__ I , I (1tft! 1 1 .. J BID NUMBER 01-12 1 J SPECIFICATIONS, CONTRACT DOCUMENTS AND PLANS FOR THE CONSTRUCTION OF I 1 . J I \ .. 1 PAVING AND DRAINAGE IMPROVEMENTS . 1 I BROADWAY STREET .i ADDISON ROAD TO JULIAN STREET J J J , I •..1 PREPARED BY I J SIDMEK, JACOBS & FINKLEA, L.L.P. CONSULTING ENGINEERS DALLAS, TEXAS DECEMBER, 2000 iI r I . SPECIFICATIONS, CONTRACT DOCUMENTS AND PLANS F' FOR THE CONSTRUCTION OF L PAVING AND DRAINAGE IMPROVEMENTS f' BROADWAY STREET L ADDISON ROAD TO JULIAN STREET 1 􀁦􀁾􀀠FOR L TOWN OF ADDISON, TEXAS .'􀁩􀁾􀀠r: [ f' 􀁾􀀠L r L Prepared for: L ! . Town ofAddison P. O. Box 9010 Addison, Texas 75001 rL [ [ r L l 􀁾􀀠.. rL Prepared by: l 􀁾􀀮􀀠Shimek, Jacobs & Finklea, L.L.P. 8333 Douglas Avenue, #820 Dallas, Texas 75225 'l:,r December, 2000 l r: r f" L Section AB (' Section IB rL Section PF [ Section CA rt.._: Section PrB ., ' i Section PyB 1 Section ME! l Section BP L Section GP [ "[Section SP , [ L L L [ [ j;\ckrk*ddisOJl\2000-1 S􀁬􀁜􀁳􀁰􀀼􀀺􀀼􀁴􀁜􀁜􀂢􀁴􀁨􀀭􀁳􀁰􀁜􀁩􀁮􀁤􀁴􀁾􀀮􀁤􀁯􀁣􀀠TABLE OF CONTENTS Advertisement for Bids Jnstructions to Bidders Proposal Fonn Contract Agreement Perfonnance 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 THESE DOCUMENTS ARE FOR BIDDING, CONSTRUCTION AND PERMIT PURPOSES, Date: 􀀱􀁪􀀲􀀮􀁾􀀯􀁏􀁉􀀠 j-IN ] .., i s 1I :1 '1 J ] 􀀭􀀭􀁾􀀠.j av NOU:J:ilS 1 . ,:J ·1 1 ; j 1 : j 1, l .., J r i SECTION AB r ADVERTISEMEl\,. FOR BIDS r' 1. Sealed bids addressed to the Town of Addison, Texas, for Paving and Drainage Improvements toL Broadway Street -Addison Road To Julian Street, in the Town of Addison, Texas, hereinafter called "City" in accordance with specifications and contract documents prepared by Shimek, Jacobs & Finklea, L.L.P. will be received at the office of Bryan Langley, Assistant Finance Director, Finance Building, 5350 [; 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.r l' 2. The Contractor shall identify his bid on the outside of the envelope by writing the words PAVlNG 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 [ 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 licensed by the State ofTexas to act as a Surety and be listed on the current U.S. Treasury Listing of Approved Sureties, or a Binder of , r'" Insurance executed by a surety company licensed by the State of Texas to act as a surety or its authorized [ , 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. L 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 r documents. l L 5. The right is reserved by the Mayor and the City Council as the interests of the City may require to reject any or all bids and to waive any infonnality in bids received. 6. The Bidder (proposer) must supply all the information required by the Proposal Form, [ 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 L Listing ofApproved Sureties. 8. For information on bidding or to secure bid documents, contact Bryan Langley at (972) 450-7090. For r information on the work to be perfonned, call Steve Chutchian, P,E., Assistant City Engineer. Town of L Addison (972) 450-2871 or John Birkhoff, Shimek, Jacobs & Finklea, L.L.P. (214) 361-7900. r 9. The project consists of furnishing and installing perimeter fencing in accordance with the specifications. L JO. Estimated quantities for major items include the following: r Description QuantityL 8" Reinforced Concrete Pavement ' ...................... , .. 2,160 S.Y. Slotted Drain Pipe ...................................................... 342 342 L.F. f Sidewalk ......... , ..................... , ................................ , .... 700 S,F. L 11. No Pre-Bid Conference will be held. L TOWN OF ADDISON, TEXAS r 􀁪􀀺􀁜􀀨􀀺􀁬􀁯􀀺􀀺􀁲􀁩􀁣􀁾􀁜􀁬􀁏􀁏􀁏􀂷􀀱􀀵􀀱\Jpces\tee,.'1.sp\ai)..l ,dot' AB-2L I-Ell '1 'J ] ] J J ] J SH:t[(I(lU[ OL SNOI.L:)lUI.LSNI I . J HI NOI.L:):t[S ] ] J J , i J J J I f' SECTION m r INSTRUCTIONS TO BIDDERS r [ A PROJECT: Paving and Drainage Improvements to Broadway Street -Addison Road To Julian Street in the Town of Addison. B. PROJECT DESCRIPTION: This project consists of furnishing and installing 2,160 square yards of 8-inch reinforced concrete pavement, 342 linear feet of 2 I-inch slotted drain line, and 700 square feet of sidewalkr in accordance with the specifications. C. PROPOSALS: Proposals must be in accordance with these instructions in order to receive consideration. r r 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 period. Bidding Documents may be viewed andlor obtained under the terms and conditions set forth in the Advertisement for Bids, Section AB of this Project ManuaL r E. EXAMINATION OF DOCUMENTS AND SITE: Bidders shall carefully examine the Bidding Documents L and the construction site to obtain 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 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 the Work; the character and extent of other work to be performed; the local conditions; labor availability, ,r 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. rL [F. INfERPRETAnON 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 promptly and allow sufficient time for a reply to reach them before preparing their bids. Any interpretation r 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. [ 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. 􀀢􀀮􀀠-,".~ 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 or made available for pickup to each person who has been issued a set of the Bidding Documents. Addendar will be a part of the Bidding Documents and the Contract Documents, and receipt of them shall be L acknowledged in the Bid Form. All such interpretations and supplemental instructions will be in the form of f written addenda to the contract documents which, if issued, will be sent by U. S. Mail, facsimile, or available for pickup to all prospective bidders (at the respective addresses furnished for such purposes) not L 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 [•. construed as though the receipt of such addenda has been acknowledged. , i L j:\clcric:lII.:W:di!on\:!OOO.[ SI'.spccsllcch.-spliJ>.1 doc IB-2 [ r I. COMPLETION TIME: A reasonable completion time has been established by the Owner and is indicated in the Proposal Form. f' J. PREPARATION OF BIDS: Prices quoted shall include all items ofcost, expenses, taxes, fees and charges incurred, or arising out of, the performance of the work to be performed under the Contract. Bids shall be L signed in ink. Any bid on other than the required form will be considered infonnal and may be rejected. Erasures or other changes in a bid must be explained or noted over the initials of the bidder. Bids containing r any conditions, omissions, unexplained erasures and alterations, or irregularities of any kind may be rejected l.J as informal. The prices should be expressed in words and figures or they may be deemed informal and may be rejected. In case of discrepancy between the prices written in the bid and those given in the figures, the r price in writing will be considered as the bid. Failure to submit all requested information will make