.
Unit
Price
Total
Price
NA
2,500.00 2,500.00
31 1 L.S..
Turn Lane Buttons & Striping
Complete in Place
One thousand two hundred fifty
Dollars and no Cents
per L.S.
1,250.00 1,250.00
32 395 S.Y.
Driveway (6" thick)
Complete in Place
Twenty-three Dollars
and seventy-five Cents
per S.Y.
23.75 9,381.25
1-23
Bidding and Contract Documents
TOWN
CENTER
UNIT PRICE BID SCHEDULE
DRIVE AND TOWN CENTER BOULEVARD
BASE BID
ST 95-02
Item
No.
33
Quantity
128
Unit
S.Y.
Description and Price in Words
Pavement Removal
(including saw cuuing)
Complete in Place
Twelve Dollars
and seventy-five Cents
per S.Y.
Unit
Price
Total
Price
12.75 1,632.00
34
6,507
S.Y.
Concrete Pavement with 6"
Monolitlic Curb
Complete in Place
Nineteen Dollars
and thirty-five Cents
per S.Y.
19.35 125,910.45
35
7273
S.Y.
Lime Stabilization
Complete in Place
One Dollars
and forty-five Cents
per S.Y.
1.45 10,545.85
36
110
Ton
Hydrated Lime (30# / S.Y.)
Complete in Place
One hundred Dollars
and no Cents
per Ton.
100.00 11,000.00
1-24
Bidding and Contract Documents
UNIT PRICE BID SCHEDULE
TOWN CENTER DRIVE AND TOWN CENTER BOULEVARD
BASE BID
ST 95-02
Item
No.
Quantity Unit Description and Price in Words Unit
Price
37 8 Each
38 1,795 S .F.
Barrier Free Ramp
Complete in Place
Five hundred Dollars and no
Cents
per Each.
Median and Non Street Pavers
with sand and edge restraint
Complete in Place
Four Dollars
and seventy-five Cents
per S.F.
Total
Price
500.00 4,000.00
4.75 8,526.25
39 416 S.F.
Street Pavers with sand
Complete in Place
Five Dollars
and seventy-five Cents
per S.F.
5.75 2,392.00
40 628 L.F.
4" Conduit
Complete in Place
Seven Dollars
and ninety-five Cents
per L.F.
7.95 4,992.60
1-25
Bidding and Contract Documents
TOWN CENTER
UNIT PRICE BID SCHEDULE
DRIVE AND TOWN CENTER BOULEVARD
BASE BID
ST 95-02
Item
No.
Quantity unit
41 628 L.F.
Description and Price in Words
2" Conduit with Pull Wire
Complete in Place
Six Dollars and seventy-five
Cents
per L.F.
Unit
Price
6.75
Total
Price
4,239.00
42 1 L.S.
Excavation and Grading
Complete in Place
Twenty-five thousand Dollars
and no Cents
per L.S.
25,000.00
25,000.00
TOTAL BID ITEMS 1 THRU 42
$ 444,214.25
TANGIBLE PERSONAL PROPERTY COST
$ 282,726.76
1-26
Bidding and Contract Documents
BID SUMMARY
TOTAL PRICE
CALENDAR
DAYS
TOTAL BASE BID ITEMS 1 THRU 42
$ 444,214.25 150
In Words: Four hundred forty-four thousand, two hundred fourteen dollars and 25 cents.
,
BIDDER agrees that all Work awarded will be completed within 100 Calendar Days.
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 defined in the General Conditions of the
Construction Contract included as pan of the Contract Documents have the meanings
assigned to them in the General Conditions.
The City of Coppell reserves the right to delete any portion of this project as it may deem
necessary to stay within the City's available funds. Should the City elect to delete any portion,
the contract quantities will be adjusted accordingly.
SUBMITTED ON February 9. 1996.
1-27
Bidding and Contract Documents
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 'TC,./-~'5 COUNTY' OF
ME, the undersigned authority, a Notary Public in and for the State of
personally appeared ~eC.~ %'~:~"~'X who after being by me
Name
duly sworn, did depose and say:
BEFORE
, on this day
Name of Fi/'m
foregoing on behalf of the said
am a duly authorized office/agem for
and have been duly authorized to execute the
Name of Firm
I hereby certify that the foregoing bid has not been prepared in collusion with any other Bidder
or individual(s) engaged in the same line of business prior to the official opening of this bid.
Further, I certify that the Bidder is not now, nor has been for the past six (6) months, directly
or indirectly concerned in any pool, agreement or combination thereof, to control the price of
services/commodities bid on, or to influence any individual(s) to bid or not to bid thereon."
Telephone: (Z.\~)
TitXe:
1-28
Bidding and Contract Dotumtntt
SUBSCRIBED AND SWORN to before me by the above named
on this the ~ .~'x day of '~e_-b fk~z~.c~
An Indi~ '
By
doing business as
(Individual's Name)
i My Commission ExDires 02-23-1997 ~
Busine~a'Idress
Phone No.
A Partnership
By
(Firm Name)
(Seal)
Busines~fidress
(General Partner)
Phone No.
A Corporation
By '~k~ve~ t~,..~r._x-e'k'e_
(Corporation ~e)
(State of Inco~oration)
By ~~ ~.
(Nine of ~rson au~o~ed to sign)
(Title)
Bus~e~~~ ~C~e
~ ~ ~ Phone No~
A Joint Venture
By
By
(Name) (Address)
(Name) (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.)
1-29
and ConIrma Documents
SECTION 00640 - LABOR CLASSIFICATION AND MINIMUM WAGE SCALE
The City of Coppell is the contracting agency for this construction project. The following
statute requires any contracting agency to specify the generally prevailing rate of wages in
contracts that are bid.
Vernon's Texas Civil Statutes - Article 5159a:
"Construction of Public Works in State and
Municipal or Political Subdivisions; Prevailing
Wage Rate to be maintained."
Pursuant to the requirements of this statute, the City of Coppell, has ascertained the following
rates of wages are paid m various classifications of workers in the locality of this project.
Not less than the following hourly rates shall be paid for the various classifications of work
required by this project. Workers in classifications where rates are not identified shall be paid
not less than the general prevailing rate of "laborer" for the various classifications of work
therein listed.
The hourly rate for legal holiday and overtime work shall be not less than one and one-half (1
& 1/2) times the base hourly rate.
The rates specified are journeyman rates. Apprentices may be used on the project and may be
compensated at a rate determined mutually by the worker and employer, commensurate with the
experience and skill of the worker but not at a rate not less than 60% of the joumeyman's wage
as shown. At no time shall a journeyman supervise more than one (1) apprentice. All
apprentices shall be under the direct supervision of a journeyman working as a crew.
CLASSIFICATION HOURLY RATE
CLASSIFICATION HOURLY RATE
Air Tool Operator $7.554
Asphalt Raker 8.565
Asphalt Shoveler 8.255
Batching Plant Weigher 9.37 1
BaUerboard Setter 8.920
Carpenter 9.447
Carpenter Helper 7.695
Concrete Finisher - Paving 9.345
Concrete Finisher Helper Paving 8.146
Concrete Finisher - Structures 9.058
Concrete Finisher Helper
Structures 7.494
Concrete Rubber 7.733
Electrician 12.761
Electrician Helper 8.436
Flagger 5.598
Form Builder - Structures 8.717
Form Builder Helper Structures 7.550
Form Liner - Paving & Curb 8.913
Form Setter - Paving & Curb 8.686
Form Setter Helper Paving
&Curb 7.787
Form Setter - Structures 8.427
Form Setter Helper Structures 7.356
Laborer - Common 6.402
Laborer - Utility 7.461
Manhole Builder 11.0130
Mechanic 10.658
Mechanic Helper 8.345
Oiler 8.698
-- 1-30
CLASSIFICATION HOURLY RATE
Servicer 8.104
Painter - Structures 10.913
Painter Helper Structures 8.000
Piledriver 7.500
Piledriver Helper 7.000
Pipe Layer 8.509
Pipe Layer Helper 7.037
Blaster 11.333
Blaster Helper 7.250
Asphalt Distributor Operator 8.404
Asphalt Paving Machine 9.053
Broom or Sweeper Operator 7.908
Bulldozer, 150 HP & Less 8.703
Bulldozer, Over 150 HP 9.160
Concrete Paving Curing Machine 8.213
Concrete Paving Finishing
Machine 9.453
Concrete Paving Form Grader 8.500
Concrete Paving Joint Machine 9.042
Concrete Paving Joint Sealer 7.350
Concrete Paving Saw 9.290
Concrete Paving Spreader 9.750
Paving Sub-Grader 9.000
Slipform Machine Operator 9.000
Crane, Clamshell, Backhoe, Derrick,
Dragline, Shovel Less Than
1 i/2 C.Y. 9.513
Crane, Clamshell, Backhoe, Derrick,
Dragline, Shovel 11/2 C.Y.
