J j •I 1 -} ;1 BID NUMBER 01-12 D.4\!&""$ COPY'1 SPECIFICATIONS, CONTRACT DOCUMENTS AND PLANS :J FOR THE CONSTRUCTION OF il PAVING AND DRAINAGE IMPROVEMENTS I J BROADWAY STREET ADDISON ROAD TO JULIAN STREET J J PREPARED BY SHIMEK, JACOBS & FINKLEA, L.L.P. CONSULTING ENGINEERS DALLAS, TEXAS DECEMBER, 2000 , 􀁦􀁾􀀠t: SPECIFICATIONS, CONTRACT DOCUMENTS AND PLANS ; 􀁾􀀢􀀠FOR THE CONSTRUCTION OF PAVING AND DRAINAGE IMPROVEMENTS r 􀁾􀀠BROADWAY STREET 'ADDISON ROAD TO JULIAN STREET , :; FOR i , TOWN OF ADDISON, TEXAS ,f ,. i l f Prepared for: Town ofAddison P. O. Box 9010 Addison, Texas 75001 L I L f. l f 􀁾􀀠L ,r 􀁾, Prepared by:f: t Shimek, Jacobs & Finklea, L.L.P. 8333 Douglas Avenue, #820 ,! Dallas, Texas 75225 l December, 2000 rL r 􀁾􀀠: f-· I t Section ABr' L Section IE ,. !, Section PF f L Section CA r l . Section PrB Section PyB f , 􀁾􀀠Section MB t . i Section BP f Section GP L l. L Section SP rL L [ f t [ !t J 􀁜􀁾􀁬􀁥􀁮􀁣􀀻􀁬􀁬􀁬􀁡􀁤􀁤􀁩􀁳􀁯􀁮􀁜􀀲􀀰􀀰􀀰􀁟􀀱􀀠51 'llipo::c51ICch-splindex.doc TABLE OF CONTENTS Advertisement for Bids Instructions to Bidders Proposal Form Contract Agreement Performance Bond Payment Bond Maintenance Bond Contractor's Affidavit ofBills Paid General Provisions Standard Specifications for Public Works Construction, North Central Texas (separate document not furnished) Special Provisions 􀁾...." .... 􀁾􀁾􀁴􀀮􀀠OF 􀀱􀀧􀁾􀀬􀀠􀁾􀁾􀁾􀁾􀁾􀁜􀁟􀀮􀁾􀁟􀀮􀁕􀁾􀁾􀀠􀁾􀁏􀁈􀁎.:':'..• 􀁂􀁉􀁾􀀮􀁾􀁾􀀧􀀿􀁾􀁾􀀧􀀭􀁩􀀠􀁾􀁾􀀠54137.-;,9$'􀁾􀁇􀀧􀁓􀀧􀁴􀁦􀀮􀀧􀀼􀀧􀀧􀀧� �􀀮􀀮􀀺􀀯􀁾􀀠􀁾􀀡􀀺􀀧􀀺􀀻􀀮􀀺􀁾􀀠THESE DOCUMENTS ARE FOR BIDDING, CONSTRUCTION AND PERMIT PURPOSES. Date: 1j2G /0 I I i-BV 1 j ] '1 I 1 l 8.V NOll:J:!IS 1 j , ! j .i,, . , j ..lI L ,. SECTION AB f' ,; ADVERTISEMENT FOR BIDS 'f' I. Sealed bids addressed to the Town of Addison, Texas, for Paving and Drainage Improvements toI Broadway Street -Addison Road To JnHan Street, in the Town of Addison, Texas, hereinafter called "City" in accordance with specifications and contract documents prepared by Shimel::, Jacobs & Finklea, 􀁾􀀧􀀠L.L.P. will be received at the office of Bryan Langley, Assistant Finance Director, Finance Building, 5350 t. Belt Line Road, Addison, Texas until 2:00 p.m. on February 13, 2001. Bids received by the appointed time will be opened and read aloud. Any bids received after closing time will be returned unopened. Unsigned bids will not be considered. 2. The Contractor shall identify his bid on the outside of the envelope by writing the words PAVING AND DRAINAGE IMPROVEMENTS TO BROADWAY STREET -ADDISON ROAD TO JULIAN STREET, [ Bid No. 01-12. 3. Bids shall be accompanied by a cashier's check or certified check upon a national or state bank in an amount r not less than than five percent (5%) of the total maximum bid price payable without recourse to the Town of c Addison, or a bid bond in the same amount from a reliable surety company licensed by the State of Texas to act as a Surety and be listed on the current U.S. Treasury Listing of Approved Sureties, or a Binder of1, Insurance executed by a surety company licensed by the State of Texas to act as a surety or its authorized t agent as a guarantee that the bidder will enter into a contract and execute a Performance Bond within ten (10) days after notice of award of contract to him. 􀁾􀀠<. 4. Plans, specifications and bidding documents may be secured from Bryan Langley, Assistant Finance Director, Finance Building, 5350 Belt Line Road, Addison, Texas. There will be no fee or deposit for documents. 􀁾􀁾􀀠5. The right is reserved by the Mayor and the City Council as the interests of the City may require to reject any r or all bids and to waive any informality in bids received. t 6. The Bidder (Proposer) must supply all the the information required by the Proposal Form. I L ! 7. A Performance Bond, Labor and Material Payment Bond, and Maintenance Bond will be required by the Owner; each Bond shall be in the amount of 100% of the total contract amount. Bonds shall be issued by a surety company licensed by the State of Texas to act as a Surety and be listed on the current u.s. Treasury[ Listing of Approved Sureties. L 8. For information on bidding or to secure bid documents, contact Bryan Langley at (972) 450-7090. For[ information on the work to be performed, call Steve Chutchian, P.E., Assistant City Engineer, Town of Addison (972) 450-2871 or John Birkhoff, Shimel::, Jacobs & Finklea, L.L.P. (214) 361-7900. t 9. The project consists of furnishing and installing perimeter fencing in accordance with the specifications. 10. Estimated quantities for major items include the following: f Description Quantityl 8" Reinforced Concrete Pavement .......................... 2,160 S.Y. Slotted Drain Pipe ...................................................... 342 L.F. L Sidewalk ................................................. .................... 700 S.F. L II. No Pre-Bid Conference will be held. { TOWN OF ADDISON, TEXAS t 􀁊􀁜􀀨􀀺􀁉􀁣􀁲􀁵􀀺􀁡􀁃􀁜􀁡􀁤􀁤􀁬􀁬􀁣􀁮􀁜􀀲􀀰􀀰􀀰􀀭􀀱􀁓􀁉􀁾􀁜􀁴􀁋􀁨􀀮􀀮􀁳􀁰􀁜􀁡􀁢􀀮􀀮􀁉􀀮􀁤􀁭􀀺􀀠 AB-2 I-a! '1 􀀮􀁾􀀠'1 J SH3:ilHJ,SNI 91 NOU::>3"S " t j J 1 1 . , I j 1 J ;"" ! ; SECTION mfC I, . INSTRUCTIONS TO BIDDERS f•I A. PROJECT: Paving and Drainage Improvements to Broadway Street -Addison Road To Julian Street in the f' Town of Addison. i< . B. PROJECT DESCRIPTION: This project consists of furnishing and installing 2,160 square yards of 8-inch r,, reinforced concrete pavement, 342 linear feet of 21-inch slotted drain line, and 700 square feet of sidewalk , in accordance with the specifications. ( . C. PROPOSALS: Proposals must be in accordance with these instructions in order to receive consideration. 1. D. DOCUMENTS: Documents include the Bidding Requirements, General Provisions, Special provisions, Technical Specifications, Drawings plus Addenda which may be issued by the Consultant during the bidding r period. Bidding Documents may be viewed andJor obtained under the terms and conditions set forth in the t Advertisement for Bids, Section AB of this Project Manual. E. EXAMINATION OF DOCUMENTS AND SITE: Bidders shall carefully examine the Bidding Documents and the construction site to obtain first-hand knowledge of the scope and the conditions of the Work. Each Contractor, Subcontractor and Sub-subcontractor, by submitting a proposal to perform any portion of the 1: ;: Work, represents and warrants that he has examined the Drawings, Specifications (Project Manual) and the 􀁾􀀠site of the work, and from his own investigation has satisfied himself as to the scope, accessibility, nature and location of the Work; the character of the equipment and other facilities needed of the performance of f :: the Work; the character and extent of other work to be performed; the local conditions; labor availability, , [ practices and jurisdictions and other circumstances that may affect the performance of the Work. No additional compensation will be allowed by the Owner for the failure of such Contractor, Subcontractor of Sub-subcontractor to inform himself as to conditions affecting the Work. L F. INTERPRETATION OF DOCUMENTS: If any person contemplating submitting a bid for the proposed Contract is in doubt as to the meaning of any part of the Drawings, Specifications (Project Manual) or other proposed Contract Documents, he may submit to the Consultant, not later than four (4) calendar days prior to the date set for opening bids, a written request for an interpretation or clarification. Bidders should act f' promptly and allow sufficient time for a reply to reach them before preparing their bids. Any interpretation ! or clarification will be in the form of an Addendum duly issued. No alleged verbal interpretation or ruling L will be held binding upon the Owner. r, G. SUBSTITUTIONS: Conditions governing the submission of substitutions for specific materials, products, 􀁾􀀮􀀠equipment and processes are in the Special Provisions. Request for substitutions must be received by the Consultant seven (7) calendar days prior to the established bid date. ,f t ..c H. ADDENDA: Interpretations, clarifications, additions, deletions and modifications to the Documents during the bidding period will be issued in the form of Addenda and a copy of such Addenda will be mailed, faxed I or made available for pickup to each person who has been issued a set of the Bidding Documents. Addenda ..