a bid L irregular and subject to rejection. Bids shall be signed with name typed or printed below signature, and, if a f' partnership, give full name of all partners. When bidder is a corporation, bids must be signed with the legal name of the corporation followed by the name of the state of incorporation and the legal signature of an officer authorized to bind the corporation to a contract. [; K. SUBMITT AI. OF BIDS: Sealed proposal will be received at the time, date and place stated in the Advertisement for Bids. Proposals shall be made on unaltered Proposal Forms furnished by the Consultant. Submit proposal in an opaque, sealed envelope addressed to the Owner and plainly mark on the outside of r the envelope the project name, and the name and address of the bidder. The Bid Bond must be completed i 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. [ L. MODIFICATION AND WITHDRAW AI. 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 form and must be signed by a person r . legally empowered to bind the bidder. No bidder shall modifY, withdraw or cancel his bid or any part l thereof for thirty (30) calendar days after the time agreed upon for the receipt of bids. L M. DISQUAI.IFICATION OF BIDDERS: Bidders may be disqualified and their proposal not considered for any of the following specific reasons: 1) 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 contemplated.[ 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. . [ 4) The bidder being in arrears on any existing contract or having defaulted on a previous contract. 􀁾􀀠" 5) Lack of competency, responsibility or financial capability as revealed by the bid questionnaires, L financial statement, etc. r 6) Uncompleted work which in the judgement of the Owner shall prevent or hinder the prompt completion ofadditional work if awarded.L 7) Failure of bidder to use Owner's form of bid bond in submitting his bid, or submission of a cashier's [ check drawn on a state or national bank not located in the Owner's jurisdiction area. 8) Unbalanced value of any bid items. t rL llch:n::al\:ufdi!lo8\2000. 151 \tpc:d\tj)(h·sp\ib-I.-l.doc 18-4L r ' T. BONDS: A Performance Bond, a Labor and Material Payment Bond and a Maintenance Bond each in the r amount of 100% of the contract will be required by the Owner. Sample forms have been included in the 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 f' guarantee that the bidder will enter into a contract and execute Performance Bond within ten (l0) 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 r' will be returned promptly after the Owner has made an award of contract, or, if no award has been made I L within thirty (30) calendar days after the date of the opening of bids, upon demand ofthe bidder at any time thereafter, so long as he has not been notified of the acceptance of his bid. L V. RESOLUTIONS: If the bidder is a corporation, a copy of the resolution empowering the person submitting 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 ofL 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< 1) A Contractor's Affidavit of Bills Paid in accordance with Section BP. L 2) A Consent of Surety Company to Final Payment. L 3) A complete set of Record Drawings which indicate all construction variations from the original construction documents. 4) A one (1) year Maintenance Bond in the amount of one hundred percent (l00%) of the contract in r' accordance with Section MB.L [ [ END OF SECTION IB f !Ii..••.-.