&Over 10.517
Crusher or Screening Plant
Operator 9.500
Form Loader 12.000
Foundation Drill Operator Crawler
Mounted 10.000
Foundation Drill Operator Truck
Mounted 11.138
Foundation Drill Operator Helper
Truck/Crawler 8.688
Front End Loader 21/2 C.Y. & LesS. 823
Front End Loader Over 21/2 C.Y 9.311
Hoist - Double Drum 8.917
Milling Machine Operator 6.650
Mixer (over 16 C.F.) 9.000
CLASSIFICATION HOURLY RATE
Mixer (16 C.F. & Less) 7.913
Mixer - Concrete Paving 9.500
Motor Grader Operator Fine
Grade 10.346
Motor Grade Operator 9.891
Pavement Marking Machine 6.402
Roller, Steel Wheel Plant -
Mix Pavements 8.339
Roller, Steel Wheel Other Flatwheel
or Tamping 7.963
Roller, Pneumatic, Self-Propelled 7.403
Scraper - 17 C.Y. &Less 8.138
Scraper - Over 17 C.Y. 8.205
Side Boom 7.793
Tractor - Crawler Type 150 HP
&Less 8.448
Tractor - Crawler Type Over
150 HP 8.448
Tractor - Pneumatic 7.735
Traveling Mixer 7.615
Trenching Machine - Light 8.188
Trenching Machine - Heavy 12.498
Post Hole driller Operator 9.000
Wagon - Drill, Boring Machine 9.000
Reinforcing Steel Setter Paving 9.218
Reinforcing Steel Setter Structuresl 1.548
Reinforcing Steel Setter Helper 8.665
Steel Worker - Structural 12.860
Sign Erector 11.436
Sign Erector Helper 6.402
Spreader Box Operator 6.988
Barricade Servicer Zone Work 6.402
Mounted Sign Installer Permanent
Ground 6.402
Truck Driver - Single Axle Light 7.465
Truck Driver - Single Axle
Heavy 8.067
Truck Driver - Lowboy/Float 9.653
Truck Driver - Transit Mix 7.507
Truck Driver - Winch 8.200
Vibrator Operator 7.000
Welder 10.459
Welder Helper 9.000
1-30a
STANDARD FORM OF AGREEMENT
BETWEEN OWNER AND CONTRACTOR
ON THE BASIS OF A STIPULATED PRICE
THIS AGREEMENT is dated as of the d2 ~ 2~day of 2~f~~t~..ct in the year 1996
by and between the CITY OF COPPELL, TEXAS, a municipal corporation (hereinafter called
OWNER) and Site Concrete, Inc. (hereinafter called) C~2ACTOR).
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth,
agree as follows:
Article 1. WORK.
CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents.
The Work is generally described as follows:
This project is located in the proposed right-of-way and easements on vacant land south
of Parkway Boulevard and east of Denton Tap Road. The scope of the work is as shown
on the construction plans (ST 95-02) and as stated in these specifications. Generally, the
work shall consist of the installation of storm sewer pipe, inlets, water lines, fire
hydrants, valves, sanitary sewer lines, concrete paving, brick pavers, etc., associated
with the construction of 1200 L.F. of roadway.
The Project for which the Work under the Contract Documents may be the whole or only a part
is generally described as follows:
Town Center Drive and Town Center Boulevard
ST 95-02
Article 2. ENGINEER.
The Project has been designed by: Pacheco Koch Consulting Engineers, Dallas, Texas
Contract administration will be provided by the City of Coppell Engineering Department who
is hereinafter 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.
1-31
Standard Form of Agreement
Article 3. CONTRACT TIME.
3.1. The Work will be completed within 150 calendar days from the date when the
Contract time commences to run as provided in Item 1.13 of the General Provisions, and
completed and ready for final payment in accordance with Item 1.51 of the General
Provisions.
3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the
essence 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 Two hundred forty and no/100 dollars ($240.00) for each day that expires after
the time specified in paragraph 3.1 for Completion until the Work is complete.
Article 4. CONTRACT PRICE.
4.1. OWNER shall pay CONTRACTOR for completion of the Work in accordance with
the Contract Documents in current funds subject to additions and deductions by Change
Orders as provided in the contract documents in accordance with the unit prices listed
in Section 1 - Proposal and Bid Schedule. The contact sum shall be the amount of
$ 444,214.25 . The total tangible personal property cost included in the contract sum
is $ 282,726.76
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.
1-32
Standard Form of Agreement
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.
Article 6. INTEREST.
No interest shall ever be due on late payments.
Article 7. CONTRACTOR'S REPRESENTATIONS.
In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following
representations:
7.1. CONTRACTOR has studied carefully all reports of explorations and tests of
subsurface conditions and drawings of physical conditions which are identified in the
Supplementary Conditions as provided in Item 1.3 of the General Provisions, and accepts
the determination set forth in Item SC-1.20 of the Supplementary Conditions of the extent
of the technical data contained in such reports and drawings upon which CONTRACTOR
is entitled to rely.
7.2. CONTRACTOR has obtained and carefully studied (or assumes responsibility for
obtaining and carefully studying) all such examinations, investigations, explorations,
tests, reports, and studies (in addition to or to supplement those referred to in paragraph
7.1 above) which pertain to the subsurface or physical conditions at or contiguous .to the
site or otherwise may affect the cost, progress, performance, or furnishing of the Work
as CONTRACTOR considers necessary for the performance or furnishing of the Work
at the Contract Price, within the Contract Time and in accordance with the other terms
and conditions of the Contract Documents, including specifically the provisions of Item
1.3 of the General Provisions; and no additional examinations, investigations,
explorations, tests, reports, studies, or similar information or data are or will be required
by CONTRACTOR for such purposes.
7.3. CONTRACTOR has reviewed and checked all information and data shown or
indicated on the Contract Documents with respect to existing Underground Facilities at
or contiguous to the site and assumes responsibility for the accurate location of said
Underground Facilities. No additional examinations, investigations, explorations, tests,
reports, studies, or similar information or data in respect of said Underground Facilities
1-3 3 Standard Form of Agreement
are or will be required by CONTRACTOR in order to perform and furnish the Work at
the Contract Price, within the Contract time and in accordance with the other terms and
conditions of the Contract Documents, including specifically the provisions of Items 1.3,
1.20 and 1.21 of the General Provisions.
7.4. CONTRACTOR has correlated the results of all such observations, examinations,
investigations, explorations, tests, reports, and studies with the terms and conditions of
the Contract Documents.
7.5. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or
discrepancies that he has discovered in the Contract Documents and the written resolution
thereof by ENGINEER is acceptable to CONTRACTOR.
Article 8. CONTRACTOR DOCUMENTS.
The Contract Documents which comprise the entire agreement
CONTRACTOR concerning the Work consist of the following:
8.7.
8.8.
8.9.
between OWNER and
8.1. This Agreement (pages 31 thru 36, inclusive).
8.2. Exhibits to this agreement (immediately following this Agreement, inclusive).
8.3. Certificate of Insurance.
8.4. Notice of Award.
8.5. Part 1: General Provisions of the Standard Specifications for Public Works
Construction, NCTCOG, latest edition.
8.6. Supplementary Conditions to the NCTCOG, Part 1: General Provisions (pages 43
thru 49).
Specifications bearing the title: "Construction Specifications and Contract
Documents for Town Center Drive and Town Center Boulevard - ST 95-02 for the
City of Coppell".
Drawings entitled: "Town Center Drive and Town Center Boulevard - ST 95-02".
The following listed and numbered addenda:
8.10. CONTRACTOR's Bid Proposal and Bid Schedule of Section 1 - Bidding and
Contract Documents.
8.11. Documentation submitted by CONTRACTOR prior to Notice of Award.
1-34
Standard Form of Agreement
8.12. The following which may be delivered or issued after the Effective Date of the
Agreement and are not attached hemto: All Written Amendments and other
documents amending, modifying, or supplementing the Contract Documents
pursuant to Items 1.37 and 1.38 of the General Provisions.
