WA9901-CN030428T H E C 1 T Y O F
COPPELL
r-
CONSTRUCTION SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
MEADOWCREEKI ROLLING HILLS
Water Line Project
WA 99.01
FOR _ '�
OF
THE CITY OF COPPELL
�..
KENNETH M GRIFFIN
...... 62480
April
2003 i k� ONAI
4 )v
TABLE OF CONTENTS
Page #
Section 1 -
Bidding Documents
1 -4
Notice to Bidders
_
Instructions to Bidders
1 -5
ProposalBid Schedule
1 -16
—
Prevailing Wage Rates
1 -30
Section 2 -
Contract Documents
2-2
Standard Form of Agreement (Contract)
Certificate of Insurance
2 -8
—
Instructions for Bonds
2 -9
Performance Bond
2 -10
Payment Bond
2 -12
Maintenance Bond
2 -14
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
Supplementary Conditions, Specific Project
_
Requirements, General Notes or Description of Pay Items
included herein.
— Section 3 -
City of Coppell's Supplementary Conditions
3 -1
to the NCTCOG General Provisions
Section 4 -
Specific Project Requirements
4 -1
Section 5 -
Description of Pay Items
5 -1
SECTION I
BIDDING
DOCUMENTS
BIDDING AND DOCUMENTS
NOTICE TO BIDDERS
The City of Coppell is accepting bids for the construction of the Meadowcreek / Rolling Hills
Water Line Installation Project - No. WA 99 -01. Specifications may be obtained for a non-
refundable cost of $25.00 from the Purchasing Agent, 255 Parkway Blvd., Coppell, Texas, or
telephone (214) 304 -3698. Sealed bids addressed to the Purchasing Agent, City of Coppell, Texas,
for the construction of the Meadowcreek / Rolling Hills Water Line Installation Project No. WA
99 -01 will be received in the Purchasing Office at the City of Coppell Town Center, 255 Parkway
Boulevard, until 2:00 p.m., May 13, 2003, and then publicly opened and read aloud. Each Bidder
shall submit two identical copies of this bid with the City of Coppell Bid No. Q- 0403 -01 designated
clearly on the exterior of the bid envelope.
The Pre -Bid Conference has been scheduled for this project at the Coppell City Hall in the
Engineering Department (255 Parkway Blvd.), at 10:00 a.m. on May 8, 2003. The conference is not
mandatory, however, all interested bidders are strongly encouraged to attend.
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.
BIDDING AND CONTRACT DOCUMENTS
INSTRUCTI TO BIDDERS
I. Defined Terms.
— Terms used in these Instructions to Bidders which are defined 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 defined terms are:
Owner: Wherever the word "OWNER" is used in the specifications and Contract
Documents, it shall be understood as referring to the City of Coppell, Texas.
Engineer: Wherever the word "ENGINEER" is used in the Specifications and Contract
Documents, it shall be understood as referring to 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 work shall consist of the installation of approximately 5,350 linear feet of 8" PVC water
line in Meadowcreek Rd./Rolling Hills Rd. from Denton Tap Rd. to Bethel School Rd. Work
_ shall include all components necessary for the "turn key" construction of the Meadowcreek /
Rolling Hills Water Line Project as shown in the plans for WA 99 -01, including but not
limited to: PVC pipe, long, short and 2" services, street repair, boring, fire hydrant
assemblies, 8" valves, connections to existing water lines, abandoning the existing 6" ductile
and cast iron water lines, traffic control and sodding.
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 for $25.00. The
following general requirements pertain to the Bidding Documents:
1 -5 Bidding Documents
A) No bidding documents will be issued later than two (2) days prior to the bid opening
date.
B) After award of the Contract, the successful Bidder will be furnished five (5) sets of
Contract Documents at no charge. Additional sets over five (5) will be furnished for
$15.00 per set.
C) Bidding documents may be examined free of charge at the offices of the City
Engineer, City of Coppell, 255 Parkway Boulevard, Coppell, Texas.
3.2 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.
3.3 The Owner, in making copies of Bidding Documents available on the above terms, does so
only for the purpose of obtaining Bids on the Work and does not confer a license or grant for
any other use.
4. Qualifications of Bidders.
_ The Bidder shall submit within five (5) days of the Owner's request such evidence as the
Owner may require to establish his financial responsibility, experience and possession of
such equipment as may be needed to prosecute the work in an expeditious, safe and
satisfactory manner. The required information to be submitted shall consist of, but shall not
necessarily be limited to, the following:
A. Current Project Experience.
A list of all projects 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 -6 Bidding Documents
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.
5. Conflict of Interest.
City Charter states that no officer or employee 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 rights or interest in any land, materials,
supplies or services. This prohibition does not apply when the interest is represented by
ownership of stock in a corporation involved, provided such stock ownership amounts to less
than one percent (1 %) of the corporation stock. Any violation of this prohibition will
constitute malfeasance in office. Any officer or employee of the City found guilty thereof
should thereby forfeit his office or position. Any violation of this prohibition with the
knowledge, expressed or implied, of the persons or corporations contracting with the City
shall render the contract voidable by the City Manager or the City Council. The Contractor
represents that no employee or officer of the City has an interest in the Contractor.
6. Examination of Contract Documents and Site.
6.1 Access to the site shall be from the street and right -of -way. It shall be the contractors
responsibility 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 Bidders observations with the Contract Documents, and (e) notify
Engineer of all conflicts, errors or discrepancies in the Contract Documents. Failure to make
these examinations shall in no way relieve any Bidder from the responsibility of fulfilling all
of the terms of the contract, without additional cost to the OWNER.
6.2 Information and data reflected in the Contract Documents with respect to Underground
Facilities at or contiguous to the site is based upon information and data furnished to the
Owner by Owners of such underground Facilities or others, and the Owner does not assume
1 -7 Bidding Documents
responsibility for the accuracy or completeness thereof. All existing structures,
improvements, and utilities shall be adequately protected, at the expense of the Contractor,
from damage that might otherwise occur due to construction operations. Where construction
comes in 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.
7.1 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.
1-8 Bidding Documents
7.2 Addenda may also be issued to modify the Bidding Documents as deemed advisable by the
Owner.
8. Contract Time.
8.1 The time for completion in calendar days should be included on the Bid Form in the space
provided. All work shall be complete within the calendar day count required by the
Contractor's Proposal. The calendar day count shall commence ten (10) calendar days after
the date of the Notice to Proceed.
8.2 Prior to the issuance of the Notice to Proceed by the Owner, the Contractor shall submit a
detailed Progress and Schedule chart to the Owner for approval.
8.3 Extension of the contract time shall be based on a Change Order or written amendment as
specified in Item 1.36 of the General Provisions.
9. Liquidated Damages.
Provisions for liquidated damages are set forth in the Contract. Liquidated damages for this
project are: Two hundred and forty dollars ($240.00) per day.
10. Substitute or "Or- Equal" Items.
The Contract, if awarded, will be on the basis of materials and equipment described in the
_ Drawings or specified in the Specifications without consideration of possible substitute or
"or- equal" items. Whenever it is indicated in the Drawings or specified in the Specifications
that a substitute or "or- equal" item of material or equipment may be famished 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.
11. Subcontractors, Suppliers, and Others.
11.1 If the Owner requests the identity of any Subcontractors, Suppliers, or other persons or
organizations to be submitted to the Owner in advance of the specified date prior to the
Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so
requested, shall within seven (7) days after the request submit to the Owner a list of all such
Subcontractors, Suppliers and other persons and organizations proposed for those portions of
the Work for which such identification is requested. Such list shall be accompanied by an
experience statement with pertinent information regarding similar projects and other
evidence of qualification for each such Subcontractor, supplier, person or organization if
_ requested by the Owner. If the Owner, after due investigation, has reasonable objection to
any proposed Subcontractor, Supplier, other person or organization, may, before the Notice
of Award is given, request the apparent Successful Bidder to submit an acceptable substitute
in which case the apparent Successful Bidder shall submit an acceptable substitute. Bidder's
Bid price may be increased (or decreased) by the difference in cost occasioned by such
1 -9 Bidding Documents
substitution, and the Owner may consider such price adjustment in evaluating Bids and
making the contract award.