( will be a part of the Bidding Documents and the Contract Documents, and receipt of them shall be acknowledged in the Bid Form. All such interpretations and supplemental instructions will be in the form of r written addenda to the contract documents which, if issued, will be sent by U. S. Mail, facsimile, Or .1 available for pickup to all prospective bidders (at the respective addresses furnished for such purposes) not \0... later than three (3) calendar days prior to the date fixed for the opening of bids. If any bidder fails to acknowledge the receipt of such addenda in the space provided in the bid form, his bid will nevertheless be fL. construed as though the receipt of such addenda has been acknowledged. ( l j:\ch,ncahaddisonUOOO.151 \sp(emrech.Jpl.ib-l.doc !B-2 f' 􀁾􀀠r":' L COMPLETION TIME; A reasonable completion time has been established by the Owner and is indicated f c in the Proposal Fonn. 􀁲􀁾􀀠J. PREPARATION OF BIDS; Prices quoted shall include all items of cost, expenses, taxes, fees and charges c incurred, or arising out of, the perfonnance of the work to be perfonned under the Contract. Bids shall be signed in ink Any bid on other than the required fonn will be considered infonnal and may be rejected. 1'" Erasures or other changes in a bid must be explained or noted over the initials ofthe bidder. Bids containing 1 ; any conditions, omissions, unexplained erasures and alterations, or irregularities of any kind may be rejected as infonnaL The prices should be expressed in words and figures or they may be deemed infonnal and may [. be rejected. In case of discrepancy between the prices written in the bid and those given in the figures, the price in writing will be considered as the bid. Failure to submit all requested infonnation will make a bid irregular irregular and subject to rejection. Bids shall be signed with name typed or printed below signature, and, if a partnership, give full name of all partners. When bidder is a corporation, bids must be signed with the legal f, name of the corporation followed by the name of the state of incotporation and the legal signature of anL officer authorized to bind the corporation to a contract. L K. SUBMITTAL OF BIDS; Sealed proposal will be received at the time, date and place stated in theli. Advertisement for Bids. Proposals shall be made on unaltered Proposal Fonns furnished by the Consultant Submit proposal in an opaque, sealed envelope addressed to the Owner and plainly mark on the outside of f jthe envelope the project name, and the name and address of the bidder. The Bid Bond must be completed 􀁾􀀠and signed by each bidder and submitted with the bid. Submit Bids by mail or in person prior to the time for receiving bids set forth in the Advertisement for Bids issued by the City. r 􀁾􀀠L MODIFICATION AND WITHDRAWAL OF BIDS: Prior to the time set for bid opening, bids may be withdrawn or'modified. Bids may be modified only on the official bid fonn and must be signed by a person legally empowered to bind the bidder. No bidder shall modifY, withdraw or cancel his bid or any part 􀁾􀀠 thereof for thirty (30) calendar days after the time agreed upon for the receipt of bids. r M. DlSQUALIFICA TION OF BIDDERS: Bidders may be disqualified and their proposal not considered for any of the following specific reasons: L I) Reason for believing collusion exists among the bidders. 2) Reasonable grounds for believing that any bidder is interested in mOre than one proposal for the work f" contemplated. L 3) The Bidder or his surety being currently in any litigation against the Owner, or where such litigation is contemplated or imminent, in the sole opinion of Owner.{ L 4) The bidder being in arrears on any existing contract or having defaulted on a previous contract f 5) Lack of competency, responsibility or financial capability as revealed by the bid questionnaires,L financial statement, etc, f 6) Uncompleted work which in the judgement ofthe Owner shall prevent or hinder the prompt completion 􀁦􀁾􀀠of additional work if awarded.t 7) Failure of bidder to use Owner's form of bid bond in submitting his bid, or submission of a cashier's r check drawn on a state or national bank not located in the Owner's jurisdiction area. L 8) Unbalanced value ofany bid items. I l 􀁾􀀠< J 􀀧􀁾􀁬􀁥􀁲􀁩􀁾􀁾􀁜􀁡􀁤 􀁤􀁩􀀡􀀻􀀢􀁮􀀨􀀡􀁏􀁏􀁏􀁟􀀱s! \\pct;:$\!cch.$Jl1fu.. j .duc 16-3Ii" f, t r N. SUBMISSION OF POST-BID INFORMATION: Upon notification of acceptance, the selected bidder < . shall, within five (5) calendar days, submit the following: 􀁛􀁾􀀮􀀠 I) A designation of the portions of the Work proposed to be performed by the bidder with his own force. 2) A list of names of the subcontractors or other persons or organizations, including those who are to ,.... furnish materials and equipment fabricated to a special design proposed for such portions of the Work :L't as may be designated in the Bidding Documents or as may be requested by the Consultant. r-3) The bidder will be required to establish to the satisfaction of the Owner and the Consultant the 􀁾􀀠reliability and responsibility of themselves and proposed Subcontractors and suppliers to furnish and < perform the Work. Bidder to provide experience record, including contact references (names and ,. , telephone) and dollar size ofproject. l O. AWARD: The Owner reserves the right to accept any or to reject any bids without compensation to bidders and to waive irregularities and formalities. f \;..' P. EXECUTION OF THE CONTRACT: The successful bidder will be required to enter into a contract with the Owner within ten (10) calendar days of notice by the Owner that his bid has been accepted. Failure to , enter into contract within the established time limit without proper justification shall be considered grounds 1 t for forfeiture ofthe bid bond. r Q. CONSTRUCTION SCHEDULE: It is the Owner's desire to have the project completed and operational inI,. t. as short a time as possible. The number of calendar days for completion of the project will begin with the date specified in the Notice to Proceed. The Notice to Proceed will be issued in a manner to facilitate a smooth construction ofthe project. . In no instance shall the number of calendar days for completion of the work measured from the proposed date of beginning exceed Seventy (70) calendar days. r , 􀁾􀀠R. LIQUIDATED DAMAGES: The time of completion is the essence of this contract. For each calendar day that any work shall remain uncompleted after the time specified in the proposal and the contract, or the L increased time granted by the Owner, or as equitably increased by additional work or materials ordered after the contract is signed, the sum per day given in the following schedule shall be deducted from the monies due the Contractor: L $1,000.00 per Calendar Day ( The SUm of money thus deducted for such delay, failure or non-completion is not to be considered as at􀁾􀀮􀀠t penalty, but shall be deemed, taken and treated as reasonable liquidated damages, per calendar day that the Contractor shall be in default after th,e 􀁾􀁭􀁥􀀠stipulated in the contract for completing the work. The said amounts are fixed and agreed upon bY{an between Owner and Contractor because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the Owner in such event would sustain; and said amounts are agreed to be the amounts of damages which the Owner would sustain and which shall be retained from the monies due, or that may become due, the Contractor under this contract; and ifsaid monies Lf be insufficient to cover the amount owing, then the Contractor or his surety shall immediately pay any additional amounts due. If the contractor finds it impossible, for reaSOns beyond his control, to complete the work within the contract time as specified, the Contractor may make a written request for an extension of time in accordance with the General Provisions. S. FORM OF CONTRACT: The contract for the construction of the project will be drawn up by the Owner. [ A sample form of agreement is included in the Contract Agreement Section. [ j"\Clerk!ill,addi>oo\2000_ LS1\spcc:s\tech-sp\ib-l.dQJ: IB·4 r !, " T. BONDS; A Performance Bond, a Labor and Material Payment Bond and a Maintenance Bond each in the 'amount of 100% of the contract will be required by the Owner. Sample forms have been included in the r" Performance Bond, Payment Bond and Maintenance Bond sections. r U. BID SECURITY; Bids shall be accompanied by a cashier's check