8.13. The documents listed in paragraphs 8.2 et seq. above are attached to this
Agreement (except as expressly noted otherwise above).
The Contract Documents may only be amended, modified, or supplemented as provided in Items
1.37 and 1.38 of the General Provisions.
Article 9. MISCELLANEOUS.
9.1. Terms used in this Agreement which are defined in Item 1.0 of the General
Provisions will have the meanings indicated in the General Provisions.
9.2. No assignment by a party hereto of any rights under or interests in the Contract
Documents will be binding on another party hereto without the written consent of the
party sought to be bound; and specifically but without limitation moneys that may
become due and moneys that are due may not be assigned without such consent (expect
to the extent that the effect of this restriction may be limited by law), and unless
specifically stated to the contrary in any written consent to an assignment no assignment
will release or discharge the assignor from any duty or responsibility under the Contract
Documents.
9.3. OWNER and CONTRACTOR each binds itself, its parmers, successors, assigns and
legal representatives to the other party hereto, its partners, successors, assigns and legal
representatives in respect of all covenants, agreements and obligations contained in the
Contract Documents.
1-35
Standard Form of Agreement
Article 10. 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 Contract 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
B~X~~ ~J~
ATTEST: .
Address for giving notices:
CONTRACTOR: Site Concrete, Inc.
3328 Roy Orr
Grand Prairie, TX
75050
P.O. Box 478
Coppell, Texas 75019
A~n: Ken Griffin, P.E.
Assistant City Manager/City Engineer
(If OWNER is a public body, attach
evidence of authority to sign and
resolution or other documents
authorizing execution of Agreement.)
(If CONTRACTOR is a corporation, attach
evidence of authority to sign.)
1-36
Standard Form of Agreement
SITE CONCRETE, INC.
3328 Roy Orr · Grand Prairie, TX 75050-4207 · 214-313-0733 · FAX 214-513-0825
Mailing Address: P. O. Box 140096 · Irving, Texas 75014-0096
March 6, 1996
RESOLUTION
I, Jerry Bowen, Corporate Secretary of Site Concrete, Inc.
authorize Jean S. Boney, President of Site Concrete, Inc. to sign
contract documents for Town Center Drive and Town Center
Boulevard, Coppell, Texas.
J e~~& J J ~
AEHiltl).
' Upshaw Insurance Agency, Inc.
275 W. Campbell Road, #619
Richardson TX 75080-3605
-- D Armstrong
214-238-0361
I~URED
CERTIFICr"'E OF INSURANCE .. c. DATE..,D.,,,,,,
SXTEC-I 03/15/96
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIRCATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
COMPANIES AFFORDING COVERAGE
COMPANY
A O 8 Fire Ins Co
COMPANY
8 North River Ins Co
COMPANY
Site Concret. e, Inc. C Insurance Company of the
P. O. Box 140096 COMPANY
Irving TX 75014-0096 D
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO POLICY B:FECTIVE POLICY EXRRAT~N
LTR ~ OF INSURANCE POUCY NMER DATE (MM/DD/YY) DATE (MM/DD/YY)
GENBiA/. UABIUTY
A X COMMERCIAL OENERAL LIABILITY 5031381258 05/11/95 05/11/96
i~i:~i:. I cu~Ms MADE [~] OCCUR
OWNER'S & CONTRACTOR'S PROT
AUTONIOBILE UABIUTY
__
B Z ANY AUTO 133612234 05/11/95 05/11/96
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON-OWNED AUTOS
UMITS
GENERAL AGGREGATE fJ 2000000
PRODUCTS - COMPIOP AGG % 1000000
PERSONAL & ADV INJURY $ 1000000
EACH OCCURRENCE $ 1000000
FIRE DAMAGE (Any one fire) $ 50000
MEn EXP {Any one person) ~ 5000
COMBINED SINGLE LIMIT $ 1000000
BODILY INJURY
(Per person)
BODILY INJURY
(Per accident)
PROPERTY DAMAGE (;
A
C
GARAGE UABIUTY AUTO ONLY - EA ACCIDENT
.-,.........,.........,....,........,........-...................-.
ANY AUTO OTHER THAN AUTO ONLY: ~:~:E:i:i:~:~:!:~:!:~:~:~:~:~:~:E:E:~:!:!:!:~:!:[:~:~:E:i:E:E:!:~:i:!:!:!:~:~:i:
EACH ACCIDENT
AGGREGATE
EXCm U/ilUTY EACH OCCURRENCE $ 5000000
· I UMBRELLA FORM 5530253922 05/11/95 05/11/96 AGGREGATE ~ 5000000
OTHER THAN UMBRELLA FORM
EMPLOYB%~' UABIUTY EACH ACCIDENT $
THEPROPB,_r'rOP,/ ~ ;NC- '~fC8772856:RA 12/O1/95 12/O1/96 D~SEASE-POUCYUM~T
PARTNERS/EXECUTIVE
OFRCERS ARE: EXCL DISEASE - EACH EMPLOYEE
0THBI
a Property 5031381258 05/11/95 05/11/96
DF~CRIPTION OF OPI~',ATIONS/I.OCATIONS/VEHICL.ES/SPECIAL ITENIS
Job # 96-16 Town Center Dr - Town Center Blvd,, Coppe11, Texas
CTYC2 - 1 SHOULD ANY OF THE/lOVE DESCRIBED POLICIES BE CANCR: m BI~ORE THE
EXPIRATION DATE THI~EOF. THE I~SUINO COMPANY W1LL ENDEAVOR TO MAIL
10 DAYS WRITTEN NOTICE TO THE CEITTIFICATE HOLDEl NAMED TO THE Li~T.
City o f Coppe 11 nUT FNLURE TO MNL SUCH NOTICE SHALL INIPOSE NO OBUGATION OR UABIUTY
255 Parkway elvd.
Coppe 11 TX 750 19 OF ANY KIND UPON THE COMPANY. ITS AGI~TS OR RBqtESENTATIVES.
Ae, liltlL CERTIFICI"'E OF INSURANCE
moo~m
Upshaw Insurance agencyr lnc,
275 W. Campbell Road, #619
Richardson TI 75080-3605
214-238-0361
INSURED
: : DATE 0i/DD/YY)
8ZrEC-i 05/09/96
THIS CERTIFICATE IS I&SUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE Crrr. RTIFICATE
HOLDER. THI CERTIFICATE DOF..~ NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POUC, IF.J BELOW.
COMPANIES AFFORDING COVERAGE
COMPANY
A O 8 Fire Ins Co
COMPANY
8 North River Ins Co
COMPANY
Site Concrete, Inc. C
P. O, BOx 140096 COMPANY
Irving TX 75014-0096 D
THIS IS TO CERTIFY THAT THE POLICES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICES DESCRIED HEREIN IS SUBJECT TO ALL THE TERMS,
B
EXCLUSIONS AND CONDITIONS OF SUCH POLICES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
I TYPE OF INIURANCE POUCY NUMIB~ POLICY ,,":"~'TIVE POLICY EXPIRATION
DATE &41eAR~)PfYI DATE {NIM,.~D/YY~
GENBe, AI. UNIIUTY
Z COMMERCIAL GENERAL LIABIUTY 5031285066 05/11/96 05/11/97
OWNER'S & CONTRACTOR'S PROT
AUTOIRDNI.E UAIIUTY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON-O%NNED AUTOS
X33614032 05/11/96 05/X1/97
LlalTI
GENEPJd.. AGGREGATE $ 2000000
PRODUCTS - COMP/0P AGG $ lO000OO
PERSONAL & ADV INJURY S 1000000
EACH OCCURRENCE $ 1000000
FIRE DN~AGE (Any ore fir.) e 50000
MED EXP CAr./om .men) * 5000
COMBINED S~NGLE UM~T * 1000000
BODILY INJURY $
(Per men)
BODILY INJURY $
(Per acctdem)
PROPERTY DAMAGE $
A
OARAGE U.,eIILITY
__
ANY AUTO
EXCEll U/IIUTY
· UMBRELLA FORM
OTHER THAN UMBRELLA FORM
WOIe(il, CO MFINIATION AIM)
THE PROPRIETOR/ ~ INCL
PARTN ERS/EXECUTIVE
OFRCERS ARE: EXCL
OTHBi
5530380768 05/11/96 05/11/97
AUTO ONLY - EA ACCIDENT
OTHER THAN AUTO ONLY:
EACH ACCIDENT
AGGREGATE
EACH OCCURRENCE
AGGREGATE
I STATUTORY UMITS
EACH ACCIDENT
DISEASE - POLICY LIMIT
DISEASE - EACH EMPLOYEE
5000000
5000000
Job # 96-16 Town Center Dr. -
Center Blvd., Coppell, Tx.