If the apparent Successful Bidder declines to make any such substitution, the Owner may
award the contract to the next lowest Bidder that proposes to use acceptable Subcontractors,
Suppliers, other persons and organizations. The declining to make requested substitutions
will not constitute grounds for sacrificing the Bid security of any Bidder.
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 b an individual, his post office address shall be given. Bids which are not
signed by the individuals making them shall have attached thereto a power of attorney
evidencing authority to sign the bid in the name of the person for whom it is signed.
If the bid is made by a firm or partnership, 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 attomey -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.
13. Provision Concerning Escalator Clauses.
Bids containing any condition which provides for changes in the stated bid prices due to
_ increase or decrease in the costs of materials, labor, or other items required for this project,
may be rejected and returned to the Bidder without being considered.
1 -10 Bidding Documents
14. 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.
15. Submission of Bids.
Bids will be received by the Purchasing Agent, and shall be submitted to the Purchasing
Agent, City of Coppell, at the Town Center, 255 Parkway Boulevard, P.O. Box 9478,
Coppell, Texas 75019 until, 2:00 p.m., May 13, 2003 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- 0403 -01 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 Construction of : the Meadowcreek / Rolling Hills Water Line Improvement
Project WA 99 -01" on the face of it and addressed to the Purchasing Agent, City of Coppell,
Texas.
16. Modification and Withdrawal of Bids.
16.1 Bids may be modified or withdrawn by an appropriate document duly executed (in the
manner that a Bid must be executed) and delivered to the place where Bids are to be
submitted at any time prior to the opening of Bids.
16.2 If, within twenty-four hours after the Bids are opened, any Bidder files a duly signed written
notice with the Owner and promptly thereafter demonstrates to the reasonable satisfaction of
Owner that there was a material and substantial mistake in the preparation of the Bid, that
Bidder may withdraw his bid. Thereafter, that Bidder will be disqualified from further
bidding on the work.
17. Rejection of Bids.
Bids may be rejected if they show alterations of form, additions not called for, conditional
bids, incomplete bids, erasures or irregularities of any kind. The Owner reserves the right to
waive any irregularities in the bids as received and to reject any and all bids without
qualification(s). More than one bid from an individual, firm 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.
1_11 Bidding Documents
18. Bids to Remain Subject to Acceptance.
All Bids will remain subject to acceptance for ninety (90) days after the day of the Bid
opening, but the Owner may, in its sole discretion, release any Bid prior to that date.
— 19. Award of Contract.
19.1 The Owner reserves the right to reject any and all Bids, to waive any and all informalities
— except for the time of submission of the Bid and to negotiate contract terms with the
Successful Bidder. The Owner also reserves the right to reject all nonconforming,
non - responsive, unbalanced or conditional Bids. Also, the Owner reserves the right to reject
the Bid of any Bidder if the Owner believes that it would not be in the best interest of the
Project to make an award to that Bidder, whether because the Bid is not responsive or the
Bidder is unqualified or has doubtful financial ability or fails to meet any other pertinent
— standard or criteria established by the Owner. Discrepancies in the multiplication of units of
Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the
indicated sum of any column of figures and the correct sum thereof will be resolved in favor
of the correct sum.
19.2 In evaluating Bids, the owner will consider the qualifications of the Bidders, whether or not
— the Bids comply with the prescribed requirements, and such alternates, unit prices,
completion time, and other data, as may be requested in the Bid form or prior to the Notice of
Award. Time of completion will be a consideration in the award of the bid.
193 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.
19.4 The Owner may conduct such investigations as the owner deems necessary to assist in the
evaluation of any Bid and to establish the responsibility, qualifications and financial stability
of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to
perform and furnish the Work in accordance with the Contract Documents to the Owner's
satisfaction within the prescribed time.
19.5 If contract is to be awarded, it will be awarded to the lowest and best qualified Bidder whose
evaluation by the Owner indicates to the Owner that the award will be in the best interests of
the Project.
— 19.6 If the contract is to be awarded, the Owner will give the Successful Bidder a Notice of
Award within ninety (90) days after the date of the Bid opening.
1.12 Bidding Documents
20. Execution of Agreement.
Within fifteen (15) days after written notification of award of the contract, the Successful
Bidder shall execute and furnish to the Owner three (3) original signed contracts and a
Certificate of Insurance.
21. Affidavit of Bills Paid.
_ Prior to final acceptance of this project by the Owner, the Contractor shall execute an
affidavit that all bills for labor, materials, and incidentals incurred in the project construction
have been paid in full, and that there are no claims pending.
22. Bid Compliance.
Bid must comply with all Federal, State, county and local laws. Contractor shall not hire nor
work any illegal alien.
— 23. Notice to Proceed.
Upon execution of the Contract, the Owner will issue a written Notice to Proceed to the
Contractor requesting that he proceed with the construction. The Contractor shall commence
work within ten (10) calendar days after the date of Notice to Proceed.
24. Sales Tax.
The bidder shall not include or provide for sales tax on tangible personal property to be
incorporated into the project. In order to be exempt from the sales tax on such tangible
personal property, the contract shall separate and provide separate charges for materials to be
incorporated into the project from charges for labor. The City will provide the Contractor
with an exemption certificate for the materials. The contractor is expected to issue a resale
certificate in lieu of paying a sales tax at the 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.
25. Silence of Specification.
The apparent silence of these specifications as to any detail or to the apparent omission from
it of a detailed description concerning any point, shall be regarded as meaning that only the
_ best commercial practices are to prevail. All interpretations of these specifications shall be
made on the basis of this statement by Owner or their authorized representative.
1-13 Bidding Documents
"- 26. 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.
27. Assignment.
The Successful Bidder shall not sell, assign, transfer or convey this contract, in whole or in
part, without the prior written consent of Owner.
28. Venue.
This agreement will be governed and construed according to the laws of the State of Texas.
This agreement is performable in Dallas County, Texas.
29. Maintenance Bond.
The Contractor shall provide a two year Maintenance Bond in the amount of 50% of the
value of the work at the completion of the project. The bond must be provided prior to final
payment by the City.
1 -14 Bidding Documents
BID FORM
PROJECT IDENTIFICATION: Meadowcreek / Rolling Hills Water Line Project
WA 99 -01 in Coppell, Texas
BID OF Sii(f Conne,q-C C. DATE / 1 MAL L 0 0 3
(NAME OF FIRM)
THIS BID IS SUBMITTED TO: City of Coppell (hereinafter called OWNER)
c/o Purchasing Agent
255 Parkway Boulevard
P.O. Box 9478
Coppell, Texas 75019
CITY OF COPPELL BID NO: Q- 0403 -01
1. 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.
2. 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 fifteen (15) days after the date of
0 WNER'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 -15 Bidding Documents
(b) 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.
(c) 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.
(d) 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.
(e) 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.
(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.
1 -16 Bidding 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.
(h) This bid is genuine and not made in the interest of or on behalf of any undisclosed
person, firm or corporation and is not submitted in conformity with any agreement or
rules of any group, association, organization or corporation; BIDDER has not
directly or indirectly induced or solicited any other Bidder to submit a false or sham
_ Bid; BIDDER has not solicited or induced any person, firm or corporation to refrain
from bidding; and BIDDER has not sought by collusion to obtain for itself any
advantage over any other Bidder or over OWNER.