or certified check upon a national or ! state band in an amount not less than five percent (5%) of the total maximum bid price payable without recourse to the Town of Addison, or a bid bond in the same amount from a reliable surety company as a : guarantee that the bidder will enter into a contract and execute Performance Bond within ten (10) calendar 􀁾􀀠L days after notice of award of contract to him. Such checks Or bid bonds will be returned to all except the three lowest bidders within three (3) days after the opening of bids, and the remaining checks or bid bonds e" will be returned promptly after the Owner has made an award of contract, or, if no award has been made ,! ,! £ within thirty (30) calendar days after the date of the opening of bids, upon demand of the bidder at any time thereafter, so long as he has not been notified of the acceptance of his bid. f. V. RESOLUTIONS; If the bidder is a corporation, a copy ofthe resolution empowering the person submitting f the bid to bind the bidder must be included with the bid. r W. CONSTRUCTION STAKING; Benchmarks and horizontal control are shown on the plans. The Town of \..," Addison will conduct Quality Control Surveys as they determine necessary. X. FINAL PAYMENT; The general provisions for Final Payment shall be as stated in Item 1.51.4 of the , North Central Texas Standard Specifications for Public Works Construction (1983 Edition) including all Amendments and Additions. Prior to final payment the Contractor shall provide the Owner with the following items; 1) A Contractor's Affidavit of Bills Paid in accordance with Section BP. 􀁾􀀠􀁾􀀠:: 2) A Consent of Surety Company to Final Payment lr 3) A complete set of Record Drawings which indicate all construction variations from the original t construction documents. "" 4) A one (I) year Maintenance Bond in the amount of one hundred percent (100%) of the contract in r accordance with Section MB. ,L 􀁾_tn S-3 "1. ,(>/!'P-"" L.' L END OF SECTION IB l ,r 􀁾􀀬􀀠r I r 􀁾􀀠j:\ckrk.tl'.;:Q;m\2000.1 S I 'spl=\U!Ch'fp'ib-1 due IB-S hid 1 1 ! s WHO.!! 'TVSOdOlld ;,, j .!!d NOI.L;):tIS 7,,j ------------------r t. ! 􀁲􀁾􀀠" ,i,,r L '" !• (' t [ f, 'r , ; i , (, l" • 1 􀁾􀀠L [ r ,", L c, t r t. [ r l" BID FORM ,2001 TO: The Honorable Mayor and Town Council Town of Addison, Texas Gentlemen: The undersigned bidder, having examined the plans, specifications and contract documents, and the location of the proposed work, and being fully advised as to the extent and character of the work, proposes to furnish all equipment and to perform labor and work necessary for completion of the work described by and in accordance with the Plans, Specifications and Contract for the following prices, to wit: Signed by: ACKNOWLEDGMENT OF ADDENDA: The Bidder acknowledges receipt ofthe following addenda: Addendum No, I Addendum No_ 2 Addendum No.3 j:k!ericallllddison\2000.I51􀁾􀁜􀁬􀁥􀁥􀁨􀀭􀁳􀁰􀁜􀁰􀁦􀀮􀀱,doe PF-2 L r "" ,f 􀁾􀀠, j! {, rL.; f', < I [ 1 f & ;;' 􀁾􀀠, i fl I L fL J f. It. r: 􀁾􀀠L ",-. r b, TOWN OF ADDISON, TEXAS Paving and Drainage Improvements Broadway Street -Addison Road to Julian Street BID SCHEDULE Item Estimated No. Quantity Unit 1 520 c.Y. : 2 2,285 S.Y. 3 700 L.F. 4 41 L.F. 5 24 S.Y. I Description and Price in Words Unclassified Excavation complete in place, the sum of Dollars ,and :Cents per Cubic Yard For Furnishing and Installing 8-Inch Reinforced Concrete Pavement complete in place, the sum of : Dollars : and ICents per Square Yard For Furnishing and Installing 6-Inch Monolithic Curb complete in place, the sum of Dollars and Cents per Linear Foot For Furnishing and Installing Undercut Street Header complete in place, the sum of Dollars : and Cents per Linear Foot For Furnishing and Installing 3-Inch HMAC, Type nDII complete in place, the sum of Dollars and Cents per Square Yard Price in Extended Figures Amount ! t J:\Addlwn\2{)(X)15 fl$p(Q\(edJ\PF-2:x1! PF-3 r' {. r (. ., " L ," 􀁾􀀠• ,. t 􀁾􀀠: , h ," 􀁾􀀠f. F' t t f L L r .r, f. L t, L f: i. L r Item Estimated No. Quantity Unit 6 27 S.Y. 7 2,317 S.Y. 8 546 S.F. 9 127 S.F. 10 35 L.F . 11 100 S.F. Price in Extended Description and Price in Words Figures Amount For Furnishing and Installing 10-Inch Crush Stone Base, Type A, Grade 2 complete in place, the sum of Dollars' and Cents oer Sauare Yard For Furnishing and Installing 6-Inch Compacted Subgrade complete in place, the sum of Dollars and Cents per Square Yard For Furnishing and Installing 4-Inch Reinforced Concrete Sidewalk complete in place, the sum of Dollars and Cents per Square Foot For Furnishing and Installing Reinforced Concrete Barrier Free Ramp complete in place, the sum of Dollars and Cents per Square Foot For Furnishing and Installing Guard Rail complete in place, the sum of Dollars and Cents per Linear Foot For Furnishing and Installing Sidewalk with Brick Pavers complete in place, the sum of , Dollars !and Cents per Square Foot ( 􀁾􀀠J:\Addison\200()ISl\specs\1ecltWf.Z.Jds PF-4 r",, 􀁾􀀠,,-.:f c. r, r L IZ"i L f L f' t L r' 􀁾􀀠􀁾􀀺􀀠t. r 􀁾􀀮􀀠fL f"' t· r L (L f t i L f t i L Item Estimated No. Quantity 12 608 13 22 14 46 15 34 16 10 17 21 -􀁊􀀻􀁜􀁁􀁤􀁤􀁩􀁳􀁄􀁮􀁜􀁬􀁏􀁏􀁏􀀱 􀀳􀀱􀁾􀁬􀁉􀀺􀁥􀁣􀁢􀁜􀁐􀁉􀀧􀂷􀀲􀀮􀁸􀁊􀁾􀀠Price in Extended Unit Description and Price in Words Figures Amount Remove and Replace Exposed Aggregate S.P. Sidewalk Bordered with Brick Pavers complete in place, the sum of Dollars and Cents per Square Foot LF. For Removing Existing 24-Inch RCP complete in place, the sum of Dollars and Cents per Linear Foot LF. For Removing Existing 8-Inch PVC complete in place, the sum of Dollars and 'Cents per Linear Foot LF. . For Removing Existing 12-1nch PVC complete in place, the sum of , Dollars and Cents per Linear Foot For Removing and Replacing Existing Chain LF. Link Fence complete in place, the sum of Dollars and Cents per Linear Foot For Furnishing and Installing 21-Inch Slotted LF. Drain Pipe without Slots complete in place, the sum of Dollars and Cents per Linear Foot PF-PF-5 , 1'"' f r c. ,􀁾􀀠t _ r 1 􀁾I:," ,., 􀁾􀀢􀀠r. L f -, t [ :;1_ r-LI' L LL r t. {,h 􀁴􀀬􀀮􀁾,,I t I r r j• Item Estimated I QuantityNo. Unit 18 342 L.F. 7 19 44 􀁾􀀠20 42 L.F. 21 2 C.Y. 22 4 Ea. 23 I Ea. 1:\Addisonl.2000151\$pec.,s\tethIJ>F_2.,w Price in Extended Description and Price in Words Figures Amount For Furnishing and Installing 21-Inch Slotted Drain Pipe with Slots complete in place, the sum of Dollars and Cents per Linear Foot For Furnishing and Installing 27-Inch RCP complete in place, the sum of Dollars and Cents per Each For Furnishing and Installing 2 I-Inch RCP complete in place, the sum of Dollars and Cents per Linear Foot For Furnishing and Installing Sloped Concrete Headwall for 21-Inch RCP complete in place, the sum of Dollars and Cents per Cubic Yard For Connecting to Existing 48-Inch RCP complete in place, the sum of Dollars and Cents per Each For Furnishing and Installing 3-Foot by 3-Foot Drop Inlet complete in place, the sum of Dollars and Cents per Each PF-6 rtr _ 1'"'f 􀁴􀀺􀁾􀀱􀀠t L 􀁲􀁾i 'L-.: f t r 􀁾r 􀁾􀀬􀀺􀀠:; E 􀁾􀀠t r-t L [ r 􀁾􀀠􀁾􀀠's,.". iIL [􀁾􀀠!• 1_t Vl Item Estimated No. Quantity Unit 24 8 Ea. 25 18 L.F. 26 3 L.F. 27 1 Ea. 28 1 Ea. 29 670 L.F. HAl'ldiwn\2000 15!I.spe.:s\r.eehlPF"2.x1s Price in Extended Description and Price in Words Figures Amount For Furnishing and Installing 4-lnch Bollard complete in place, the sum of Dollars and Cents per Each For Furnishing and Installing 8-Inch PVC Water Line complete in place, the sum of Dollars and iCents per Linear Foot For Furnishing and Installing 2-lnch PVC Water Line complete in place, the sum of Dollars land Cents per Linear Foot For Connecting to Existing 2-lnch Water Line complete in place, the sum of Dollars and Cents per Each For Connecting to Existing 8-Inch Water Line complete in place, the sum of Dollars and Cents per Each For Furnishing and Installing Fire Lane Stripe complete in place, the sum of Dollars and Cents per Linear Foot PF-7 r f"j''L, '" 􀁾􀀠( f"" lL ,, " , 􀁾􀀮􀀠" f,.&.; f t f' e, r ," L l "{ f fL ,. 􀁾􀀭􀀧• r t L 1 ( ;f '-. [ f t, Item Estimated No, Quantity 30 1,110 31 4 I 32 2 33 42 34 1 35 100 1.