< L ! L < [ " fL j:\duiC:LI'.lIddi.ron\2l)OO·1 5 I 􀁜􀁊􀁰􀁣􀁃􀀤􀁜􀁬􀁥􀁣􀁨􀀢􀁾􀁰􀁜􀁩􀁢􀀭􀁉􀀮􀁤􀁯􀁥􀀠 IB-5 hId 1 .J WHO.tl 'TVSO([OlI([ J J 'J . 1" . I j , 1 .j c BID FORM r ________ ,2001[ r : TO: The Honorable Mayor and Town Council L Town of Addison, Texas f Gentlemen:L The undersigned bidder, having examined the plans, specifications and contract documents, and the location ofL 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:r r 1 Signed by: _____________ f I . ACKNOWLEDGMENT OF ADDENDA: [ The Bidder acknowledges receipt ofthe following addenda: [ Addendum No.1 Addendum No.2 [ Addendum No.3 l t L f le· L L 􀁪􀁾􀁜􀁤􀁥􀀧􀁲􀁫􀁡􀀱􀁜􀀺􀀩􀁤􀁤􀁩􀀮􀁯􀁮􀁜􀀱􀀨� �􀀨􀀮􀁬􀀨􀀩􀀮􀁬􀀠S􀁐􀀬􀁳􀁰􀂫􀀻􀀡􀀺􀁾􀁣􀁬􀁬􀀮􀁳􀁰􀁜􀁰􀁲􀀮􀁬,do.: PF-2 I r TOWN OF ADDISON, TEXAS f' Paving and Drainage Improvements [ Broadway Street -Addison Road to Julian Street f' BID SCHEDULE ., f' L r t. r L r i ,, , [ f l. L [ [ r L 􀁾􀀢􀀠L r L rL [ Item Estimated No. Quantity Unit I 520 C.Y. 2 2,285 S.Y. 3 700 L.F. 4 41 L.F. 5 24 S.Y. 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 Cents 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 "D" complete in place, the sum of Dollars and Cents per Square Yard Price in Extended Figures Amount ];\MdiJon\ZOOO!51\lp«:i\l«h\ PF.! 4i PF-3 L r f'[ i F' i [. r. [ [ .;,.' 􀁾􀀠i f ' r l [ f' 􀁾􀀠L r r'L L L r r< L ,. L Item Estimated No. Quantity 6 27 I 7 2,317 I 8 546 9 127 10 35 . I 11 100 I ! I J:\Addison'llOOO I S I \:lpeeJ\teclt\PF.Z.: da Price in Extended Unit Description and Price in Words Figures Amount For Furnishing and Installing to,Inch Crush S.Y. Stone Base, Type A, Grade 2 complete in place, the sum of Dollars and Cents per Square Yard . For Furnishing and Installing 6-Inch Compacted S.Y. Subgrade complete in place, the sum of Dollars and Cents per Square Yard For Furnishing and Installing 4-Inch Reinforced S.F. Concrete Sidewalk complete in place, the sum of Dollars I and Cents per Square Foot . For Furnishing and Installing Reinforced S.F. Concrete Barrier Free Ramp complete in place, the Sum of Dollars and Cents per Square Foot . L.F. For Furnishing and Installing Guard Rail complete in place, the sum of Dollars and Cents per Linear Foot For Furnishing and Installing Sidewalk with S.F. Brick Pavers complete in place, the sum of Dollars I and Cents per Square Foot PF4 [ f1 r 􀁲􀁾􀀠L f' 1, . r [ r, < I , ' I [ [ [ [ [ r􀁬􀁾􀂷􀀠L [ f,"L [ Item Estimated No. Quantity 12 608 ! 13 22 14 46 15 34 , 16 10 ! i 17 21 J:\AddilQn\2000 U '''pt'es\t((hI2F'l.lds Price in Extended Unit Description and Price in Words Figures Amount I Remove and Replace Exposed Aggregate S.F. Sidewalk Bordered with Brick Pavers complete in place, the sum of Dollars and Cents per Square Foot L.F. For Removing Existing 24-Inch RCP complete in place, the sum of Dollars and Cents per Linear Foot , L.F. IFor Removing Existing 8-Inch PVC 'complete in place, the sum of Dollars and Cents per Linear Foot , L.F. IFor Removing Existing 12-Inch PVC !complete in place, the sum of Dollars and Cents per Linear Foot For Removing and Replacing Existing Chain L.F. Link Fence complete in place, the sum of Dollars: and , Cents per Linear Foot For Furnishing and Installing 2 I-Inch Slotted L.F. Drain Pipe without Slots ! complete in place, the sum of Dollars and Cents per Linear Foot PF-5 I f"' I.. p t L[' L L " il., r L ij, ' 􀁾􀀠[ f 􀁾􀀠< r L r 􀁬􀁾􀀠[, L L L rL F L L Item Estimated No. Quantity 18 342 19 44 20 42 21 2 i 22 4 23 1 , J:\Addi$OIII.:.?OOO 151 \$pee.s\lechIJ>F .:l.)