(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.
(j) It is understood and agreed that the quantities of work to be done at unit prices and
materials to be furnished may be increased or diminished as may be considered
necessary in the opinion of the OWNER to complete the work fully as planned and
contemplated, and that all quantities of work, whether increased or decreased, are to
be performed at the unit prices set forth, except as provided for in the Contract
Documents.
4. 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. It is understood
that time of completion will be a consideration in the award of the bid.
5. It is strongly recommended that each bidder visit the site prior to submitting a bid.
Construction constraints exist along the length of the project that could affect productivity.
6. BIDDER will complete the Work for the following price(s):
1 -17 Bidding Documents
MEADOWCREEK / ROLLING HILLS
WATER LINE INSTALLATION
WA 99 -01
UNIT PRICE BID SCHEDULE
Item
Quantity
Unit
Description and Price in Words
Unit
Total
No.
Price
Price
I -1
I
LS
Mobilization & Demobilization
Complete in Place for �, -V
S Cxn c ,4 -(ypi,�}bW t'r� D ollars
and !vo Cents
14500,
/GSOo °=
per Lump Sum.
I -2
5350
LF
Furnish and Install 8" Water Pipe
(Inclusive of intermediate taps for
testing and disinfection)
Complete in Place for
?Wizi Et�rFf Dollars
and 1d.J Cents
�7-
per Linear Foot.
I -3
1608
LF
Boring Required to
Install 8" Water Pipe
Complete in Place for
t 4 T Dollars
and N Cents
per Linear Foot.
o
3
I -4
12
EA
Furnish and Install Inline
8" Gate Valve (SD 15)
Complete in Place for
Stt lw dL4 rwA.t-y Dollars
ivo
o,
and rJ o Cents
per Each.
1 -18 Bidding Documents
MEADOWCREEK / ROLLING HILLS
WATER LINE INSTALLATION
WA 99 -01
UNIT PRICE BID SCHEDULE
Item
Quantity
Unit
Description and Price in Words
Unit
Total
No.
Price
Price
I -5
12
EA
Furnish and Install
Fire Hydrant Assembly
Complete in Place for
,,,,����
t � -n}1$ At�/D+ t "Dollars
and r- Cents
oo °=
per Each.
I -6
8
EA
Remove and Salvage
Existing Fire Hydrants
Complete in Place for
eti t Dollars
o
�-
and Op Cents
�Da
$DO
per Each.
1 -7
26
EA
Reconnect Existing
Short Services w /1" Copper
Complete in Place for
r'r1J� Dollars
��
�ZSSD °5
and Nc Cents
per Each.
I -8
15
EA
Reconnect Existing
Long Services w/ 1" Copper
Complete in Place for
< ,.-X /�idr.�/,.�+j Dollars
&pv Q '
o
GJvo� e
and NJ Cents
per Each.
1 -19 Bidding Documents
MEADOWCREEK / ROLLING HILLS
WATER LINE INSTALLATION
WA 99 -01
UNIT PRICE BID SCHEDULE
Item
Quantity
Unit
Description and Price in Words
Unit
Total
No.
Price
Price
I -9
12
EA
Reconnect Existing
Long Services w/ 2" Copper
C �, q9 lete in Place for
P�ifE Nwt-v .L�o
S i/' Dollars
91Seo
'
��7p0�
and wo Cents
p er Each.
I -10
1
EA
Connect Existing
6" C.I.P. Water Line to
Existing 8" C.I.P. Water Line
(Inclusive of fittings, blocking,
c
tapping sleeve, valve and pipe)
3000 a-°
3dV
Complete in Place for
-fJ4 ,Ef- - MouS/IeJo Dollars
and No Cents
p er Each.
1-11
2
EA
Six Inch Connection to Existing
6" C.I.P. Water Line (Inclusive of
fittings, blocking, pipe, tee &
valves)
Complete in Place r -
'S D °=
� 3d0
7w1Cnn� 1d x /- UA00"
10 Dollars
and No Cents
p er Each.
1 -12
4
EA
Eight Inch Connection to Existing
6" C.I.P. Water Line (Inclusive of
fittings, blocking, pipe, tee &
valves)
we
Complete in Place for
ZcjQO a `
/6p
I�uNOI'- " Dollars
and /yo Cents
per Each.
1-20 Bidding Documents
MEADOWCREEK / ROLLING HILLS
WATER LINE INSTALLATION
WA 99 -01
UNIT PRICE BID SCHEDULE
Item
Quantity
Unit
Description and Price in Words
Unit
Total
No.
Price
Price
I -13
2
EA
Connect to Existing
8" C.I.P. Water Line (Inclusive of
fittings, blocking, pipe, tee &
valves)
Com in Place fo
1'Wfn/M - 940.4." 1jf(Mv1ly
JM;✓'4 1 4 Vg Dollars
Z$zg4:1
S6So0
and /v0 Cents
per Each.
1 -14
13
LF
Remove and Replace Existing
Concrete Sidewalk
Complete in Place for
c Dollars
a
and A Cents
3p 4 =
3�
per Linear Foot.
1-15
2
EA
Cut and Plug Existing
6" Cast Iron Pipe
Complete in Place for
)44*9(- Dollars
1767e Q°
1400 0-9
and No Cents
per Each.
I -16
1
LS
Abandon Existing 6"
C.I.P. Water Line
Core in Place or .cL+'
t
u � a-
2,&!50 a.°
fir ry Dollars
and No Cents
per Lump Sum.
1 Bidding Documents
MEADOWCREEK / ROLLING HILLS
WATER LINE INSTALLATION
WA 99 -01
UNIT PRICE BID SCHEDULE
Item
Quantity
Unit
Description and Price in Words
Unit
Total
No.
Price
Price
I -17
1
LS
Furnish, Install, Maintain and
Remove Erosion Control Devices
w/ SWP3 Plan.
Complete in Place for
/D °=
/Di00 o
'T1WJ - rrkoc4!5A " Dollars
and f►o Cents
p er Lump Sum.
1 -18
1
LS
Furnish, Install, and Maintain
Traffic Control Dev
- C Z ° w m , ' Fou A ffu w A"
S�Ar✓t Dollars
2, /�S4'
Y
Z�{'Zjof
and N° Cents
per Lump Sum,
1 -19
1
LS
Furnish and Install Trench Safety
System (greater that 5' depth)
Complete in Place for
gttO NDA4✓ Dollars
' �KW
and /yo Cents
�jpe —°
t oo
per Lump Sum.
I -20
1
LS
Repair or Replace all
Damaged Sprinkler Heads and
Irrigation System Lines
Complete in Place for
jOQ -r� n91A1 �1n4
1�1 r Fzt Dollars
�ySD 4.
, /r•S� o�
and ,,v0 Cents
per Lump Sum.
1-22 Bidding Documents
MEADOWCREEK / ROLLING HILLS
WATER LINE INSTALLATION
WA 99 -01
UNIT PRICE BID SCHEDULE
Item
No.
Quantity
Unit
Description and Price in Words
Unit
Price
Total
Price
I -21
1
LS
Repair or Replace all
Damaged Mailboxes
Complete in Place for
- 'AJA& n :Zscww
/- lft-s�4-, - Ai-r-2, Dollars
a
and NO Cents
Z 7 5 0 —
Z�So e3�
per Lump Sum.
1 -22
1
LS
Furnish and Install Bermuda or
St. Augustine Grass Solid Sod,
including Fertilizer and Watering,
Complete in Place for
1&0 Vkk :Y 2±A3 Dollars
16- 000 e�d
/0 000 Q�?
and Cents
per Lump Sum.