\Addiwn\20001 S􀁬􀁜􀁊􀁰􀁥􀁣􀁳􀁜􀁦􀁦􀁲􀁬􀀱􀁜􀁐􀁆􀁾􀁬􀀬􀀺􀁤􀁳􀀠Price in Extended Unit Description and Price in Words Figures Amount For Furnishing and Installing 4-lnch Wide White L.F. Stripe complete in place, the sum of Dollars and Cents per Linear Foot Ea. For Furnishing and Installing Handicap Symbol complete in place, the sum of Dollars and Cents per Each Ea. For Furnishing and Installing Handicap Ramp complete in place, the sum of Dollars and Cents per Each Ea. For Furnishing and Installing Wllcel Stop complete in place, the sum of Dollars and Cents per Each L.S, For Providing Trench Safety System Design complete in place, the sum of Dollars and Cents per Lump Sum For Furnishing and Installing Trench Safety L.F. System complete in place, the sum of Dollars and Cents per Linear Foot PF-8 1 r 􀁾􀀮􀀠t , 􀁦􀀢􀁾> . 􀁾􀀠" •􀁾􀀠􀁾􀀠􀁾􀀠􀁾􀀠... 􀁾􀀮, 􀁾􀀠r 1 r (. r' ., a. r. I: , t t r t . [ t f" 􀁾􀀠􀁾􀀮􀀠Jl • 􀁾􀀠l' ! c ! L [ , ! L Item Estimated Price in Extended No. Quantity Unit Description and Price in Words Figures Amount 36 8 Ea. Relocating Water Meter with New Meter Box I complete in place, the sum of , 􀁾􀀧􀁊􀀩􀀭􀀭􀀧􀀨􀀠􀁖􀁾􀂷􀀠Dollars C; and Cents per Each For Constructing, Maintaining, Removal and Restoration of Temporary Parking Lot, including Four Direction Signs (Blue Background, White 37 700 S.Y. Letters, 6" Tall) complete in place, the sum of Dollars and Cents per Square Yard For Alley Rehabilitation with TxDOT, Type "D" 38 150 Tons Hot Mix complete in place, the sum of Dollars and Cents per Ton [TOTAL AMOUNT BID (Items 1 Through 38) ? 4iit.td 􀁶􀁤􀁾s1aJ..sI 􀁊􀀩􀁰􀁢􀁾􀁇􀀬􀀮􀀬􀁰􀀠􀁊􀁜􀁁􀁤􀁤􀁗􀁭􀁜􀀲􀀰􀀰􀀰􀀱􀁓􀁉􀁾􀁜􀁐􀁆􀀮􀀺􀁴􀁘􀁨􀀠PF-9 r-' t 􀁾􀀧􀀺􀀠F.',,. NOTES: 1. All items, labor, materials, equipment, facilities, incidentals and work required for construction of the project are to be provided and installed by the Contractor as part of the project and r' t, payment for the cost ofsuch shall be included in the price bid for the construction ofthe project. 2. Prices must be shown in words and figures for each item listed in the Proposal. In the event of discrepancy, the words shall control. 􀁾􀀠:: ; t , 3. Materials, which are "tax exempt", are those items which are physically incorporated into the facilities constructed for the OWNER, as set forth in the Special Provisions. Materials include, 1 but are not limited 10 purchased items such as concrete, and roadbase, etc. Services, which are "not tax exempt", are those items which are used by the Contractor but are (, c not physically incorporated into the OWNER's facility and/or items which are consumed by construction, as set forth in the Special Provisions. Services include, but are not not limited to, items such as supplies, tools, skill and labor, the purchase, rental Or lease of equipment, etc. \"'L f: L Name of Person Signing Bid r' .. 􀁾􀀠. Signature ofPerson Signing Bid r " L Address i l Telephone No. Fax No. t r' T.I.N. (Tax Identification or Employer's Number) un\J((l{i-lSl\Sp«Suecl;,.sp\pf.}.;j(x; PF·ll L r-'i ( A Partnership F 􀁾, r-' i 􀁾􀀭By (Firm Name) (Seal) ;-: (General Partner) doing business as r i Business address: i(e t L Phone No. § f " r. ,􀁾􀀠, .l; t r P t r f t, L f t I " L L L j \ek:ric;!I\,iuk!w::m\:'UXlO.1 S I \spei:s\Ir:c'-lpljif-3.doc PF-12 r A Corporation r t By r: (Corporation Name) (State ofIncorporation) Byr! (Name of PerSon Authorized to Sign)I r, (Title) !, I \.. (Corporate Seal) r',!, 􀁾􀀠J, Attestt (Secretary) r, Business address: 􀁾􀁾􀀠. If f: L if; . L. Phone No. [' f 􀁾􀀠fL f t ,f L ,".... ,: L f f L j 􀁜􀁣􀁉􀁾􀁲􀀱􀁃􀀻􀁪􀁨􀁵􀁤􀁤􀁬􀀡􀀻􀁯􀁲􀁁􀀲􀀨􀀱􀀨􀀩􀁏􀂷􀀱􀀵􀀱􀀠Ispee:;:\Ic:dt"$plpr-J.do.e PF-13 f ,! . A Joint Venture 􀁲􀁾􀂷􀀠\ L Byr. (Name)!, . rr" (Address)i L By (Name) f' (Address)t L 􀁾􀀬􀀠 (Each joint venture must sign. The manner of signing for each individual, partnership and corporation that is a party to the joint venture should be in the manner indicated above.) [ f: t r i " f ! fL f' L f t L f !L ,! il 􀁾􀀬I . t lL 􀁪􀀭􀁜􀁤􀁥􀁲􀁩􀁬􀀺􀁾􀁔􀁬􀁡􀁤􀁤􀁩􀀵􀁯􀁬􀁬􀁜􀀲􀀰􀀰� �􀁟􀀠!5 I 􀁜􀁯􀀻􀁰􀁣􀁣􀁳􀁜􀀨􀁥􀁣􀁨􀀭􀁾􀁰􀁜􀁰􀁲􀀭􀁊􀀮􀁤􀁯􀀬􀀠PF-14 ,i . i V:J NOI.L:JaS , . l, , .; 1 • • AGREEMENT ·,􀁲􀁾􀀠, ..., STATE OF COUNTY OF _____ 􀁾􀀭;. THIS AGREEMENT is made and entered into this day of , 2001, by and between the , Town of Addison, of the County of Dallas and State of Texas, acting tbrough its City Manager, thereunto duly h. authorized so to do, Party ofthe First Part, hereinafter termed the OWNER, and __________--' r,, of the City of , County of , State of , Party of the " Second Part, hereinafter termed CONTRACTOR. · . , WITNESSETH: That for and in consideration of the payment and agreement hereinafter mentioned, to be made 􀁾and performed by the OWNER, the said CONTRACTOR hereby agrees with the said OWNER to commence and ,' complete construction of certain improvements as follows: • Paving and Drainage Improvements to Broadway Street -Addison Road To Julian Street , " " and all extra work in connection therewith, under the terms as stated in the General and Specific Conditions of the AGREEMENT; and at his own proper cost and expense to furnish all the materials, supplies, machinery, , equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto and in accordance with the Advertisement for Bids, Instructions to Bidders, General Provisions, Special Provisions, i _ Plans, and other drawings and printed or written explanatory ntatter thereof, and the Technical Specifications and Addenda thereto, as prepared by the OWNER, each of which has been identified by the endorsement of the, CONTRACTOR and the OWNER thereon, together with the CONTRACTOR's written Proposal and the General (.... Provisions, all of which are made a part hereof and collectively evidence and constitute the entire AGREEMENT.1 􀁾The CONTRACTOR hereby agrees to commence work within five (5) calendar days after the date of written , notice to do so shall have been given to him, to complete the work within Seventy (70) calendar days, after he i commences work, subject subject to such extensions of time as are provided by the General Provisions. The OWNER agrees to pay the CONTRACTOR _____________________ _____________ Dollars ($ ) in current funds for the performance of the ., Contract in accordance with the Proposal submitted thereof, subject to additions and deductions, as provided in the General Provisions, and to make payments of account thereof as provided therein, j'\e!o:rieaJ\.1duison\2QOO·1 5il&p.:es1tetfHp'.o:a.l.doc CA·2 􀁲􀁾􀀠L v􀁾􀀠1 i!c' 􀁾􀀠􀁾􀁾?:, Ir"·, 􀁾􀀠<., r:; L: l 􀁾􀀠􀁾􀀠. t , L , ,. ii. • .. 􀁾􀀠L , . t 􀁾􀀠􀁾􀀠ii._ IN WITNESS WHEREOF, the parties of these presents have executed this AGREEMENT in the year and day first above written. TOWN OF ADDISON, TEXAS (OWNER) By: 􀀭􀀭􀀻􀀺􀀻􀀭􀀺􀀺􀀺􀀺􀁵􀁮􀀺􀀺􀁾􀀻􀁤􀀮􀁃􀁩􀀻􀁹􀁍􀀻􀀻􀀻􀀻􀀻􀁧􀀻􀀻􀀺􀀭􀀭Ron Whitehead, City Manager (CONTRACTOR) By: _________ ATTEST: By: 􀀭􀀭􀀭􀀭􀀭􀀽􀀭􀀭􀀭􀀭􀀭􀀽􀀭􀀮􀁺􀀮􀀺􀁾􀁍􀀬􀁾􀀻􀀻􀀺􀁹􀀭 Carmen Moran, CIty Secretary ATTEST: By: _________ The following to be executed if the CONTRACTOR is a corporation: I, certify that I am the secretary of the corporation named as CONTRACTOR herein; that who signed this Contract on behalf of the CONTRACTOR is (official title) of said corporation; that said Contract was duly signed for and in behalf of said corporation by authority of its governing body, and is within the scope of its corporate powers . Signed: _________________ Corporate Seal j 􀁜􀁥􀁬􀁥􀁲􀁩􀁃􀁑􀁾􀁤􀁕􀁯􀁉􀁬􀁕􀁴􀀩􀁏􀁏􀂷􀀱􀀱􀀡􀁜􀀧􀁬􀁰􀁥􀁣􀁩􀁜􀁴􀂫􀀺􀁨􀀮􀁾􀁜􀁣􀁡􀀮􀀱􀀮􀁤􀁯􀁣􀀠CA-3 l tJ.ld NOU;:):!IS 'J. STATUTORY PERFORMANCE BOND PURSUANT TO CHAPTER 2253 OF THE TEXAS GOVERNMENT CODE (PUBLIC WORKS) (( '\ (Penalty of this Bond must be 100% of Contract Amount) 􀁾􀀠r KNOW ALL MEN BY THESE PRESENTS, That (hereinafter called the Principal), as Principal, and f" (hereinafter called the Surety), as Surety are held and firmly bound unto the Town ofAddison (hereinafter called the Obligee), in the amount of _______________________ < ' '. 􀁾􀀻􀀠_________________ Dollars ($ ) for the f, payment whereof the said Principal and Surety bind themselves and their heirs, administrators, executors, <' successors and assigns, jointly and severally, firmly by these presents. j' 􀁾􀀠WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the , day of , 2001 to Paving and Drainage Improvements to Broadway Street -Addison Road To Julian Street which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. , NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void, otherwise to remain in full force and effect. • 􀁾􀀮􀀠PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253 of the Texas Government Code and all liabilities on this bond shall be determined in accordance with the • provisions, conditions and limitations of said Chapter to the same extent as if it were copied at length , < herein. ·. , IN WITNESS WHEREOF, the said Principal and Surety have signed this instrument this , day of , 2001. 