CERTFICATE HOLDER
City of Coppell
255 Parkway Blvd.
Coppe11 TX 75019
ACORD 26-8 13193)
C'lfZC2 - 1
CANCELLATION
IHOULDANYOFTHgAIOVEDIICIqlIEDFOIJClEIIECANCmsmlEFORETHE
EX]qRATION DATE THBIEOF, THE ~ CONIPMY WILL BII)EAVOR TO MNL
0 DAYI WRITTEN NOTICE TO THE CITTIRC NAMED TO THE LIFT,
M NO IK, td.L IE TIO UAIIUTY
IA TION 1993
Certificate of Insurance
THIS CERTIFICATE IS ISSUED AS A MATI'ER OF INFOKMAT1ON ONLY AND CONFERS NO RIGHTS UPON YOU THE CERIIFICATE HOLDER. THIS CERTIFICATE IS NOT
AN INSURANCE POLICY AND DOES NOT AN, lEND, EXTEND, OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW.
SITE CONCRETE, INC. ] .
P.O. BOX 140096 Name and
IRVING, TX 75014 ~ address of
Insured.
Is at the issue date of this certificate, insured by the Company under the policy(ies) listed below. The insurance afforded by the listed policy(ies) is subject to all their
It
terms, exclusions and conditions and is not aered by any requirement, term or condiljon of any contract or other document with respect to which this certificate may be
issued,
EXP, DATE
· [] CONTINUOUS
TYPE OF POLICY [] EXTENDED POLICY NUMBER LIMIT OF LIABILITY
[] POLICY TERM
WORKERS COVERAGE AFFORDED UNDER WC EMPLOYERS LIABILITY
LAW OF THE FOLLOWING STATES:
COMPENSATION 12/1/96 WC7-191-419018-015 TX BodilVlniurvBVAccident
$1,000,000 Each
Accident
Bodily Injury By Disease
$1,000,000 Policy
Limit
Bodily Injury By Disease
$1,000,000 Each
Person
GENERAL General Aggregate - Other than Products/Completed Operations
LIABILITY
[] OCCURRENCE Products/Completed Operations Aggregate
F~ CLAIMS MADE ' Bodily Injury and Property Dama~le Liabili~
Per
Occurrence
Personal and Advertising Injury
Per Person
RETRO DATE Organization
Other Other
AUTOMOBILE Each Accident - Single Limit
LIABILITY B.I. and P.D, Combined
E~ OWNED Each Person
[] NON-OWNED Each Accident or Occurrence
[] HIRED Each Accident or Occurrence
OTHER
ADDITIONAL COMMENTS
Job #96-16 Town Center Drive
Coppell, Texas
& Town Center Boulevard
* If the certificate expiration date is continuous or extended term, you will be notified if coverage is terminated or reduced before the certificate expiration date.
SPECIAL NOTICE-OHIO: ANY PERSON WHO, WITH INTENT TO DEFRAUD OR KNOWING THAT HE IS FACILITATING A FRAUD AGAINST AN INSURER, SUBMITS
AN APPUCATION OR FILES A CLAIM CONTAINING A FALSE OR DECEPTIVE STATEMENT IS GUILTY OF INSURANCE FRAUD.
NOTICE OF CANCELLATION: (NOT APPLICABLE UNLESS A NUMBER OF DAYS IS ENTERED BELOW.) BEFORE
THE STATED EXPIRATION DATE THE COMPANY WILL NOT CANCEL OR REDUCE THE INSURANCE AFFORDED
UNDER THE ABOVE POLICIES UNTIL AT LEAST DAYS
NOTICE OF SUCH CANCELLATION HAS BEEN MAILED TO:
City of Coppell
CER~FICATE 255 Parkway Blvd
HOLDER '
Coppell, TX 75019
Liberty Mutual Group
MINA LEE KIM
AUTHORIZED REPRESENTATIVE
IRVING- JL (800) 443-2692
OFFICE PHONE NUMBER DATE ISSUED
This certificate is executed bv LIBERTY MUTUAL GROUP as respects such insurance as is affL~rded bv Those Companies
BS 772L R2
STATE OF TEXAS }
COUNTY OF DALLAS }
PERFORMANCE BOND
Bond No. 22-000-308
KNOW ALL ,MEN BY THESE PRESENTS: That Site Concrete, Inc.
whose address is 3328 ROy 0rr Blvd., Grand Prairie, TX 75050
heroinafter called Principal, and Iibertv Mutual Insuraqce Company
a corporation organized and existing under the laws of t~oemmon~we !Ja Massachusetts , axial
licensed to transact business in the Sta.te_of Texas as Surety, are ~ and firrely bound unto
CITY OF COPPELL, a municipal corporation organized and existing under the laws of the Sure
of Texas, heroinafter called "Be~ciary", in the penal sum of. Four aundre~ Forty Four Thousand
Two Hundred Fourteen and 25/100 ............................
($ 444,214.25 ) in lawful money of the United States, to be paid in Dallas Count>t:
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, fLrrnly by these presents. T'_~s
Bond shall automatically be increased by the amount of any Change Order or Suppiemeatai
Agreement which increases the Contract price, but in no event shah 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 ~e City of Coppert, the Beneficiary, dared the
5!;h Of March , A.D. 19 96 , which is made a part hereof by reference, for
the construction of certain public improvements that arc generally described as follows:
Town Center Drive & Town Center Boulevard
Project No. ST 95-02
Bid No. Q~1295-02
NOW, THEREFORE. ff the Principal shall well, truly and faith~zlly perform and fulfill
all of the undertakings, covenants, terms, conditions and agreements of said Contract
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
Connet, and shall also well and truly perform and fulfill all the undertakings, covenants, tens.
conditions and a~eements of any and all duly authorized modifications of said Contract that may
hereafter be made, notice of which modifications to the Surety being hereby waived; and, if the
Principal shall repair and/or replace all defects due to faulty materials and workmanship the
appear within a period of one (1) year from the date of final completion and final ~icceptance
the Work by Owner; and, if the Principal shall fully indemnify and save harmless the
Beneficiary from all costs and damages which Beneficiary may suffer by reason of failure to so
pe~orm 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 b,~
void; otherwise, it shall remain in full force and effect.
I ~37 Pe,'/o,'n,,;e So,"~
PROVIDED FURTHER, that if any legal action be fled on this Bond, exclusive Venu~
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 Conwac:'
or w 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 suc:~.
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 Vemon's Annotated
Civil Statutes, and any other applicable-statutes of the State of Texas.
The tmdenigned and designated agent is hereby designated by the Surer/herein as the
Resident Agent in Dallas Counr/or Denton Cotmr/to whom any requisite notices may ~:
delivered and on whom service of process may be had in matters arising out of such sureWship,
as provided by Article 7.19-1 of the insurance Code, Vemon's Annotated Civil Statutes of the
State of Texas.
IN WITNESS WREREOF, this instrument is executed in
each one of which shall be deemed an original. this tl~ Stb day of
19,. 9~-
Four (4) COpieS,
March
PKI~CIPAL SURETY
Site Concrete, Inc.
Liberty Mutual Insurance Company
Tide: Attorney-In-Fact
r Denton County, Texas, for delivery of notice and
service of the process is:
William D, Baldwin
yi~E)DI~S: 1201Kas Dr., Ste. B, Richardson, TX 75081
N02~: Date of Performance Bond mutt be date of Contract. If Resident Agent is not a corporation. give a person
Bond No. 22-000-308
PAYMENT BOND
STATE OF TEXAS }
COL~ITY OF D,~LLAS }
I~NOW ALL MEN BY TKESE PRESENTS: That $ite Concrete, Inc.
whose address is 3328 Roy Orr Blvd., Grand Prairie, TX 75050
hereirmf~er called Principal, and Libertv Mutual Insurance Company
a corporation organized and existing under the laws OfCortlmemo~nwea t f Massachusetts , alld f~!i'~'
licensed to transact business in the State of Texas as Surety, gte°~d and fay bound unto
CITY OF COPPELL, a municipal corp.or_ation organized and existing under the taws of ~e
of Texas, hereinafter called "Beneficiary", in the penal sum of Four Hundred Forty Four Thousand
Two Hundred Fourteen and 25/100 ............................. DOLLA!R_S
($ 444,214.25 ) 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 shad 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 u-his Bond.