TOTAL BID ITEMS BID I -1 thru I -22
TANGIBLE PERSONAL PROPERTY COST
s 35/, 700 00
g Ztt -o
1 -23 Bidding Documents
_ BID SUMMARY
CALENDAR
TOTAL PRICE DAYS
TOTAL BID ITEMS BID I -1 thru I -22 $ 3 S / 120
In Words;
& - o np c4K- S
6. BIDDER agrees that all Work awarded will be completed within /1,0 Calendar Days.
Contract time will commence to run as provided in the Contract Documents.
7. Conununications concerning this Bid shall be addressed to the address of BIDDER indicated
on the applicable signature page.
8. 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).
9. The terms used in this Bid which are defined in the General Conditions of the Construction
Contract included as part of the Contract Documents have the meanings assigned to them in
the General Conditions.
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
Signature: ;. /,� 1ZC
ii
1-24 Bidding Documents
BID AFFIDAVIT
The undersigned certifies that the bid prices contained in this bid have been carefully reviewed and
are submitted as correct and final. Bidder further certifies and agrees to furnish any and/or all
commodities upon which prices are extended at the price offered, and upon the conditions contained
in the Specifications of the Invitation to Bid. The period of acceptance of this bid will be ninety (90)
calendar days from the date of the bid opening.
STATE OF - 1!�FgifS COUNTY OF BEFORE
ME. the undersigned authority, a Notary Public in and for the State of Txpr! on this day
personally appeared - Se-an -, Z. who after being by me
Name
duly sworn, did depose and say:
_ S. am a duly authorized office /agent for
Name
S. +C rhAC(el-e, :rnC • and have been duly authorized to execute the
tVame of Firm
foregoing on behalf of the said SttG C rote. TnC.
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."
Name and Address of Bidder: 3340 OCr 1 y44- 4 Qcq.M •_ 7_7oso
Telephone: IM ) 313 - CIM by: S � V.N e✓y
_ Title: V C1*%,XeeM- Signature:
SUBSCRIBED AND aORN to before me by r' , the above named 7 "-e S • Ro 0
on this the �3 day of 7
Notary Public in and for the State of - % Fm_s
JODIE C. COUC7H 1 -25 Bidding Documents
• My COMMISSION EXPIRES
OCWK 12, 2006
If BIDDER IS:
An Individual
By
doing business as
Business address
(Individual's Name)
(Seal)
Phone No.
A Partnership
By
(Firm Name)
(Seal)
—
(General Partner)
Business address
Phone No.
A Corporation
By S Cnncrct{
—
_ Tx� s
(Corporation Name)
(State of Incorporation)
- By — :S;e—C-n S .
g On�
(Name of person authorized to sign)
�c�StcC�t4-
-
(Title)
(Corporate Seal)
Attest
(Secret
Business address
' - , '>3 qQ R 6sj Or
Phone No. 7,7
A Joint Venture
— By
(Name) (Address)
By
—
(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 -36 Bidding ]documents
SECTION 2
CONTRACT
DOCUMENTS
— STANDARD FORM OF AGREEMENT
BETWEEN OWNER AND CONTRACTOR
ON THE BASIS OF A STIPULATED PRICE
THIS AGREEMENT is dated as of the of 7 day of in the
year 2003 by and between the CITY OF COPPELL, TEXAS, a municipal corporation (hereinafter
called OWNER) and SITE CONCRETE, INC. (hereinafter called CONTRACTOR).
— 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 work shall consist of the installation of approximately 5,350 linear feet of 8" PVC
water line in Meadowcreek Rd./Rolling Hills Rd. from Denton Tap Rd. to Bethel School
Rd. Work shall include all components necessary for the "turn key" construction of the
Meadowcreek/Rolling Hills Water Line Project as shown in the plans for WA 99 -01,
including but not limited to: PVC pipe, long, short and 2" services, street repair, boring, fire
hydrant assemblies, 8" valves, connections to existing water lines, abandoning the existing
6" ductile and cast iron water lines, traffic control and sodding.
The Project for which the Work under the Contract Documents may be the whole or only a part is
generally described as follows:
Construction of the
— MEADOWCREEK / ROLLING HILLS WATER LINE
PROJECT # WA 99 -01
Article 2. ENGINEER.
The Project has been designed by the City of Coppell Engineering Department. 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.
2.2 Contract Documents
Article 3. CONTRACT TIME.
3.1. The Work will be completed within 120 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 contract sum shall be the amount of $ 351,700.00
The total tangible personal property cost included in the contract sum is $ 211,020.00.
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.
2 -3 Contract Documents
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 fiunishing 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.
2 -4 Contract Documents
— 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 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 between OWNER and
CONTRACTOR concerning the Work consist of the following:
8.1. This Agreement (pages 2 -2 thru 2 -7, 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 3 -2
thru 3 -10).
8.7. Specifications bearing the title: "Construction Specifications and Contract
Documents for the "Meadowcreek / Rolling Hills Water Line Project WA 99 -01 for
— the City of Coppell ".
8.8. Drawings entitled: "Meadowcreek/Rolling Hills 8" Water Line Project #WA 99-01' .
2 -5 Contract Documents
8.9. All addenda.
8.10. CONTRACTOR's Bid Proposal and Bid Schedule of Section 1 - Bidding
Documents.
8.11. Documentation submitted by CONTRACTOR prior to Notice of Award.
8.12. The following which may be delivered or issued after the Effective Date of the
Agreement and are not attached hereto: All Written Amendments and other
documents amending, modifying, or supplementing the Contract Documents
pursuant to Items 1.37 and 1.38 of the General Provisions.
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 partners, successors, assigns and
legal representatives to the other party hereto, its partners, successors, assigns and legal
representatives in respect of all covenants, agreements and obligations contained in the
Contract Documents.
2 -6 Contract Documents
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 O 7 1 2 0 p
OWNER: City of Coppell CONTRACTOR: Site Concrete, Inc.
255 Parkway Boulevard
Coppell, TX 75019
T
F .11
P.O. Box 9478
Coppell, Texas 75019
Attn: Ken Griffin, P.E.
Dir. of Engineering/Public Works
3340 Roy Orr
Grand Prairie, TX 75050
BY:
TITLE:
ATT ST:
Address for giving notices:
(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.)
2 -7 Contract Documents
Address for giving notices:
If SITE CONCRETE, INC.
3340 Roy Orr - Grand Prairie, TX 75050 -4207 972- 313 -0733 • Fax 972 -513 -0825
Estimating Fax 972 -513 -0661
RESOLUTION
I, J. M. Boney, Vice - President of Site Concrete, Inc., authorize Jean S.
Boney, President of Site Concrete, Inc., to sign contract documents for
Meadowcreek/Rolling Hills Water Line Project #WA 99-01..
1 7 51a 71Q5
J .Boney Date
STATE OF TEXAS
COUNTY OF DALLAS
Before me, the undersigned authority, a Notary Public in the state and county aforesaid, on this day
personally appeared JM. Boney
Subscribed and sworn before me on this�J day of 20 &
No ublic State of Texas
My commission expires: / Z 1C�
r
JODIE C. COUCH
MY COMMISSION E%RFM
�-- °' October 12.20M
THE POUCHES OF INSURANCE LISTED BELOW HAVE BEEN MM TO THE INBURED NAMED ABOVE FOR THE POLICY PERIOD INDICATE. NOTIAIITIWANDHNG
ANV RWU REiifiNT, TERM OR O ONWTION OF ANY CONTRAC OR OTMER DOCUMENT WITH RESPECT TO WHICH THIS DER 1IF' MAY BE ISSUE OR
MAY AO T INS AFFORDED RN 18 SUBJECT TO ALL THE TERMS. EKCLUSIONS AND CONDITIONS OF SUCH
POLICIES. ETE BNOWM MAV BY TH REDUCE PAID q.NM6
LI11fE
POLICY MOM
TYPE OF wE11RANCE 1
EAW OCCURRENCE
DATE I&MAIDDIn1
AC _ CERTIFICATE OF LIABILITY INSURANCE
7 mm x
■
AurGrowu
LIABILITY
ANY AUTO
TISS CERTIFICATE 0 MISUED AS A MATTER OF OMM1A710N
PRODUCER
WIW04
ONLY AND CONFERS NO MONTB UPON TIM: CERTIFICATE
AISEd N Awnloa Cap d Ts
X
CERTTrICATE Om OR
12170 con REA 5Dr 70
E w Tm POLI X�� BE LOW.