􀁾􀀠, , < (Principal) By: , . 􀁾􀀠 (Surety) By: (Attorney-ill-Fact)L􀁾􀀠t 􀁩􀀧􀀮􀀺􀀺􀁾􀁕􀀨􀁷􀀧􀀱􀀵􀀱􀀢􀁾􀁾􀁊􀀬􀁤􀁯􀁥􀀠 PrB-2 1 ([NOR 􀁾􀁎􀀺􀁩􀁉􀁗􀁁V d . , } .J 􀀭􀁾􀀠. 1 ,. STATUTORY PAYMENT BOND PURSUANT TO CHAPTER 2253 􀁾, OF THE TEXAS GOVERNMENT CODE 'c (pUBLIC WORKS) ; , (Penalty ofthis Bond must be 100% of Contract Amount) , c· KNOW ALL MEN BY THESE PRESENTS, That , (hereinafter called the Principal), :is Principal, and {" (hereinafter called the Surety), as Surety are held and finnly bound unto the Town of Addison (hereinafter called the Obligee), in the amount of _______________________ " _________________ Dollars ($ ________ ) for the 􀁾􀀠payment whereof the said Principal and Surety bind themselves and their heirs, administrators, executors, , successors and assigns, jointly and severally, finnly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the , day of 2001 to Paving and Drainage Improvements to Broadway Street -Addison Road To Julian Street which contract is hereby referred to and made a part hereof as fully and to the same extent as ifcopied at length herein, , NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then this obligation shall be void; otherwise to remain in full l force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253 oft. the Texas Government Code and all liabilities on .this bond shall be determined in accordance with the provisions, conditions and limitations of said Chapter to the same extent as if it were copied at length " herein.L. f,"" IN WITNESS WHEREOF, the said Principal and Surety have signed this instrument this ____ " day of , 2001. , , t (Principal) By:c (Surety) By: (Attorney-in-Fact) 􀁊􀁜􀁣􀀡􀁾􀁜􀀱􀀰􀀰􀀰􀀮􀀮􀁊􀀵􀀩􀁜􀁬􀀻􀁉􀀩􀁃􀁴􀀺􀁨􀁥􀁣􀁬􀁈􀁰􀁜􀁰􀀻􀁯􀁢􀁟􀁬􀀮􀁤􀁯 􀁩􀀺􀀺􀀠PyB-2 -􀀭􀁾􀀠, 􀁾􀀠., ., , . 􀀭􀁾􀀠, HW NOI.LJ3:S , , r' .. ' 􀁾􀀠SECTION MB MAINTENANCE BOND , (." :i ' 1"' STATE OF TEXAS COUNTY OF DALLAS f 􀁾􀀠. f' 􀁾􀀠That ___________________ as principal and , a corporation organized under the laws of ____________ and as sureties, said sureties being authorized to do business in the State of Texas, do hereby expressly acknowledge themselves to be held and bound to pay unto the Town of Addison, a municipal corporation, chartered by virtue of a Special Act of Legislature of the State of Texas, as , Addison, Dallas County, Texas, the sum of ;:: -, ($ ) for the payment ofwhich sum will and truly to be made unto said Town of Addison and its successors, said principal and sureties do hereby bind themselves, their assigns and successors, jointly and severally, r .. This obligation is conditioned, however, that whereas said f 􀁴􀁾􀀠􀁾􀀠. ,!.,' has this day entered into a written contract with the said Town ofAddison to build and construct the , , 'L 􀁾􀀠L. j.l¢loluilllddil;oo\.2001)..! SI\sp=;\lCCh·sp'.rrtrI.doc MB·2 L c r r which contract and the Plans and Specifications therein mentioned adopted by the Town of Addison, are hereby 􀁾􀀧􀀠expressly made a part hereofas though the same were written and embodied herein, { q' WHEREAS, under the Plans, Specifications and Conlract it is provided that the Conlractor will maintain and keep in L good repair the work herein conlracted to be done and performed for a period of two (2) years from the date of startup, and to do all necessary backfilling that may arise on account of sunken conditions in ditches, or otherwise, , 􀁾􀀧􀀠and to do and perform all necessary work and repair any defective condition growing out of or arising from the t improper joining of the same, or on account of any breaking of the same caused by the said Contractor in laying or r building the same, or on account of any defect arising in any of said part ofsaid work laid or constructed by the said Contractor, or on account of improper excavation or backfilling; it being understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work or labor performed by the said Contractor; and in case the said Conlractor shall fail to do, it is agreed that the City may do said work and supply 􀁾􀀠such materials, and charge the same against the said Conlractor and sureties on this obligation, and the said c Contractor and sureties hereon shall be subject to the liquidated damages mentioned in said contract for each day's t. failure on its part to comply with the terms ofthe said provisions of said conlract; f ic NOW THEREFORE, if the said Contractor shall keep and perform its said agreement to maintain said work and keep the same in repair for the said maintenance period of two (2) year§, as provided, then these presents shall be 􀁾􀀠null and void and have no further effect; but ifdefault shall be made by the said Conlractor in the performance ofits contract to so maintain and repair said work, then these presents shall have full force and effect, and said Town of f f Addison shall have and recover from the Contractor and its sureties damages in the premises, as provided, and it is further understood and agreed that this 􀁯􀁢􀁬􀁩􀁾􀁴􀁩􀁯􀁮􀀠shall be a continuing one against the principal and sureties hereon , and that successive recoveries may be had hereon for 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 !, l , during said time, " , < ' , 􀁾􀀺􀀠L jlclcrknfudJ.ison\2000-Ul\spt:a.\tech..sp\."t'th.! ,doc MB-3 ,., .. r·'f . IN WITNESS WHEREOF, the said bas caused these presents to be 1;'" , "" L r • ('. executed by hand this the SURETY _______ day of and the said , 20 PRINCIPAL 01 has hereunto set his r , ,,, , " By: By: Attorney Surety By: ATIEST Secretary • Agency and Address 􀁾􀀠" , !: 􀁾􀀭. NOTE: Date ofMaintenance Bond must be same as date City acceptance . . , 'i .. it. ,. 'z, t·" 􀁬􀀢􀀮􀀮􀀺􀀺􀁫􀁔􀁩􀁑􀁦􀁾􀁜􀁩􀁩􀁬􀁏􀁏􀂷􀁉􀀤􀀱\sp:esll«b-sp\rril-l ,do<; MB-4 l aIVd S'TlIH .tIO UAV f. The Superintendent and the Contractor shall be responsible for all work performed by the subcontractor at l all times during construction. i 􀁪􀀺􀀧􀁯􀀻􀁉􀁾􀀺􀁲􀁯􀁯􀁜􀀧􀀡􀀨􀀧􀀩􀀨􀀩􀀬􀁽􀀮􀁉􀁓􀀱􀁾􀀧􀁾􀁉􀁟􀁤􀁯􀁣􀀠SP·6 " , . \ SP.16 ANTITRUST The Contractor hereby assigns to the Owner any and all claims for overcharges associated with this I I contract which arise under the antitrust laws ofthe United States 15 U.S.CA Sec. I, et seq. (1973). \ SP.17 PUBLIC UTILITIES AND OTHER PROPERTY TO BE CHANGED In case it is necessary to change or move the properry of any Owner or of a public utility, such properry l shall not be moved or interfered with until authorized by the utility company or approved by the Owner. The right is reserved to the Owner or public utilities to enter upon the limits of the proje« for the purpose ofmaking such changes or repairs oftheir properry that may be made necessary by the perfonnance ofthis contract. SP.IS EXISTING UTILITIES AND SERVICE LINES ,. The Contractor shall be responsible for the protection of all existing utilities IT service lines crossed or exposed by his construction operations. Where existing utilities or service lines are cut, broken, or damaged, the Contractor shall replace the utilities or service lines with the same type of original construction, or better, at his own cost and expense. Existing landscaping and irrigation shall be protectedt at all times. 􀁾􀀠SP.19 USE OF EXPLOSIVES Use of explosives will not be allowed. r { SP.20 INSURANCE Each insurance policy that the Contractor must furnish in accordance with these contract documents shall 􀁾􀀠name the Town ofAddison and the Engineer as additional insured. 1.0 The Contractor shall agree to furnish and maintain, during the contract period, insurance " coverage meeting the following requirements: 1.1 Commercial General Liability Insurance at minimum combined single limits of $500,000 per occurrence and $1,000,000 general aggregate for Bodily Injury and Properry Damage, which [ coverage shall include Products/Completed Operations, and XCU Hazards. Contractual Liability must be maintained with respect to the Contractor's obligations contained in the ( contract. The policy must be amended to provide a per-project general aggregate limit limit of ,.t , i insurance of$I,OOO,OOO with respect to this contract. 1.2 Workers Compensation Insurance at statutory limits, including employer's liability coverage r at minimum limits of $500,000 by disease aggregate, $100,000 by disease-per occurrence,t.. $100,000 per occurrence -each accident. (See attachment on Workers Compensation < . Commission rules) L 1.3 Commercial Automobile Liability Insurance at minimum combined single limits of $1,000,000 per occurrence for bodily injury an.JJroperry damage, including owned, non􀁾􀀠L owned, and hired car coverage. 