T_~__- OBLIGATION TO PAY SA1VtE is condifioned as follows: Whereas, the
Principal entered into a certain Contract with the City of Copp~ll, dated rile 5th
. March . , A.D. 19 96 , which is made a pan hereof by reference, for the
construction of certain public improvements that are generally described as follows:
Town Center Drive & Town Center Boulevard
Project No. ST 95-02
Bid No. Q-1295-02
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties
and make prompt payment to all persons, tim, subcontractors, corporations and claimants
Supplying labor and/or material in the prosecution of the Work provided for in said Contract and
any and all duly authorized modifications of said Contract that may hereafter be made, notice
of which modification to the Surety is hereby expressly waived, then this obligation shall be
void; otherwise it shall remain in full force and effect.
PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue
shall lie in Dallas County. Texas.
AND PROVIDED FURTHER, that the said Surety. for value received, hereby stipulates
and a~ees 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 Ptans, Specification.s, Drawings, etc.,
1-39
Paytnen~ Bond
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, aiteration or addition to the terms of uhe
Contract, or to the Work to be performed thereunder.
Tllis 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.
Th~ undersigned and designated agent is he~by designated by the Surety herein as the
Resident Agent in Dallas County or Denton County to whom any requisite notices may be
delivered ~md on whom service of process may be had in matters arising out of such suretyshiF,
as provided by AzIielc 7, 19-1 of the insurance Code, Vernon's Annotated Civil Statutes of the
$tat~' of Texas.
IN WITNES8 WHEREOF, this imtrument is executed in
each one of which shall be deemed an original, this the 5th day Of
19 96.
Four (4) copies,
March
PRINCIPAL SURETY
Site Concrete, Inc.
Liberty Mutual Insurance Company
Title: Attorney-In-Fact
The Re ent Ag the Surety in Dallas or Denton County, Texas, for delivery, of notice and
service o~ the process is:
William D. Baldwin
ADDRESS:
1201Kas Dr., Ste. B, Richardson, TX 75081
NOI'E.' D~'t of Perfomuznce Bond must be date of Contract. If Resident Agent is not a corporation, gi~'e a person's
nalne.
1-40
l~ymtnt Bond
STATE OF TEXAS }
COIjiNTY OF DALLAS }
MAINTENANCE BOND
Bond No. 22-000-308
KNOW ALL ..MIEN BY THESE PRESENTS: THAT Site Concrete, Inc.
as Pr~.cipai, ~
Li hPrty Mutual Insur.ance Company , acorporation organized trade,- the
laws of the Commonweal th of Massachusetts . as sureties, do hereby
expressly acknowledge themselves to be held and bound to pay unto
City of Coppell , "i' Municipal Corporatioa, Texas, the sum cf
Two Hundred Twenty Two Thousand One Hundred Seven and 12/100 ........... Dollars
..................... Ceuts (S_. 222,~07.12 ), for the payment of which
will and truly be made unto said city ~f cnppell , ~d
p~ip~ ~d ~eties do hereby bind ~e~clves, ~e~ assi~ and ~ccesso~ jo~tly
seve~Uy.
THIS obligation is conditioned; however, that whereas, ~e said
Site Concrete, Inc. h~ls
this day entered into a_wri=en conu'act wiu't the said city of Copnell
tO buUd and construct Town Center Drive & Town Center Boulevard, Project r~o. ST 95-02
Bid No. Q-1295-02 Which conwatt and the plans and specilications the~eLn
mentioned, adopw. d by ~e city of Coppel 1 are hereby expressly made a pan
thereof as through the same were written and embodied herein.
WHEREAS, under the plans, specifications, and contract, it is provided that the
Contractor will maintain and keep in good repair, the work 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 recon~w, xction in whole or in pan of said improvements
should be occasioned by settlement of foundation, defective workmanship or materials furnished
in ~e consu'uction or any pan thereof or any of the accessories thereto consu'ucted by the
Conlzacwr. It being understood Illat the purpose of rifts 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 days failure on its' par;
to comply wir. h th: terms of said provisions of said conu'act. 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 r. he performance of its' contract to so maintain and repair said work, then tI'xese presents shall
have full force and eff:ct, and said city of Cowell shall have and receive from
the said Contractor and its' principal and sureties damages in th~ premises. as provided; and
is further agreed that this obligation shall be a continuing one against the principal and sureties,
hewon, and that successive recoveries may be and had hereon for successive branches umil
full amount shall have been exhausted; and it is further understood that the obligation herein to
nr '* T
maintain said work shall continue throughout said maintenance period, and the same shaii .nGt
be changed, dirainished or in any manner affected from any cause during said time.
lINT ~S Iv'IrKE~OF, the said Site Concrete, Inc. has
caused these presents to be executed by
and the said Libertv Mutual Insurance Company h~)S ca'used these presents tc
be executed by its Attorney in fact and the said Attorney in fac:
Michael B. Hill , has hereunto set his hand, the 5th day of
March , 19 96
PRINCIPAL
S~te Concrete, Inc.
SURETY
Liberty Mutual Insurance Company
Michael B. Hill
T)fle: Attorney- I n-Fact
WITNESS: ATTEST:
' of Y~m~nc~ Bond must not b~ p~'or to date of Contract.
__ 1 -.42
THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 2 8 5 3 4 4
This Power of Attorney limits the act of those named herein, and they have no authority to bind the Company except in the
manner and to the extent herein stated.
LIBERTY MUTUAL INSURANCE COMPANY
BOSTON, MASSACHUSEI'I'S
' POWER OF ATTORNEY
KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual InsUrance Com.pany: (the !Company"), a Massachusetts
mutual insurance company;: Ursuant to and by authOrity Of~'the By:law and:~AUthorizEiti0n'her~in'afte~ set fodh, does hereby name,
_ constitute andappoint, WILLIAM D..:BALDWIN;% W' T. 'RAGSDALEi:SUZANNE C. BALDWIN. CINDY FOWLER,
MICHAEL B. HILL, DON::E. SMITH, RAY'WATSON, ALL OF THE!: CITY:OF RICHARDSON AND WILLIAM L.
BIDLEHOOVER OF THE CITY OF.AUSTIN, STATE OF TEXAS; .... ~, ,: ....,::; .:~; ~ ........;~;~;~::~ .....................
· --, ~;':~ ;'...: .
...... , .................. ,~ .... ,~ .......... . ....... .... : .... . ........ . . ........ , ............
........................... ...., ........ ~.., ........... :... .... ~-. ~-.~.--,:~;::,;~.~ ....... ~.:,~,~ .....................
, each individually if there be mere thanone named, its true:and la~fUi a~t0Lrney-in-fact tO make, exeCUte; SCab. acknowledge and deliver, for and on its
behalf as suret and as its act ,a,n,d deed any and all undertakingS~ bonds, recognizances and ether SUrety Obligations in the penal sum not exceeding
' SEVENTY-F~/~E MILLION** *******;;***""""'******* DOLLARS ($ 75,000,000 ******** ) each, and the execution of such bonds or
undedakings, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by
.L~~ the secretary of the Company in their own proper persons.
That this power is made and executed pursuant to and by authority of the following By-taw and Authorization:
~ · ARTICLE XVI - Execution of Contracts: Section 5. Surety Bonds and Undertakings.
J..C, Any officer or other official of the company authorized for that purpose in writing by the chairman or the president, and subject to such
limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the
company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety
3' ~ obligations. Such attorneys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the
j63 company by their signature and execution of any such instruments and to attach thereto the seal of the company. When so executed such
) instruments shall be as binding as if signed by the president and attested by the secretary.
) ~ By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-in-fact:
~ > Pursuant to Article XVI, Section 5 of the By-laws, Assistant Secretary Garnet W. Elliott is hereby authorized to appoint such attoineys-in-fact
L_,.) as may be necessary to act in behalf of the company to make, execute, seal, acknowledge and deliver as surety any and all undertakings,
bonds, recognizances and other surety obligations.