DESN. Tx 75011
MKIIRBIS AFFORCIM COVERAGE
(Im4ws 00 FeTwo4w
1
MEMO
MNIRER A: zINIEh h1E1fET10E CO
she 6OTIEEIE BIG.
NHYFD AUTOS
NDTFONIED AVTOE
NKM B AMOM GBEY & Lhlb IN CO
P. 0. SN 15440
X
WSURERC
Yvb% Tics 700/5x110
waffana AwN IM ZWkh &SWUM 00
waIRER E:
THE POUCHES OF INSURANCE LISTED BELOW HAVE BEEN MM TO THE INBURED NAMED ABOVE FOR THE POLICY PERIOD INDICATE. NOTIAIITIWANDHNG
ANV RWU REiifiNT, TERM OR O ONWTION OF ANY CONTRAC OR OTMER DOCUMENT WITH RESPECT TO WHICH THIS DER 1IF' MAY BE ISSUE OR
MAY AO T INS AFFORDED RN 18 SUBJECT TO ALL THE TERMS. EKCLUSIONS AND CONDITIONS OF SUCH
POLICIES. ETE BNOWM MAV BY TH REDUCE PAID q.NM6
LI11fE
POLICY MOM
TYPE OF wE11RANCE 1
EAW OCCURRENCE
GENERAL LUwYTY
A z CEMMERDYILGENERAL UAB LITY BLOE MS$ Willa BBI t V a FIRE DAMAN WIN 2 Logo
CLAW MADE N 0 occuR MED MCP IAIV Om DEMO
t
ARMMLmgmm
AM
OEM AGGREGATE LIQT APPLIBB PER
7 mm x
■
AurGrowu
LIABILITY
ANY AUTO
TAPSMV
0111!01
WIW04
CaMBNED SINGLE U MR
IEAw6dv4
X
ALLOWNEDAVTOE
SCHEDULED AVTOB
1
E
NHYFD AUTOS
NDTFONIED AVTOE
X
x
"amwoo
E
GARAGE UANJIY
ANY AUTO
AU TO DNS"
C
I.cN.UAwLFI
X OCCUR ❑ CLAIMS MADE
TUU3FrA D
W1150
W 11/ 64
AGGREGATE
DEDUCT
RETENTION 1
0
worxmCO1RNATHAIAND
OD OMWUAML"Y
INCOMES
011110
0611t/01
X
t
1
ILL DWASE POLICY LW
0 t
OTTER
oISC1EFTION OF OPBMTIOIEI =A ADDED by V1O0R*RWffMP§Mft PROiman
Prood Job 1 201E MNdm CLNIt Q RON NNE WaNdho
hEPYGINw , , CMpMI polm Na wm" ba celnal.
NEMw M RETNd AddNEEd DOWN TOY onvomPm eIeSM wand
CIBIpwmdm ETA a pw" Wdm of - ' 19 - 1 for ES ow =pL
r
City of Copp 11
P. 0. Box 9478
Coppell, Texas 75019
.nnen 0e_a rmm
DID=ANY OFM AWM DNDINCO POLOO N CANCELLED EEMM TN EHPEMTNIN
DATE Tmmmw, THE mourn wEmm YELL&=Avon TO MAIL —AL_ DAYS wmTm
NODCETonaCOMEW.AMMU= To MUM T0
w= NDcKmTmoR LIAMUTY of ANYsm m mAamn OR
OORPORATION 1958
Certificate of Insurance
After award of contract, Contractor will provide Owner With Certificate of Insurance which will be
executed and bound here with final documents.
2 -8 Contract Documents
General Instructions For Bonds
A. The surety on each bond must be a responsible surety company which is qualified to do
business in Texas and satisfactory to the Owner.
B. The name, and residence of each individual party to the bond shall be inserted in the body
thereof, and each such party shall sign the bond with his usual signature on the line opposite
the scroll seal, and if signed in Maine, Massachusetts or New Hampshire, an adhesive seal
shall be affixed opposite the signature.
C. If the principals are partners, their individual names will appear in the body of the bond,
with the recital that they are partners composing a firm, naming it, and all the members of
!` the firm shall execute the bond as individuals.
D. The signature of a witness shall appear in the appropriate place, attesting the signature of
each individual party to the bond.
E. If the principal or surety is a corporation, the name of the State in which incorporated shall
be inserted in the appropriate place in the body of the bond, and said instrument shall be
executed and attested under the corporate seal, the fact shall be stated, in which case a scroll
or adhesive seal shall appear following the corporate name.
F. The official character and authority of the person or persons executing the bond for the
principal, if a corporation, shall be certified by the secretary or assistant secretary according
to the form attached hereto. In lieu of such certificate, records of the corporation as will
show the official character and authority of the officer signing, duly certified by the
secretary or assistant secretary, under the corporate seal, to be true copies.
G: The date of this bond must not be prior to the date of the contract in connection with which
— it is given.
2 -9 Contract Documents
PERFORMANCE BOND
Bond No. SU7003293
STATE OF TEXAS
COUNTY OF DALLAS
KNOW ALL MEN BY THESE PRESENTS: That Site Concrete, Inc.
whose address Is 334o Roy Orr Blvd., Grand Prairie, TX
hereinafter called Principal and smerigan Motorists Insurance Company and Arch insu rance c ompa ny a
corporation organized and existing under the laws of the State of ,�„ 6 . an ,and fully
licensed to transact business in the State of Texas as Surety, are held and bound unto the
CITY OF COPPELL, a municipal corporation organized and existing under the laws of the State of
Texas, hereinafter called "Beneficiary", in the penal sum of Three Hundred Fif one Thousand
Seven Hundred and no /100 DOLLARS
($ 351,700.00 ) in lawful money of the United States, to be paid in Dallas County,
Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs,
executors, administrators and successors jointly and severally, firmly by these presents. This Bond
shall automatically be increased by the amount of any Change Order or Supplemental Agreement
_ which increases the Contract price, but in no event shall a Change Order or Supplemental
Agreement which reduces the Contract price decrease the penal sum of this Bond.
_ THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal
entered into a certain Contract with the City of Coppell, the Beneficiary, dated the L7th of
May , A.D. 20 03 , which made a part hereof by reference, for'the construction
of certain, public improvements that are generally described as follows:
Construction of the:
Meadowcreek / Rolling Hills Water Line Improvements
Project No- WA 99 -01
Bid No. Q- 0403 -01
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all
of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance
with the plans, specifications and Contract documents during the original term thereof and any
extension thereof which may be granted by the Beneficiary, with or without notice to the Surety,
and during the life of any guaranty or warranty required under this Contract, and shall also well and
truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any
and all duly authorized modifications of said Contract that may hereafter be made, notice of which
_ modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all
defects due to faulty materials and workmanship that appear within a period of one (1) year from
the date of final completion and final acceptance of the Work by Owner; and, if the Principal shall
fully indemnify and save harmless the Beneficiary from all costs and damages which Beneficiary
may suffer by reason of failure to so perform herein and shall fully reimburse and repay Beneficiary
all outlay and expense which the Beneficiary may incur in making good any default or deficiency,
then this obligation shall be void; otherwise, it shall remain in full force and effect.