2.0 Contractor shall provide the following endorsements: ·r 􀁾􀀠􀁾􀀮􀀠2.1 Named insured wording which includes the Contractor and the Town of Addison with respect to general liability and automobile liability. [ 2.2 All liability policies shall contain cross liability and severability ofinterest clause. l 􀁾􀀠􀁲􀁜􀀧􀀺􀁬􀁭􀁴􀀺􀀼􀁬􀁬􀁜􀀻􀁊􀀬􀁤􀁤􀁩􀀮􀁳􀁯� �􀁜􀀲􀀨􀀩􀁉􀀩􀁇􀀮􀀮􀁬􀁓􀁬􀁾􀀧􀀵􀁰􀀭􀁊􀀠,i\ix: SP-7 f 2.3 A waiver of subrogation in favor of the Town of Addison with respect to the workers' compensation insurance. 2.4 The policy shall be endorsed to require the insured to immediately notify the Town of,.' Addison of any material changes in the insurance coverage. I , ," 2.5 The certificate shall notate the Ptoject Name or Bid Number. (' 􀁾􀀠 2.6 All certificates shall be mailed to Town of Addison, Purchasing Dept., P.O. Box 9010, " ... Addison, Texas 75001. , 3.0 All insurance shall be purchased from an insurance company who meets the follOwing􀁾􀀠requiremen ts: • 3.1 Is acceptable to the Town with regard to financial strength and stability . ,'-3.2 Licensed and admitted to do business in the State ofTexas. ,f· 4.0 All insurance must be written on fonns filed with and approved by the Texas State Board of { Insurance. Certificates of insurance shall be prepared and executed by the insurance company or its authorized agent and shall contain provisions representing and warranting the following: 4.1 The company is licensed and admitted to do business in the State ofTexas, " ' 4.2 The company's fonns have been approved by the Texas State Board ofInsurance. r \., 4.3 Sets forth all endorsements as required above. 4.4 The Town of Addison will receive at least sixty (60) days notice prior to cancellation or tennination of the insurance, t ' 5.0 Upon request, Contractor, shall furnish the Owner with: 􀁾􀁾􀀠a) certified copies of all insurance policies, and (' I b) valid Certificates ofInsurance covering all subcontractors in accordance with the insurance t requirements set forth herein for Contractor. f SP,21 WORKERS' COMPENSATION INSURANCE COVERAGE L A. Definitions ,.', Certificate of Coverage ("certificate"): A copy of a certificate of insurance, a certificate of authority, to self insure issued by the Texas Workers' Compensation Commission (the "TWCC'), or a coverage " agreement (TWCC-81, TWCC-82, TWCC-83 or TWCC-84), showing Statutory Workers' 􀁾􀀧, Compensation Insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. 'L Duration of the Project Includes the time from the beginning of the work on the project until thef, Contractor's!person' s work on the project has been completed and accepted by the governmental L entity. :< Persons Ptoviding Services on the Project ("subcontractor" in Section 406.096 of the Texas Labor i Code): Includes all persons or entities perfonning all or part of the services the Contractor has undertaken to perfonn on the project, regardless of whether that person contracted directly with the f' .. Contractor and regardless of whether that person has employees. This includes, without limitation, 􀁾􀀠independent contractors, subcontractors, leasing companies, motor carriers, owner·operators, f 􀁪􀀻􀁬􀁣􀁬􀁴􀁲􀁩􀁃􀀻􀀺􀁬􀁬􀀧􀀮􀀮􀁬􀁬􀁤􀁤􀁩􀁳􀀮􀀨􀀩􀁯􀁜􀀲􀀰􀀰􀀰􀀭􀀱􀀵􀀱􀁾􀁳􀁰􀁜􀁴􀁰􀀭􀁉􀀮􀁤􀁯􀁣􀀠 sp·st_ employees of any such entity or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipm«lt or f, materials, or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as foodlbeverage vendors, office supply deliveries, and delivery of portable toilets, B. The Contractor shall provide coverage, based on property reporting of classification codes and payroll amounts and filing of any coverage agreement, which meets the statutory requirements of Texas Labor Code, 401.011(44) for all employees of the Contractor providing services on the project, for the duration of the project, , C. The Contractor must provide a certificate of coverage to the Owner prior to being awarded the r. contract. D. If the coverage period shown on the Contractor's current certificate' of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new c' certificate of coverage with the Owner, showing that the coverage has been extended. ), I,," E. The Contractor shall obtain from each person providing services on the project, and provide to the Owner;, " I) a certificate of coverage, prior to that person beginning work on the project, so that the Ovmer will have on file certificates of coverage showing coverage for all persons providing services r on the project; and, 2) no later than seven days after receipt by the Contractor, a new certificate of coverage showing c extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; .:.: F. The Contractor shall retain all required certificates of coverage on file for the duration of the , project and for one year thereafter, , G. The Contractor shall notify the Owner in writing by certified mail or personal delivery, within 10 o ; days after the Contractor knew or should have have known, of any changes that materially affects the L provisions of coverage of any person providing services on the project. t 􀁾􀀠H. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by eM the TWCC, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide f coverage.t_ 1. The Contractor shall contractually require each person with whom it contracts to provide services "f on a project to: L " I) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor i. Codes 401.011 (44) for all its employees providing services on the project, for the duration of the project; r i 2) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all all employees of the person providing services on the project, for the duration of the project; f t < " 􀁪􀀺􀁬􀁣􀁬􀁥􀁲􀁩􀁲􀁮􀁬􀁬􀁡􀁤􀁤􀁩􀁬􀁩􀁏􀁏􀁾􀀱􀀵􀀱􀁾􀁜􀁬􀁥􀁣􀁬􀁩􀀭􀁳􀁰􀁜􀁓􀁐􀀭􀁬􀁟􀁤􀁯􀁥􀀠 SP·9􀁾􀀠<'" r < 3) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage ( showing extension of coverage, jf the coverage period shown on the current certificate of ( \ coverage ends during the duration ofthe project; [ 4) obtain from each person with whom it contracts, and provide to the Contractor;, f \ a) a certificate of coverage, prior to the other person beginning work on the project; and, r-, 􀁾􀀠b) a new certificate of coverage showing extension of the coverage period, prior to the end of L the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project r 􀁾􀀠5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; r 6) notify the Owner in writing by certified mail or personal delivery, within 10-days after the person knew or should have known, of any change that materially affects the provision of ,-coverage of any person providing services on the the project; and 􀁾􀀠\ 7) contractually require each other person with whom it contracts to perform as required by paragraphs (I) -(7) with the certificate ofcoverage to be provided to the person for whom they ,-are providing services_ r ( l By signing this contract or providing or causing to be provided a certificate of coverage, the f Contractor is representing to the Owner that all employees of the Contractor who will provide 􀁾􀀠services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the 1WCC's Division of Self-Insurance Regulation, Providing false or misleading information may subject the Contractor to administrative penalties, criminal 􀁾􀀠 penalties, civil penalties or other civil actions_ 􀁾􀀮􀀠!. K The Contractor's failure to comply with any of these provisions is a breach of contract by the \ Contractor which entitles the Owner to declare the contract void if the Contractor does not remedy l the breach within ten days after receipt ofnotice ofbreach from the Owner. The following is the form of notice of workers' compensation coverage prescribed by the 1WCC, f l. Pursuant' to Section 110.110 (d) (7), this notice must be printed with a title in at least 30-point bold type, and text in at least 19-point nominal type, and shall be in both English and Spanish and any other language common to the worker population. L REQUIRED WORKERS' COMPENSATION COVERAGE f "The law requires that each person working on this site or providing services L , related to this construction project must be covered by workers' compensation f' insurance, This includes persons providing, hauling or delivering equipment or materials, or providing labor or transportation or other services related to theL project, regardless of the identity oftheir employer or status status as an employee, i t, 􀁪􀁾􀀠"Call the Texas Workers' Compensation Commission (1WCC) at (512) 440􀁾􀀮􀀠3789 to receive further information on the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage," l." f. 