~ ~ That the By-law and the Authorization above set forth are true copies thereof and are now in full force and effect.
·
j..~ IN WITNESS WHEREOF, this instrument has been subscribed by its authorized officer and the corporate seal of the said Liberty Mutual Insurance
Company has been affixed thereto in Plymouth Meeting, Pennsylvania this _ 21 St day of April ,19 95
' ' ! LIBERTY MUTUAL INSURANCE COMPANY
).~
! .C_ Garnet W. Elliott, Assistant Secretary
· ~ COMMONWEALTH OF PENNSYLVANIA Ss
COUNTY OF MONTGOMERY
O On this 21 St dayof April , A.D. -1:9- 95 , before me a Notary Public personally came the individual known to
~ me to be the therein described indMdual and officer of Libedy MiitUal nSUrar~C~'Company?V~ho exe&ed th~.p[e~eding nstrument and he acknow ed-
L L
gad that he executed the same add ~hat the seal affixed to the saKt precedi'ng-~nstrument is the corpOrate Seal Of said company; and that said corporate
seal and his signahjre subscribed thereto was duly affixed and subscribed t0~eSaid instrument by aL~thority and direCtiOn of the said company.
I, the undersign~(};.,X~t81ts~d'~etary of Liberty Mutual.~ inSuranOe.'Co rnpany, do ;hereby certify: that: the;bdgin~l power of attorney of which the
foregoing is a full, true an~l~"ebfre~['%opy, i~ in full force and effeCt:dr~'[hS da{e of this certifidate; and ldO'fUfther ~e~tify that the officer who executed the
said power of attorney was one of the officers specially authorized by the chairman or the president to appoint any attorney-in-fad as provided in Article
XVI, Section 5 of the By-laws of Liberty Mutual Insurance Company.
This certificate may be signed by facsimile under and by authority of the following vote of the board of directors of Liberty Mutual Insurance
Company at a meeting duly called and held on the 12th day of March, 1980
' VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company wherever appearing upon a certified
copy of any power of attorney issued by the company, snail be-vajid and binding upon the company with the same force and effect as
though manually affixed.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and ~ffixed the corporate seal of the said company, this 5th day of
' March 19 96 "~:"::-
E:.:: i~ ~: Assistant S~
-- THIS POWER OF ATTORNEY MAY NOT BE USED TO EXECUTE ANY BOND WITH AN NCEPTION DATE AFI~R December 31, ,19 97
IMPORTANT NOTICE
TO OBTAIN INFORMATION OR. MAKE A COMPLAINT:
YOU MAY CONTACT THE TEXAS DEPARTMENT OF
INSURANCE. TO OBTAIN INFORMATION ON COMPANIES,
COVERAGES, RIGHTS OR COMPLAINTS AT:
1-800-252-3439
YOU MAY WRITE THE TEXAS DEPARTMENT OF INSURANCE:
P.O. BOX 149104
AUSTIN, TX 78714-9104
FA× # (513) 475-1771
PREMIUM OR CLAIM DISPUTES:
SHOULD YOU HAVE A DISPUTE CONCERNING YOUR
PREMIUM OR ABOUT A CLAIM YOU SHOULD CONTACT THE
AGENT OR COMPANY FIRST. IF THE DISPUTE IS NOT
RESOLVED, YOU MAY CONTACT THE TEXAS DEPARTMENT
OF INSURANCE.
ATTACH THIS NOTICE TO YOUR POLICY:
THIS NOTICE IS FOR INFORMATION ONLY AND DOES NOT
BECOME/~ PART OR CONDITION OF THE A~'Fi'ACHED
DOCUMENT.
F.14032B (9/92)
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.0
Engineer: The word "Engineer" in these contract documents and specifications shall be
understood as referring to CITY ENGINEER, City of Coppell, P.O. Box 478, Coppell, TX
75019, Engineer of the Owner, or such other representatives as may be authorized by said owner
to act in any particular position.
Owner: The word "Owner" in these contract documents and specifications refers to the CITY OF
COPPELL acting through its authorized representatives.
Calendar Day: Add the following sentence to the end of the working days definitions: Hours
worked before 8:00 a.m. after 5:00 p.m., all weekends and holidays are subject to overtime.
Overtime request must be made in writing and approved by the City of Coppell. Seventy-two
hours notice required. All overtime incurred by the City for inspection services shall be paid by
the Contractor. If not paid, such cost may be deducted from partial payments.
All other terms used in these Supplementary Conditions which are def'med in the General
Provisions shall have the same meanings used in the General Provisions.
ITEM 1.15 - SURETY BONDS
SC-1.15
Add following sentence to Item 1.15 (A):
"Maintenance Bond shall be required in the amount of 50% of the cost of the public improvements
for a 2 year period."
1-43 Supplementary Conditions
ITEM 1.16 - NOTICE TO PROCEED
SC-1.16
Add following sentence to end of Item 1.16.
Before Contractor starts the Work at the site, a conference attended by Contractor, Engineer and
others as appropriate will be held to discuss the schedules referred to in Items 1.22.5, 1.28 and
1.51.1, to discuss procedures for handling Shop Drawings and other submittals and for processing
Applications for Payment, and to establish a working understanding among the parties as to the
Work.
ITEM 1.19 - PRIORITY OF CONTRACT DOCUMENTS
SC-1.19
Add the following language at the end of the Item 1.19: "If there is any conflict between the
provisions of the Contract Documents and any such referenced standard specifications, manuals
or codes, the provisions of the Contract Documents shall take precedence over that of any standard
specifications, manuals or codes."
ITEM 1.20 - CORRELATION AND INTENT OF DOCUMENTS
SC-1.20.1
Amend the 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:
"In the preparation of Drawings and Specifications, ENGINEER has established and relied upon
the following reports of explorations and tests of subsurface conditions at the site of the work:
No geotechnical explorations or tests of subsurface conditions have been performed.
The Contractor may take borings at the site to satisfy himself as to subsurface conditions."
SC-1.20.5
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.
1-44 Supplementary Conditions
If it is necessary to change or move the property of any owner or of a public utility,
such property shall not be moved or interfered with until authorized by the
ENGINEER. The right is reserved to the owner of any public utility to enter upon the
limits of the project for the purpose of making such changes or repairs of their property
that may be made necessary by the performance of this contract.
ITEM 1.22 - CONTRACTORS RESPONSIBILITIES
SC-1.22.5
Amend the first sentence of Item 1.22.5 by adding the following at the beginning of the sentence:
"If requested by Owner, Engineer or Contractor".
ITEM 1.24 - PROTECTION OF WORK AND OF PERSONS AND PROPERTY
SC-1.24.2.1
Add the following new Item 1.24.2.1 immediately after Item 1.24.2:
1.24.2.1
Should CONTRACTOR cause damage to the work or property of any separate
Contractor at the site, or should any claim arising out of CONTRACTOR'S, OWNER,
ENGINEER, Consulting Engineer or any other person, CONTRACTOR shall promptly
attempt to settle with such other Contractor by agreement, or to otherwise resolve the
dispute by arbitration or at law. CONTRACTOR shall, to the fullest extent permitted
by Laws and Regulations, indemnify and hold OWNER, ENGINEER and Consulting
Engineer harmless from and against all claims, damages, losses and expenses
(including, but not limited to, fees of engineers, architects, attorneys and other
professionals and court and arbitration costs) arising directly, indirectly or
consequentially out of any action, legal or equitable, brought by any separate
Contractor against OWNER, ENGINEER or Consulting Engineer to the extent based
on a claim arising out of CONTRACTOR'S performance of the Work. Should a
separate Contractor cause damage to the work or property of CONTRACTOR or
should the performance of work be any separate Contractor at the site give rise to any
other claim, CONTRACTOR shall not institute any action, legal or equitable, against
OWNER, ENGINEER or Consulting Engineer or permit any action against any of
them to be maintained and continued in its name or for its benefit in any court or
before any arbiter which seeks to impose liability on or to recover damages from
OWNER, ENGINEER or Consulting Engineer on account of any such damage or
claim. If CONTRACTOR is delayed at any 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.
1-45 Supplementary Conditions
ITEM 1.26 - INSURANCE
SC-1.26.6
Add the following new item:
1.26.6
If OWNER requests in writing that other special insurance be included in the property
insurance policy, CONTRACTOR shall, if possible, include such insurance, and the
cost thereof will be charged to OWNER by appropriate Change Order or Written
Amendment. Prior to commencement of the Work at the site, CONTRACTOR shall
in writing advise OWNER whether or not such other insurance has been procured by
CONTRACTOR.