2-10 Conlroct Docum MIS
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 agrees that no chan ge, extension of time, alteration or addition to the terms of the Contract or to
the Work to be performed thereunder or the specifications accompanying the same shall in anyway
affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of
time, alteration or addition to the terms of the Contract, or to the Work o' r to the Specifications.
This Bond is given pursuant to the provisions of Article 5160 of Vernon's Annotated Civil
Statutes, and any other applicable statutes of the State of Texas.
The undersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent in Dallas County or Denton County to whom any requisite notices may be delivered
and on whom service of process may be had in matters arising out of such suretyship, as provided
by Article 7.19 -1 of the insurance Code, Vernon's Annotated Civil Statutes of the State of Texas.
'IN WITNESS WHEREOF, this instru rent is executed in T„ tzl copies, each
one of which shall be deeined an original, this the 27th day of m ay 1 2003
.
PRINCIPAL SURETY
S449-Couccete. Inc American Motorists Insurance Company and Arch Insurance Company
B y : By. J
Title: Jean S. Bone V. Preside Title: Michael B. Hill, Attorney- In-Fact
A EST ATTEST;
Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and service of the process is:
NAME: Villiam D. Baldwin
ADDRESS: 1201 Kas Dr., Ste. B, Richardson, TX 75081
NOTE: Dale of Performance Bond must be date of Contract. gResideni Agent is not corporation, give person's name.
2 -11 Contract Documents
4
Gi :...
PAYMENT BOND
Bond No. SU1003293
STATE OF TEXAS
COUNTY OF DALLAS
KNOW ALL MEN BY THESE PRESENTS: That Site concrete, Inc.
whose address is 3340 Roy Orr Blvd. Grand Prairie TX 7soso
hereinafter called Principal, andA merican motorists Insurance Company and Arch Insurance r M aE , a
corporation organized and existing under the laws of the State of Illinois and _ , and fully
licensed to transact business in the State of Texas as Surety, are held an tIrmly bound unto the
CITY OF COPPELL, a municipal corporation organized and existing under the laws of the State of
Texas, hereinafter called 'Beneficiary ", in the penal sum of Three Hundred Fifty One Thousand
Seven Hundred and no /100 DOLLARS
($ 351,700.00
in lawful money of the United States, to be paid in Dallas County,
Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs
executors, administrators -and successors jointly and severally, firmly by these presents. This Bond
shall automatically be increased by the amount of any Change Order or Supplemental Agreement
which increases the Contract price, but in no event shall a Change Order or Supplemental
Agreement which reduces the Contract price decrease the penal sum of this Bond.
THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal
entered into a certain Contract with the City of Coppell, dated the 27th of may , A.D_
20 03 which is made a part hereof by reference, for the construction of certain public
improvements that are generally described as follows:
Construction of the:
Meadowereek / Rolling Hills Water Line Improvements
Project No. WA 99 -01
Bid No. Q- 0403 -01
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and
make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying
labor and/or material in the prosecution of the Work provided for in said Contract and any and all
duly authorized modifications of said Contract that may hereafter be made, notice of which
modification to the Surety is hereby expressly waived, then this obligation shall be void; otherwise
it shall remain in full force and effect.
PROVIDED FURTHER, that if any legal action be fled on this Bond, exclusive Venue
shall lie in Dallas County, Texas.
AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates
and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to
the Work to be performed thereunder or the Plans, Specifications, Drawings, etc., accompanying
the same, shall in anyway affect its obligation on this Bond, and it does hereby waive notice of any
2 -12 Contract Docrrmenls
such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to
be performed thereunder.
This Bond is given pursuant to the provisions of icle 5160 of Vernon's ,Annotated Civil
Statutes, and any other applicable statutes of the State of Texas,
The undersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent in Dallas County or Denton County to whom any requisite notices may be delivered
and on whom service of process may be had in matters ar. sing out of such suretyship, as provided
by Article 7.19 -1 of the insurance Code, Vernon's Annotated Civil Statutes of the State of Texas.
IN WITNESS WHEREOF, this instrument is ea
one of which shall be deemed an original, this the „*,,
PRINCIPAL
.7
_ Site Concrete Inc.
American M
By:
By:
T'Itle: Jean S. Boney, resident
Title: Mic
EST:
ATTEST:
The Resident Agent of the Surety in Dallas or Denton Cot
service of the process is:
NAME:
William D. Baldwin
ADDRESS:
1201 Kas Dr., Ste. B, Richard TX 75081
NODE: Date of Performance Bond insist be date of Contract. If
nonce.
l: >..
2 -13
:ed in Two (2) copies, each
of May ' 20 03.
sts Insurance Company and Arch Insurance Company
ael B. Hill, Attorney -In -Fact
, Texas, for delivery of notice and
Agent is not o corporation, give a person's
Contract Documents
1VlMNTENANCE BOND
Bond No. SU1003293
STATE OF TEXAS
COUNTY OF DALLAS
KNOW ALL MEN 13Y THESE PRESENTS: THAT Site Concrete, Inc.
as Principal,
and American motorists Insurance company and Arch Insurance compa a corporation organized under
the laws of - 1411ROU _nd Missouri , as sureties, do
hereby expressly acknowledge themselves to be held and bound to pay unto the
- c; .,f r , a Municipal Corporation, Texas, the sum of
One Hundred Seventy Five Thousand Eight Hundred Fifty Dollars and
No /100 Cents ($ „� ,,,, ) for the payment of which sum
will and truly be made unto said City o poll , and its successors, said principal
and sureties do hereby bind themselves, their assigns and successors jointly and severally.
THIS obligation is conditioned; however, that whereas, the said
City of Coppell
has this day entered into a written contract with the said site Concrete. Inc. _
to build - and construct
meadomreek /Rolling Hills Mater Line Improvements; Project No. MA 99 -01• Bid No. p- 0403 -01
which contract and the plans and specifications therein mentioned,
adopted by the city of Cnngell are hereby expressly made a part 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 herein contracted to be done and performed, for a
period of two (2) years from the date of the acceptance of said work, and to do all necessary repairs
and/or reconstruction in whole or in part of said improvements that should be occasioned by
settlement of foundation, defective workmanship or materials furnished in the construction or any
part thereof or any of the accessories thereto constructed by the Contractor. It being understood that
the purpose of this section is to cover all defective conditions arising by reason of defective material
and charge the same against the said Contractor, and sureties on this obligation, and the said
Contractor and sureties hereon shall be subject to the liquidation damages mentioned in said
contract far each day's failure on its' part to comply with the terns of said provisions of said
contract. Now therefore, if the said Contractor shall keep and perform its' said agreement to
maintain' 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 iby the said Contractor in the performance of its' contract to so maintain and repair said
work, th n these presents shall have full force and effect, and said city of coppell
shalt have and receive from the said Contractor and its' principal and sureties damages in the
premises "as provided; and it is further agreed that this obligation shall be a continuing one against
the princilpal and sureties, hereon, and that successive recoveries may be and had hereon for
2-14 Canteoct Documents
successive branches until the full amount shall have been exhausted; and it is further understood
that the obligation herein to maintain said work shall continue throughout said maintenance period,
and the same shall not be changed, diminished or in any manner affected from any cause during
said time.
IN WITNESS WHEREOF, the said Site C Inc. has
caused these presents to be executed by
and the said A merican Motorists I Company and Arch Insurance these presents to
be executed by its Attorney in fact and the said Attorney in fact Michael B. Hill
has hereunto set his hand, the 27th day of May , 20 03
PRINCIPAL
Site Concrete Inc. C
By: J
Title: Jean S. Boney, Lsideni
SURETY
A merican Motorists Insurance Com pany and Arch Insurance Company
By:
Title: Michael B. Hill, Attorney- In-Fact
wI SS:
NO E: Date of Maintenance Bond must not be prior
ATTEST: 400000
. .
to date oJConrract.