􀁾􀀠􀁪􀀺􀁜􀁣􀁉􀁥􀁲􀁩􀁣􀁡􀁬􀀧􀁾􀁵􀀡􀀧􀁸􀁸􀁜􀀧􀀱511$p«$'.lecll.sp\sp-l ,do: SP-IO 􀀢􀁾􀀠 I SP.22 RESOLUTION OF DISPUTES The parties hereby covenant and agree that in the event of any controversy, dispute, or claim of whatever nature arising out of, in connection with or in relation to the interpretation, performance or breach of this agreement, including but not limited to any claims bared on contract, tort or statute before filing a lawsuit l' the parties agree to submit the matter to Alternative Dispute Resolution pursuant to the laws ofthe State of Texas. The parties shall select a third party arbitrator or mediator from the current Jig of neutrals on file with the Alternative Dispute ReSolution Administrator of the Dallas County District Courts. All forms of Alternative Dispute Resolution may be used except binding arbitration. The proceedings shall be conducted in accordance with the laws ofthe State ofTexas. ( ! SP.23 NON-DISCRIMINATION POLICY It is the policy of the Town of Addison to afford all people an equal opportunity to bid on any contract being let by the Town. I The Town ofAddison has a policy that prohibits discrimination against any person because ofrace, color, sex, or national origin, in the award or performance ofany COflITaCt. The Town ofAddison will require its employees, agents, and contractors to adhere to this policy. " SP.24 COMPLIANCE WIlli IMMIGRATION LAWS [ Contractor shall take all steps necessary to ensure that all of the contractor's employees are authorized to work in the United Stages as required by the Immigration Reform and Control Act of 1986. SP.25 COMPLIANCE WIlli GENERAL RULES AND LAWS Contractor shall familiarize himself with the nature and extent of the specifications, site conditions, traffic and safety requirements, and comply with all federal, state and local laws, ordinances, rules and regulations. Contractor shall determine how compliance with requirements, lavs, rules, and regulations r ,l will affect his cost, progress, or performance ofthe Work and include that cost in his bid. SP.26 SHOP DRAWING r " t Contractor shall furnish a minimum of four and and a maximum of six copies of shop drawings for review by the City. , i \... Shop drawings shall include all items to be installed in the project, including: • Slotted Drain Pipe • Wheel Stops r'. • Storm Sewer Pipe • Brick Pavers t_ • Water Pipe • Concrete Mix Designs Meter Box and Pipe i' • L·. SP.27 BARRICADES, WARNING SIGNS, DETOURS AND SEQUENCE OF WORK , 􀁾􀀠. A. Throughout the construction operations, streets and iIitersections will remain open to traffic by constructing the work in stages. All streets, driveways, adjacent business and alleys shall remain i .. open to traffic as far as is practicable. 􀁾􀀠B. General Construction: The Contractor shall plan his work sequence in a manner that will cause t minimum interference with traffic during construction operations. Before beginning work on this project, the Contractor shall submit, for approval by the Owner, a plan of construction operations f' f outlining in detail a sequence of work to be followed; setting out the method of handling traffic on 􀁾􀀠streets, roads and driveways along, across and adjacent to the work. If at any time during the f:, 􀁪􀀧􀀧􀀼􀁫􀁲􀁩􀁥􀀻􀀻􀁤􀀧􀁾􀁜􀀲􀀰􀀰􀀰􀀭􀀱􀀵􀀱􀀧􀁑􀁘􀁓􀁜􀁴􀁾􀁾􀁉􀀬􀁤􀁩􀁬􀁣􀀠 SP,llt. construction, the Contractor's proposed plan of operation for handling traffic does not provide for safe comfortable movement, the Contractor shall immediately change his operations to correct the r, \ unsatisfactory conditions. f' Ditches across the traffic lanes will be kept covered with a portable traffic-bearing surface at all ! times unless work in the ditch is in progress. Only one lane of traffic may be closed at a time when \ work is in progress in a ditch. l r C. Safety: The Contractor shall provide, construct and maintain barricades and signs at locations set (}t;J out in the plans and in the Special Provisions in accordance with the Texas Manual on "Uniform 􀁾􀀠Traffic Control Devices for Streets and Highways". In addition, he shall provide and maintain such other barricades and signs as deemed necessary by the Owner, and provide and maintain, between sunset and sunrise, a sufficient number of lights at barricades and points of danger for the protection of vehicular and pedestrian traffic. : .. Barricades shall be placed in such a manner as not to interfere with the sight distance of drivers entering the street from side streets. \. The Contractor shall keep traveled surfaces used in his hauling operation clear and free of dirt or other material. The Contractor shall provide and maintain qualified flagmen at such points and for such periods of time as may be required to provide for the safety and convenience of public travel and Contractor's personnel. SP.28 CONSTRUCfION IN PUBLIC ROADS AND PRIVATE DRIVES /! No public road shall be entirely closed overnight. It shall be the responsibility of the Contractor to i. build and maintain all weather bypasses and detours, if necessary, and to properly light, barricade and mark all bypasses and detours that might be required on and across the roads involved in the work included in this contract. 􀁵􀀺􀀺􀁢􀁾􀁴􀁾􀁪􀀼􀀺􀀠I No interference with traffic flow on city streets shall be pennitted during the hours of6:30 a.ffi. to 9:30 a.ffi. and 3:30 p.m. to 7:30 p.m., Mondays through Fridays. . The Contractor shall make every effort to complete construction and allow immediate access to adjacent property at driveway entrances located along the roadways. Owners or tenants of ! improvements where access and/or entrance drives are located shall be notified at least twenty-four (24) hours prior to the time the construction will be started at their driveways or entrances and informed as to the length of time driveways will be closed. Contractor shall at all times maintain at least one point r l of access into all properties, unless obtaining written permission from property owner to do otherwise with such written permission being provided to the Town's inspector. t The Contractor shall be responsible for all road and entrance reconstruction and repairs and maintenance of same for a period of one year from the date of such reconstruction. In the event the , repairs and maintenance are not made immediately to the satisfaction of the Owner, and it becomes I F necessary for the Town to make such repairs, the Contractor shall reimburse the Town for the cost ofi, such repairs. { The Contractor shall, at all times, keep a sufficient width of the roadway clear of dirt and other material to allow the free flow of traffic. The Contractor shall assume any and all responsibility for damage, personal or otherwise, that may be caused by the construction along roads and private drives. f ~ 􀁊􀀧􀁤􀁥􀁲􀁩􀀨􀀸􀁉􀁜􀁡􀁤􀁤􀁩􀁳􀁯􀁮 􀁜􀀲􀀰􀀰􀀩􀀮􀀮􀀱􀀵􀀱􀁜􀀻􀁾􀁜􀁩􀁥􀁃􀁨􀀭􀁳􀁰􀀧􀁳􀁰􀀭􀁬,doc SP-J2 t SP.29 EXCAVATION SAFETY SYSTEMS r \ ) The work perfonned under this section of the specifications consists of providing trench safety systems consisting of shoring, sheeting, trench shield, andlor laid back slopes to meet the trench safety requirements of the Occupational Safety and Health Administration (O.S.H.A.), as required for this project and specified herein. r A. General Trench safety systems shall be provided by the Contractor as provided in Subpart P -Excavation, Trenching and Shoring, Part 1926 of the Code of Federal Regulations which describes safety and health regulations as administered by the U.S. Department of Labor Occupational Safety and Health Administration (O.S.H.A.). The standards specified by the O.S.H.A. Regulations shall be the minimum allowed on this project. It shall be the responsibility of the Contractor to design and install adequate trench safety systems for all trenches excavated on this project. The Contractor shall furnish to the Owner for review, prior to beginning construction activity, a f Trench Safety Plan for the entire project. The trench safety plan must be prepared and sealed by a( Professional Engineer registered in the State of Texas. In addition, all trench safety systems utilized in this project must be designed by a Professional Engineer registered in the State of Texas. The Contractor shall be totally responsible for the safety of all persons involved in the construction of this project. B. Core Borings Any core borings and soil data furnished by the Owner are for the convenience of the Contractor. The Contractor shall be responsible for any additional soil or geotechnical information required. The Contractor shall be responsible for properly designed trench safety systems to be utilized for any type of subsurface condition found on this project. The furnishing of soil information by the Owner in no way relieves the Contractor ofthis obligation. I If no core borings or soil data are furnished by the Owner, it shall be the Contractor's responsibility to obtain whatever geotechnical information required for preparation oftrench safety systems. 