SC-1.26.7
Add the following new item:
1.26.7
CONTRACTOR intends that any policies provided in response to Item 1.26 shall
protect all of the parties insured and provide coverage for all losses and damages
caused by the perils covered thereby. Accordingly, all such policies shall contain
provisions to the effect that in the event of payment of any loss or damage the insurer
will have no rights of recovery against any of the parties named as insured or
additional insured, and if such waiver forms are required of any Subcontractor,
CONTRACTOR will obtain the same.
ITEM 1.27 - MATERIALS AND WORKMANSHIP; WARRANTIES AND GUARANTEES
SC-1.27.4
Amend the first sentence of Item 1.27.4 to change the words "one year" to "two years".
ITEM 1.32 - WORKING AREA: COORDINATION WITH OTHER CONTRACTORS; FINAL
CLEANUP
8C-1.32.1
Delete Item 1.32.1 in its entirety and insert the following in lieu thereof:
"Construction stakes/surveying shall be provided by the CONTRACTOR. Vertical control has
been established as shown on the construction plans. Horizontal control can be established from
existing inlets, street intersections or other utilities indicated on the construction plans. The
Contractor shall be responsible for establishing all lines and grades, and the precise location of
all proposed facilities. The ENGINEER may make checks as the Work progresses to verify lines
and grades established by the Contractor to determine the conformance of the completed Work as
it progresses with the requirements of the construction documents. Such checking by the Engineer
1-46 Supplementary Conditions
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 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 first paragraph to delete "direction and expense of the Owner" and add the
1-47 Suppkmentary Conditions
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 shall have a financial interest, direct or
indirect, in any contract with the City, nor shall be financially interested, directly or
indirectly, in the sale to the City of any land, or fights 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.
ITEM 1.58 - STATE AND LOCAL SALES AND USE TAXES
SC-1.58
Delete Item 1.58 and substitute the following in lieu thereof:
1.58
Recent legislation has removed the sales tax exemption previously provided by Section
151.311 of the Tax Code covering tangible personal property purchased by a contractor
for use in the performance of a contract for the improvement of City-owned realty.
It is still possible, however, for a contractor to make tax-free purchase of tangible
personal property which will be incorporated into and become part of a City construction
project through the use of a "separated contract" with the City. A "separated contract"
is one which separates charges for materials from charges for labor. Under such a
contract, the contractor becomes a "seller" of those materials which are incorporated into
the project, such as bricks, lumber, concrete, paint, etc. The contractor issues a resale
certificate in lieu of paying the sales tax at the time such items are purchased. The
contractor then receives an exemption certificate from the city for those materials. (This
procedure may not be used, however, for materials which do not become a part of the
finished product. For example, equipment rentals, form materials, etc. are not considered
1-48 Supplementary Conditions
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 materials not incorporated into the project.
1-49 Supplementary Conditions
SPECIFIC
SECTION 1
PROJECT REQUIREMENTS
2-1
Specific Project Requirements
SECTION
SPECIFIC PROJECT REOUIREMENTS
The construction specifications which apply to this project are the Standard Specifications for
Public Works Construction - North Central Texas prepared through the North Central Texas
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.
2-2 Specific Project Requirements
SECTION 2- SPECIFIC PROJECT REOUIREMENTS
1.1
OWNER: The "Owner" as referred to in these Specifications is the City of Coppell,
P.O. Box 478, Coppell, Texas 57019.
1.2
ENGINEER: The "Engineer" as referred to in these Specifications is the City Engineer,
City of Coppell, Engineer of the Owner, or such other representatives as may be
authorized by said owner to act in any particular position.
1.3
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, Texas shall apply.
1.4
SITE: The Contractor shall limit his work to the area shown on the Project Drawings
as within the street right-of-way. Entrance onto private property shall be at the
expressed approval of the property owners and the Contractor assumes all liability.
1.5
PROJECT DESCRIPTION: This Contract consists of the construction of roadway,
drainage, water and sewer improvements for Town Center Drive and Town Center
Boulevard as shown in the construction plans (ST 95-02).
1.6
CALENDAR DAY COUNT: Calendar days shall be counted by the Engineer on the
basis of the definition set out in the General Conditions of Agreement.
The calendar day 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. This
process shall continue until such time as the project is accepted by the Engineer, and the
Owner. The calendar day count will not be suspended or otherwise affected by use of
completed portions or "substantial completion" of any of the project.
1.7
SAFETY PRECAUTIONS: The Contractor shall comply with all applicable laws
including the Occupational Safety and Health Act of 1970, ordinances, rules, regulations
and order of any public authority have jurisdiction for the safety of persons or property
to protect them from damage, injury or loss. He shall erect and maintain, as required
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.
1.8
SOIL INVESTIGATION: A geotechnical investigation report has not been prepared.
The Contractor shall visit the site and acquaint himself with the site conditions.
2-3 specific Project Requirements
1.9
1.10
1.11
1.12
1.13
1.14
SURVEY AND FINISHED GRADES: Horizontal and vertical control is provided
by the owner 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 marks.
No separate payment shall be made to the Contractor for construction staking which shall
be considered incidental to the project and payments made under specific Pay Items shall
be considered as full compensation for these requirements.
CONFORMITY WITH DRAWINGS: All work shall conform to the lines, grades,
cross-sections, and dimensions 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 backfill compaction, concrete
and other testing as required by the construction plans and standard specifica,tions. 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 written notice to the Contractor, terminate the Contract. In
such an event, the Owner shall be liable only for payment for all work completed plus
a reasonable cost for any expenses resulting from the termination of the Contract, but
such expenses shall not exceed $5,000.
PRESERVATION OF TREES: Permission of the Engineer must be obtained for
removal of trees on the property that obstruct the installation of the improvements as
outlined in this project. Penalty for destruction of a tree without permission shall be
$500.00 each payable to the Owner. If damage is continuous, tree guards shall be
erected when so directed by the Engineer at the Contractor's expense.
COOPERATION OF CONTRACTOR: The Contractor shall have on the project at
all times, as his agent, a competent Superintendent capable of reading the plans and
specifications and thoroughly experienced in the type of work being performed; The
Superintendent shall have full authority to execute orders or directions and to promptly
2-4 sp,ci~c Project Requirements
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 bylaw 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 shall at his own cost and expense provide such
flagmen and watchmen and furnish, erect and maintain such warning devices, barricades,
lights, signs and other precautionary measures for the protection of persons or property
as are required by law. The Contractor'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 precautionary measures for the protection of persons or
property), the Engineer may order such additional precautionary measures as required
by law to be taken to protect persons and property, and to be reimbursed by the
Contractor for any expense incurred in ordering such additional precautionary measures.
In addition, the Contractor will be held responsible for all damages to the work and other
public or private property due to the failure of warning devices, barricades, signs, lights,
or other precautionary measures in protecting said property, and whenever evidence is
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.
2-5
Specific Projea Requirements
1.16
1.17
1.18
1.19
EXISTING UTILITIES, STRUCTURES AND OTHER PROPERTY:
ao
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.
b,
After commencing the work, use every precaution to avoid interferences with
existing underground and surface utilities and structures, and protect them from
damage.
C,
Where the locations of existing underground and surface utilities and structures
are indicated, these locations are generally approximate, and all items which may
be encountered during the work are not necessarily indicated. The Contractor
shall determine the exact locations of all items indicated, and the existence and
locations of all items not indicated.
The Contractor shall repair or pay for all damage caused by his operations to all
existing utilities, public property, and private property, whether it is below
ground or above ground, and he shall settle in total cost of all damage suits which
may arise as a result of this operations.
e,
To avoid unnecessary interferences or delays, the Contractor shall coordinate all
utility removals, replacements and construction with the appropriate utility
company.
DRAINAGE: The Contractor shall maintain adequate drainage at all times.
PROJECT MAINTENANCE: The Contractor shall maintain, and keep in good repair,
the improvements covered by these plans and specifications during the life of the
contract.
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.
2-6
Specific Project Requirements
1.20
1.21
1.22
1.23
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.
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. Any required burning and disposal
permits shall be the sole responsibility of the Contractor.
All excavated earth in excess of that required for backfilling shall be removed from the
job site and disposed of in a satisfactory manner.