3 -!S Contract Documents
POWER OF ATTORNEY
Know All Men By These Presents:
That the Lumbermens Mutual Casualty Company, the American Motorists Insurance Company, and the American
Manufacturers Mutual Insurance Company, corporations organized and existing under the laws of the State of
Illinois, having their principal office In Long Grove, Illinois (hereinafter collectively referred to as the "Company ") do
hereby appoint
Michael B. Hill , Cindy Fowler, William D. Baldwin and Suzanne C. Baldwin
of RICHARDSON , TX (EACH)
their true and lawful agent(s) and Attorney(s)-In-Fact, to make, execute, seal, and deliver from the date of Issuance
of this power for and on Its behalf as surety, and as their act and deed:
Any and all bonds and undertakings
EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver any bond or undertaking which
guarantees the payment or collection of any promissory note, check, draft or letter of credit.
This authority does not permit the same obligation to be split into two or more bonds in order to bring each such
bond within the dollar limit of authority as set forth herein.
This appointment may be revoked at any time by the Company.
The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said
Company as fully and amply to all Intents and purposes, as If the same had been duly executed and acknowledged
by their regularly elected officers at their principal office In Long Grove, Illinois.
This Power of Attorney Is executed by authority of resolutions adopted by the Executive Committees of the Boards
of Directors of the Company on February 23, 1988 at Chicago, Illinois, true and accurate copies of which are
hereinafter set forth and are hereby certified to by the undersigned Secretary as being In full force and effect:
"VOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated in
writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and
attomeys -in -fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company
thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings, obligatory In the nature
thereof, and any such officers of the Company may appoint agents for acceptance of process."
This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following
resolution adopted by the Executive Committee of the Boards of Directors of the Company at a meeting duly called
and held on the 23rd day of February, 1988:
"VOTED, That the signature of the Chairman of the Board, the President, any Vice President, or their appointees
designated In writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and
certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to
resolution adopted by the Executive Committee of the Board of Directors on February 23, 1988 and any such
power so executed, sealed and certified with respect to any bond or undertaking to which It is attached, shall
continue to be valid and binding upon the Company.`
FK 09 75 (Ed. 09 01) Page 1 of 2 Printed In U.S.A.
In Testimony Whereof, the Company has caused this insti
affixed by their authorized officers, this September26, 2001.
Attested and Certified:
�,eq 7 �vud.r q ,.
�I d I�A1� 9 � cmrHAAn�L
�LIYIV W = HEAL
J p-q
oh K. Conway, Corporh#b Secretary
STATE OF ILLINOIS SS
COUNTY OF LAKE SS
ument to be signed and their corporate seals to be
Lumbermens Mutual Casualty Company
American Motorists Insurance Company
American Manufacturers Mutual Insurance Company
� AM6"AmE Q
Em1AmIAI10A H
Gary J.
V ly, nior Vice Pres' t
I, Maria I. Omori, a Notary Public, do hereby certify that Gary J. Tully and John K. Conway personally known to
me to be the same persons whose names are respectively as Senior Vice President and Corporate Secretary of the
Lumbermens Mutual Casualty Company, the American Motorists Insurance Company, and the American
Manufacturers Mutual Insurance Company, Corporations organized and existing under the laws of the State of
Illinois, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged
that they being thereunto duly authorized signed, sealed with the corporate seals and delivered the said Instrument
as the free and voluntary act of said corporations and as their own free and voluntary acts for the uses and
purposes therein set forth.
E "OFF I CIAL SEAL"
RIA L OMORI
LLSTATEOFILIN0i5 Maria I. Omori, Nota Publc 51ONExPi�59J17 2003 Not
My commission expires 9 -17-03
CERTIFICATION
I, J. K. Conway, Corporate Secretary of the Lumbermens Mutual Casualty Company, the American Motorists
Insurance Company, and the American Manufacturers Mutual Insurance Company, do hereby certify that the
attached Power of Attorney dated September26, 2001 on behalf of the person(s) as listed above is a true and
correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect
on the date of this certificate; and I do further certify that the said Gary J. Tully, who executed the Power of
Attorney as Senior Vice President, was on the date of execution of the attached Power of Attorney the duly
elected Senior Vice President of the Lumbermens Mutual Casualty Company, the American Motorists Insurance
Company, and the American Manufacturers Mutual Insurance Company.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Lumbermens
Mutual Casualty Company, the American Motorists Insurance Company, and the American Manufacturers Mutual
Insurance Company on this 27th day of May , 20 Q
e `°* Johqtponway, Corporate 496retary
This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named
therein and they have no authority to bind the Company except in the manner and to the extent herein stated.
Home Office: Long Grove, IL 60049
FK 09 75 (13d. 09 01) Page 2 of 2 Printed in U.S.A.
Know All Men By These Presents:
That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its
principal office in Kansas City, Missouri (hereinafter referred to as the "Company") does hereby appoint
Michael B. Hill, Cindy Fowler, William D. Baldwin, and Suzanne C. Baadwin of Richardson, TX (EACH)
its true and lawful Attomey(s)4n -Fact, to make, execute, seal, and deliver from the date of issuance of this power for and
-- on its behalf as surety, and as its act and deed:
Any and all bonds and undertakings
EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver bonds or undertakings that guarantee the
payment or collection of any promissory note, check, draft or letter of credit.
This authority does not permit the same obligation to be split Into two or more bonds in order to bring each such bond
within the dollar limit of authority as set forth herein.
The Company may revoke this appointment at any time.
The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said
Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by Its
regularly elected officers at its principal office In Kansas City, Missouri.
This Power of Attorney Is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of
the Company on March 3, 2003, true and accurate copies of which are hereinafter set forth and are hereby cartified to by
the undersigned Secretary as being in full force and effect:
"VOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing
and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys -in -fact,
and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and
undertakings, recognizances, contracts of indemnity and other writings, obligatory in the nature thereof, and any such
officers of the .Company may appoint agents for acceptance of process."
This Power of Attorney is signed, seated and certified by facsimile under and by authority of the following resolution
adopted by the unanimous consent of the Board of Directors of the Company on March 3, 2003:
VOTED, That the signature of the Chairman of the Board, the President, or any Vice President, or their appointees
designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and
certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the
resolution adopted by the Board of Directors on March 3, 2003, and any such power so executed, sealed and certified
with respect to any bond or undertaking to which It is attached, shall continue to be valid and binding upon the Company.
00MI -0013 00 03 03
Pagel of 2 Printed In U.S.A.
In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their
authorized officers, this 11 to day of March, 2003.
Arch Insurance Company
Attested and Certified
..r
Thomas P. Luckstone, Vice President
STATE OF CONNECTICUT SS
COUNTY OF FAiRFIELD SS
I Melissa 8. Gilligan, a Notary Public, do hereby certify that Thomas P. Luckstone and Joseph S. Labell personally known
to me to be the some persons whose names are respectively as Vice President and Corporate Secretary of the Arch
Insurance Company, a Corporation organized and existing under. the laws of the State of Missouri, subscribed to the
foregoing instrument, appeared before me this day In person and severally acknowledged that they being thereunto duly
authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said
corporation and as their own free and voluntary acts for the uses and purposes therein set forth.