1 C. Inspections I In addition to the inspections of the trench and trench safety systems required of the Contractor by the O.S.H.A. Regulations, the Owner may further inspect the work. The Owner shall have the right to reject any trench safety systems which he finds to be inadequate, and the Contractor shall immediately improve the system to comply with this specification. r " D. Measurement and Payment t Measurement and payment of Trench Safety Systems shall be based on the actual linear footage of the pipe installed on the project. The payment shall be full compensation for all planning, engineering, materials, equipment, fabrications, installation, recovery and all incidental work required. All excavation and backfill in addition to that specified elsewhere in these specifications t shall be considered subsidiary to this bit! item. SP.30 PROJECT VIDEO L I, Prior to start of construction, Contractor shall color videotape construction area and property adjacent to construction. The Contractor shall furnish the Owner a copy of the tape in VHS format prior to commencement of project. This shall be subsidiary to project. l 􀁪􀀺􀁜􀁤􀁾􀁣􀀬􀁕􀁉􀀻􀀡􀀮􀁤􀁤􀁩􀁳􀀨􀁬􀁴􀁜􀁵􀁯􀁯􀁯􀀮􀁉􀀳􀀱􀁾􀁜􀁬􀁥􀁣􀁨􀀮􀁊􀁰􀁾􀁌􀁤􀁏􀁥􀀠 SP-13 r I SP.31 WATERLINE PIPE The foHowing waterline pipe is acceptable for this project in accordance with the assigned NCTCOG Standard Specification item number and ASTM designation: ? • Polyvinyl Chloride (PVC) Water Pipe NCTCOG Item 2.12.20 -A WWA Standard 􀁃􀀹􀀰􀁯􀀮􀀨􀁾􀁣􀀮􀀴􀁤􀁴􀀠• • Fittings for PVC Water Pipe shall be Ductile Iron (poly Wrapped) NCTCOG Item 2.12.S-AWWA Standard Cll O. SP.32 WATER METER RELOCATION A. Meter boxes shall be located at a finished grade with the curb stop six to twelve inches below the finished grade. B. To prevent the inflow of mud or silt into the box, six inches of washed pea gravel shall be placed under the meter inside the box. Meter boxes shall extend :<: 6" below the bottom of the meter or service pipeline. C. Meter boxes shalJ be of concrete with a reader lid, and be large enough that the curb-stop, meter. and flangeslbolts are all easily accessible for future testing, repairs, etc. Boxes that are vulnerable to vehicular traffic shall have steel lids designed to withstand the expected load (with reader lid). D. Approved Materials I) Double-strap bronze tapping saddle with CC (taper) thread: Mueller #BR2B, Ford #202B. 2) Corporation stop with A WW A taper thread (CC) by conductive compression connection: Mueller H-15013 or B25008 (1.5", 2'), MueHer H-ISOOS or H-25008 (3/4", I"), Ford FBIOOO or FIOOO (1.5",2", -6-G, -7-G, respectively), (3/4". I", -3-G, -4-G, respectively). I 3) 90 degree angle curb stop with lock-wing: Mueller H-14277 or B24276 (1.5", 2"), Ford KV43666W-G or FV43-777W-G (1.5", 2"), Mueller H-14277 or B24258 (3/4", I"), Ford KV43332W-G or KV43-444W-G (3/4", I"). All companion flanges (1.5", 2") shall be brass. ! ! L 4) Meter box shall be 10 x 20 concrete to accommodate the curb stop, meter, and all connections. They shaH have concrete COver with hinged reader lid. Boxes may be stacked to achieve sufficient depth. 5) In-line curb-stops, meter yokes/setters, andlor meter risers may be considered on a case-bycase basis dependent on situation and subject to approval of Utility Inspector andlor Utility r Foreman. ( 6) Tapping saddle and corporation stop must be poly-wrapped (8 mil) and hand backfilled with L sand to a depth of 12-inches. Additional backfill may be done by machine, with material free of rocks and clods exceeding 3-inches in diameter. CAUTION!! Inspection must be called for f and completed prior to backfill, or tap must be re-exposed by the contractor so that inspection I may be completed by the Town's representative. 'SP.33 RECORD DRAWINGS The Contractor shall maintain record drawings and legibly annotate shop drawings to record changes made after review. A red felt-tip marking pen shall be used for all recording. r Submittal: At the completion of the project, and 14-days prior to request for final payment the Contractor shall deliver record drawings to the Owner which shall include the following: j:\claiQ\l.addiscm\'2000-1S1\ipea\!a:h-spl5p. I,0:\00: SP-14 [ • Delineation of each change made to the eonstruction plans during construction. • Certification that each document as submitted is complete and accurate. r • Signature of Contractor or his authorized representative. SP.34 EXISTING STRUCTURES The plans show the location of all known surface and subsurface structures. However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans, or to show <, them in their exact location. It is mutually agreed that such failure shall not be considered sufficient hasis for claims for additional compensation of extra work or for increasing the pay quantities in any,r manner whatsoever, unless the obstruction encountered is such as to necessitate changes in the lines or ! grades, or require the building of special work, provisions for which are not made in the Plans and Proposal, io which case the provision in these Specifications for extra work shall apply. r SP.35 WATER FOR CONSTRUCTION ! r The Contractor shall make the necessary arrangements with the Town of Addison for securing and transporting all water required in the construction, including water required for mixing of concrete, sprinkling, testing or flushing. Water required for construction shall be paid for by the Contractor at the Town of Addison prevailing rates. There will be no separate pay item for connection into the existing water system and quantity of water required for construction purposes. The Contractor shall obtain a water meter from the Town (deposit required). SP.36 TEMPORARY PARKING LOT The Contractor shall construct a temporary parking lot on the north side of the buildings (building being located on north side of Broadway) and north of the existing alley. The location shall be 1 determined in the field. Temporary parking lot shall be in place prior to commencing work on Broadway. The temporary parking lot shall consist ofthe following: , I a) Stockpile topsoil. l b) Excavate to a total depth of4-inches, stockpile material other than topsoil. f t c) Place Geotextile Fabric on exposed excavation (TREVIRA 1135 Or approved equal). d) Backfill with NCTCOG, Grade 4 crushed stone to grade. ! e) Reconstruct by removing crushed stone and spreading crushed stone on crushed stone roadway east of Broadway and Julian (Town of Addison property). f) Remove Geotextile Fabric. I ! g) Backfill with excavated material and mechanically compact in place. ! Ii) Spread topsoiL Total area included will be approximately 700 square yards. [ SP.37 ALLEY REHABILITATION The alley on the north side of the huildings (building beiog located on the north side of Broadway) shall be rehabilitated to provide access to the temporary parking lot. Rehabilitation shall be in place prior tot commencing work on Broadway. Rehabilitation shall include the following: ! , a) Removing loose debris in pot holes. b) Filling of pot holes with hot mix asphalt concrete compacted in maximum 3 inch lifts. 􀁪􀁟􀁜􀁴􀁾􀁜􀀲􀀰􀀰􀀰􀀮􀀡􀀺􀀵􀁉􀁾􀁾􀀱doc SP-JS I c) Placing a hot mix level up course (min thickness I-inch) with the use of blades and rollers, Laydown [ machine is not required, I \ d) Hot mix shall meet the requirements of TillOT Type «n" mix. r ! f t I i, ! l t 􀁪􀀺􀁜􀀦􀁲􀁩􀁥􀀺􀁕􀀱􀀮􀁡􀁤􀁤􀁩􀀵􀁏􀁬􀀧􀁬􀁜􀀱􀁏􀁏􀀨􀀩􀀮􀁉􀁓􀁉􀁾􀀢􀁳􀁰􀁜􀀤􀁰􀀭􀁬􀀬􀁤􀁯􀁣􀀠SP-IG \. I