WATER FOR CONSTRUCTION: The 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 f'mal completion and acceptance of the project.
2-7
Specific Project Requirements
SECTION 3
SPECIAL PROVISION TO
STANDARD SPEC~ICATIONS FOR CONSTRUCTION
3-1
Special Provisions
SPECIAL PROVISIONS TO
STANDARD SPECIHCATIONS
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 supplemented remain in full force and effect, except payment shall be as established in
Section 1 entitled "Proposal and Bid Schedule".
PART H: MATERIALS- DIVISION 2
ITEM 2.1.5. TRENCH BACKFILL:
(b) Types "B" and "C"
(4) Additional Requirements
(B) Additional Requirements for Type "C" backfill when used in streets:
Insert the following paragraph at the beginning of this subsection: "All trench backfill
shall be compacted to between 95 percent and 100 percent of Standard Proctor Density
as determined by ASTM D-698 at, or up to five (5) percentage points above, optimum
moisture content, using mechanical compaction methods unless otherwise specified in the
Plans. Water jetting may be used only with specific written permission of the Engineer."
ITEM 2.1.6. RIPRAP OR STONE MASONRY:
(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.
ITEM 2.1.7. PIPE BEDDING MATERIAL FOR STORM SEWERS:
(a) General: Amend the first sentence, by striking the words "requirements
for earth bedding" and replace with "recommendations of the pipe manufacturer, and
shall be approved by the Engineer".
(b)
paragraph:
Engineer."
Earth Bedding: Add the following sentence at the beginning of this
"Earth bedding will not be permitted without written approval of the
3-2
Special Provisions
PART
PART
PART
ITEM 2.2.2. CHEMICAL ADMIXTURES:
(d) Mineral Admixtures. Delete paragraph (d) in its entirety. The use of Fly
Ash as an admixture in any Class of concrete is specifically prohibited without written
approval of the Engineer.
HI 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 embedmerit 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."
IV: DIVISION 4- SUBBASE AND BASE COURSES
ITEM 4.8.4. CONSTRUCTION METHODS:
(b) Compaction
Amend the last sentence of the first paragraph, by striking the words: "90 percent
of the maximum dry density of such material." and replace with the words "95 percent
of the maximum dry density of such material, or as directed by Engineer.
V: DIVISION 5- PAVEMENT AND SURFACE COURSES
ITEM 5.8.2. CONSTRUCTION METHODS
(e) Joints
(1) Expansion Joints: Delete the first paragraph and replace with the
following: "Expansion joints shall be installed perpendicularly to the surface and
centerline of the pavement. Expansion Joint material shall be redwood boards, 3/4-inch
in width, and extended through curbs. Expansion joints are to be installed at each end
3-3
of radius at street intersections. Expansion joints shall be equally spaced between
intersections with not less than one every 200 linear feet of pavement, unless otherwise
specified on the Plans or directed by the Engineer.
(C) Proximity to Existing Structures: Add to end of sentence, "or as directed
by the Engineer".
(2) Contraction Joints. Delete the first sentence of the first paragraph and
insert the following: "Contraction or dummy joints shall be sawed to 1-1/4 inches in
depth, and 1/4 inch in width, and installed every 20 linear feet of pavement, and extend
through curb, unless otherwise directed by the Engineer."
(h) Finishing.
(1) Machine. Add the following paragraph at the end of this subsection:
"Fog sprays powered by pressure pumps, and capable of covering the entire area of
freshly placed concrete with a fine mist, shall be used if water is needed for finishing
operations."
(2) Hand. Add a new paragraph after first paragraph which reads as follows:
"Fog sprays powered by pressure pumps, and capable of coveting the entire area of
freshly placed concrete with a fine mist, shall be used if water is needed for finishing
operations."
PART VI: DIVISION 6- UNDERGROUND CONDUIT CONSTRUCTION
ITEM 6.2.9. BACKFILL:
(b) Compaction.
(2) Densities - Areas Not Subjected to or Influenced by Vehicular Traffic.
Amend the second sentence by striking the words "to a density comparable with adjacent
undisturbed material" and replacing with "to a density between 95 percent and 100
percent Standard Proctor Density as determined by ASTM D-698 at, or up to five (5)
percentage points above, optimum moisture content, unless otherwise specified in the
Plans or directed by the Engineer."
3-4
SECTION 4
DESCRIPTION OF PAY ITEMS
4-1
Description of Pay Items
SECTION 4 - DESCRIFFION 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 removal or damage during construction, (b) removal and replacement of
any signs, (c) any trench shoring, sheathing, de-watering or bracing necessary for the
water, storm sewer and sanitary sewer construction, (d) any blocking necessary for
change in pipe direction, (e) sawcutting, (f) erosion control (g) toe wall on slope
protection (h) encasement of utility lines, (i) use of retainer glands (required but
considered subsidiary to the pay items for PVC water pipe), (j) any required temporary
water lines, (k) monolitlic curb.
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 Items #1 - 6
These items shall consist of furnishing and installing all materials necessary to construct
the storm drain system outside the limits of the paving. The allowed material will be
reinforced concrete, ADS N12 or the equivalent Hancor Product. Any necessary trench
safety will be incidental to the cost of the material.
Measurement and Payment shall be on the basis of the price bid per linear foot along
the center of the pipe and shall be the total compensation for furnishing and installing the
specified diameter pipe and appurtenant fittings for joining; for connections to all
drainage structures; and for all material, tools, equipment, labor and incidentals
necessary to complete the work.
2.2 Pay Items/f7 - 42
These items are typical pay items and shall be constructed as shown on the construction
4-2
Description of Pay Items
plans and the City of Coppell Standard Construction Details and the North Central Texas
Council of Governments "Standard Specifications for Public Works Construction".
Measurement and Payment shall be in accordance with the unit price bid per item and
shall total compensation for furnishing all labor, materials, equipment necessary to
complete the work.
Please note that Pay Items 24 & 25 include the necessary valves for those connections.
Testing and Chlorination of Water Pipe:
All water lines installed by this contract shall be tested and chlorinated in accordance
with standard City procedures and requirements. Contractor shah furnish and install all
taps for testing and testing supply points.
Clean-up of the site and disposal of excess material:
Clean -up of the site and disposal of excess material shall be considered incidental to, and
part of the installed pipe prices without separate payment.
4-3
Description of Pay Items
2/05/96 ION 12:26 FAX 214 235 9544 Pacheco Koch Consult Eng ~002
COPPELL POLICE AND COURTS FACH-vfY
TOWN CENTER BOULEVARD EXTENSION
CITY OF COPPELL, TEXAS
Addendum No. 1
February S, 1996
This Addendure consists of this sheet only and no attachments.
The Drawings and Specifications dated 12/28/95 prepared by Pacheco Koch Consulting
Engineers, Inc. for the extension of Town Center Boulevard are hereby mended in the
following particulars and in these particulars only:
,~Vecific~tlonq:
Bidding and Contract Documents
Section 1, Article 8, Item 8.1,is to be retrieved to read as follows:
8. Contract Time.
8.1
Because time is of the essence, the total time' for completion in calendar days has
been set at 150 calendar days. Also, because of the construction of the Coppoll
Criminal lustice Center and the nccd to tie-in utilities, the water and sewer to
service that facility shall be completed within the first 40 days of the project and the
storm drainage to sexvice the facility within the first 80 days. The calendar day
count shall commence ten (10) calendar days after the date of the Notice to
Proceed.
NOTE: Any other items within the Drawings and Specifications pertaining to these dates
are also hereby amended as listed above.
END OF ADDENDUM
CITY OF COPPELL
ADDENDUM
DATE:
ADDENDUM NO.:
PROJECT:
BID DA TE/TIME:
January 17, 1996
ONE (1)
TOWN CENTER DRIVE AND
TOWN CENTER BOULEVARD
February 9, 1996 @ 2:00 pm
(ST 95-02)
DELETE:
Bid Item # 28 1 L.S.
Relocate Power Pole with
Street Light
The City of Coppell has worked with TU Electric who will be relocating the power
pole with the street light under the City of Coppell Franchise Agreement.
Bid Item # 29 4 Each Remove Tree
The City of Coppell Leisure Services Department will remove the trees prior to the
start of the project.
The Total Bid should include Bid Items 1 - 27 and 30 - 42.
Kenneth , X~sistant 'City M~nager/City Engineer