,.....rre
,� .� '. �• 7+ ,/'rte/ »{�.' jjj,,,/����jjj�
Melissa b. GlIffgan, Notary�C
My commission expires 2 -28.05
CERTIFICATION
I, Joseph S. Labell, Corporate Secretary of the Arch Insurance Company, do hereby certify that the attached Power of
Attorney dated March 11, 2003 on behalf of the person(s) as listed above is a true and correct copy and that the same
has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do
further certify that the said Thomas P. Luckstone, who executed the Power of Attorney as Vice President, was on the date
of execution of the attached Power of Attorney the duly elected Vice President of the Arch Insurance Company.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance
Company on this 27th day of May , 2003
.tas Label], CorporaW Secm tart'
This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein
and they have no authority to bind the Company except in the manner and to the extent herein stated.
Home Office: Kansas MO
OOML0013 00 03 03
Page 2 of 2 5 Printed In U.S.A.
IMPORTANT NOTICE
TO OBTAIN INFORMATION OR MAKE A COMPLAINT:
You may contact American Manufacturers Mutual Insurance Company, American
Motorists Insurance Company, and /or Lumbermens Mutual Casualty Company for
information or to make a complaint at:
Kemper Insurance Companies
Attn: Surety Claims
1 Kemper Drive, K -7
Long Grove, IL 60049 -0001
(847) 320 -5996
(847) 320 -5828 Fax
You may contact the Texas Department of Insurance to obtain information on
companies, coverages, rights or complaints at:
Texas Department of Insurance
P.O. BOX 149104
Austin, TX 78714 -9104
(800) 252 -3439
ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not
become a part or a condition of the attached document and is given to comply with
Section 2253 -048, Government Code, and Section 53 -202, Property Code, effective
September 1, 2001.
{\Kempers
\ Insurance Companies
IMPORTANT NOTICE CONCERNING THE TERRORISM RISK
INSURANCE ACT OF 2002
The Terrorism Risk Insurance Act of 2002 establishes a mechanism by which the federal government will share,
with the insurance industry, in losses arising out of "acts of terrorism" certified as such by the Secretary of the
Treasury. "Certified acts of terrorism" are defined as events that cause more than $5 million in losses and:
1. Are violent or dangerous to human life, property, or the infrastructure;
2. Result in damage within the United States, on a United States mission, or to a United States aircraft or vessel;
and
3. Are committed by individuals, acting on behalf of foreign persons or interests, as part of an effort to coerce the
civilian population of the United States or to influence the policies or conduct of the United States
Government.
The Act specifies that coverage for "certified acts of terrorism" must be made available in commercial property
and casualty policies of insurance, and it requires insurers to disclose any applicable premium charges and the
federal share of compensation. We are making these disclosures in strict compliance with the Act.
Disclosure of Availability of Coverage for Terrorism Losses
Coverage for losses resulting from "certified acts of terrorism" is being made available to you on terms, amounts,
and limitations generally applicable to losses resulting from perils other than acts of terrorism.
Disclosure of Federal Share of Compensation for Terrorism Losses
The federal government will pay a 90% share of an insurer's terrorism losses once the insurer has satisfied a
significant aggregate annual deductible. For terrorism losses occurring in 2002, that deductible is 1% of the
insurer's 2001 direct earned premium. For losses occurring in 2003, 2004 and 2005, the annual insurer
deductibles are 7 %, 10% and 15% of the prior year's direct earned premium, respectively. The Act provides that
neither insurers nor the federal government are responsible for losses associated with "certified acts of terrorism"
once aggregate annual insured losses exceed $100 billion.
Disclosure of Terrorism Insurance Premium
Your Bond premium charge for "certified acts of terrorism" coverage is $ 0.
SR 80 37 (Ed. 11 02) Page 1 of 1 Printed in U.S.A.
SECTION 3
STANDARD SPECIFICATIONS
SUPPLEMENTARY
CONDITIONS
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.
PART I: GENERAL PROVISIONS - DIVISION 1 PROPOSAL REQUIREMENTS
ITEM 1.0 - DEFINITIONS
SC -1.0
Engineer The word "Engineer" in these contract documents and specifications shall be understood
as referring to CITY ENGINEER, City of Coppell, P.O. Box 9478, 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. or after 5:00 p.m., all weekends and holidays are subject to overtime. Overtime
request or scheduled testing must be made in writing and approved by the City of Coppell. Seventy-
two hours notice required. All overtime incurred by the City for inspection services shall be paid by
the Contractor. If not paid, such cost may be deducted from partial payments.
All other terms used in these Supplementary Conditions which are defined in the General Provisions
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."
3 -2 Standard Specifications
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
3 -3 Standard Specifications
Supplementary Conditions
shall replace the utilities or service lines with the same type of original construction, or
better, at his own cost and expense.
If it is necessary to change or move the property of any owner or of a public utility, such
property shall not be moved or interfered with until authorized by the ENGINEER. The
right is reserved to the owner of any public 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
3 -4 Standard Specifications
Supplementary Conditions
remedy with respect to OWNER, ENGINEER and Consulting Engineer for any delay,
disruption, interference or hindrance caused by any separate Contractor.
ITEM 1.26 - INSURANCE
SC- 1.26.6
Add the following new item:
1.26.6 If OWNER requests in writing that other special insurance be included in the property
insurance policy, CONTRACTOR 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
SC- 1.32.1
Delete Item 1.32.1 in its entirety and insert the following in lieu thereof:
"Construction stakes /surveying shall be provided by the CONTRACTOR. Vertical control has been
established as shown on the 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
3 -5 Standard Specifications
Supplementary Conditions
requirements of the construction documents. Such checking by the Engineer shall not relieve the
Contractor of his responsibility to perform all Work in connection with Contract Drawings and
Specifications and the lines and grades given therein."
ITEM 1.33 - OTHER CONTRACTORS; OBLIGATION TO COOPERATE
SC -1.33
Delete the last sentence of the second paragraph and substitute the following in lieu thereof:
"In such event, Contractor shall be entitled to an extension of working time only for unavoidable
delays verified by the Engineers, as provided in Item 1.36; however, no increase in the contract price
shall be due the Contractor."
Insert the following sentence at the end of the second paragraph of Item 1.33:
"The ENGINEER shall coordinate such other work with the CONTRACTOR and schedule events to
minimize delay caused to the CONTRACTOR. No additional time shall be given to the
CONTRACTOR of such related work except as provided in Item 1.36."
ITEM 1.36 - DELAYS; EXTENSION OF TIME; LIQUIDATED 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:
3 -6 Standard Specifications
Supplementary Conditions
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 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 (I%)
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 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
3 -7 Standard Specifications
Supplementary Conditions
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.
PART II: MATERIALS - DIVISION 2 MATERIALS
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
detennined 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 maybe 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) Earth Bedding: Add the following sentence at the beginning of this paragraph:
"Earth bedding will not be permitted without written approval of the Engineer."
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.
3 -8 Standard Specifications
Suppiementary Conditions
PART III CONSTRUCTION METHODS DIVISION 3 - SITE PREPARATION
— ITEM 3.1.2 - CONSTRUCTION METHODS
— Add the following sentence after the second sentence: The method of protection shall be 2
inch by 4 inch wood railing unless otherwise shown on the Plans or directed by the
Engineer.
ITEM 3.7.3 - DENSITY
— Strike the first sentence and replace with the following: "Earth embedment and select
material shall be compacted to between 95 percent and 100 percent of Standard Proctor
Density as determined by ASTM D -698 at, or up to five (5) percentage points above,
— optimum moisture content, using mechanical compaction methods, unless otherwise
specified in the Plans or Specifications."
PART III 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.
PART III DIVISION 5 - PAVEMENT /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 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 ".
3 -9 Standard Specifications
Supplementary Conditions
(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 covering the entire area of freshly placed
— concrete with a fine mist, shall be used if water is needed for finishing operations."
PART III 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 -10 Standard Specifications
Supplementary Conditions