(h Price in Extended Unit Description and Price in Words Figures Amount • For Furnishing and Installing 2 I-Inch Slotted L.P. Drain Pipe with Slots complete in place, the sum of Dollars and Cents per Linear Foot Ea. For Furnishing and Installing 27-Inch RCP complete in place, the sum of Dollars and Cents per Each L.F. 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 C.Y. Headwall for 21-Inch RCP complete in place, the sum of Dollars and Cents per Cubic Yard Ea. 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 Ea. Drop Inlet complete in place, the sum of Dollars and Cents per Each PF-6 [ nIl r [ [' L L r [ r l . L [ [ f"L [ L rL [ l Item Estimated No. Quantity 24 8 25 18 26 3 27 I 28 I I 29 670 J-\Addhon\lOOOl 5I'Upeu\t«h'IPF-1.ldJ Price in Extended Unit Description and Price in Words Figures Amount Ea. For Furnishing and Installing 4-Inch Bollard complete in place, the sum of Dollars and Cents per Each For Furnishing and Installing 8-Inch PVC Water L.F. Line complete in place, the sum of Dollars and Cents per Linear Foot For Furnishing and Installing 2-Inch PVC Water L.F. Line complete in place, the sum of Dollars and Cents per Linear Foot Ea. For Connecting to Existing 2-Inch Water Line complete in place, the sum of Dollars and Cents per Each Ea. For Connecting to Existing 8-Inch Water Line complete in p lace, the sum of Dollars and Cents per Each L.F. For Furnishing and Installing Fire Lane Stripe complete in place, the sum of Dollars and ICents per Linear Foot PF-7 n L ·" ,r r [: r: L [" f i r I ..f L [ [ rL [; L r L. l L Item Estimated No. Quantity 30 I, I !O ! 31 4 32 2 i' ! 33 42 34 1 35 100 I 􀁊􀀺􀁜􀁁􀁤􀁤􀁪􀀡􀁯􀁑􀁦􀁉􀁜􀀲􀀰􀀰􀀰􀀱􀀵􀀱􀁵􀁰􀁥􀁣􀁬􀁜􀀱􀁾􀁜􀁐􀁆􀀮� �􀀮􀀺􀁤􀁳􀀠Price in Extended Unit Description and Price in Words Figures Amount For Furnishing and Installing 4-Inch 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 Wheel 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·g [' ,n. L f' 􀁾􀀠. r f' L [ ! . r f',, L 11'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 : complete in place, the sum of Dollars 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) I 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 I Dollars I and Cents per Ton ITOTAL AMOUNT BID (Items 1 ThrouGh 38l I I [ L [ L L L [ ,"L IMddi$lXl\2000151\spca\t«;h\Pf.2.m PF-9 [' NOTES: 1, All items, labor, materials, equipment, facilities, incidentals and work required for construction !r-, of the project are to be provided and installed by the Contractor as part of the project and payment for the cost of such shall be included in the price bid for the construction of the project r 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. [; 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, but are not limited to purchased items such as concrete, and roadbase, etc. r Services, which are "not tax exempt", are those items which are used by the Contractor but are not physically incorporated into the OWNER's facility andlor items which are consumed by L construction, as set forth in the Special Provisions. Services include, but are not limited to, items such as supplies, tools, skill and labor. the purchase, rental or lease ofequipment, etc, L f /. 􀁾􀀠-Name ofPerson Signing Bid f ., ! Signature ofPerson Signing Bid 􀁾􀀠" L Address [ Telephone No, Fax No. rL T.l.N. (Tax Identification or Employer's Number) L [ L l [ [ r-L 􀁪􀀺􀁜􀁃􀁬􀁥􀁲􀀮􀁮� �􀁜􀁏􀁏􀁤􀁩􀁾􀁯􀁮􀁵􀁯􀁯􀁯􀀮􀀡51\tp«.iu«h-sp\pf.3.do.: PF-IO 􀀺􀀡􀁯􀁰􀂷􀁴􀀭􀁊􀀡􀁨􀀮􀁤􀀤􀂷􀁉􀁬􀁾􀀻􀀩􀀱􀁜􀀱􀁭􀁤􀀵􀁜􀀱􀀠􀀧􀁬􀂷􀁏􀁏􀀡􀁬􀁚􀁜􀁕􀁾􀀡􀁊􀁾􀀢􀀮􀁲I hId 1 "j "] 1 -1 ] 'lJ ] "1 J '-11 ,. ,j , 􀁾􀀠g J 􀀬􀀭􀁾􀀠-j 'ON "uoqd l J '1 . ? -j 􀀺􀁳􀁓􀁾􀁊􀁐􀁰􀁮􀀠􀁳� �􀁵􀀡􀁳􀁮􀁳􀀺􀀠, 􀁾􀀠.J se ssau!snq Ilu!op '1, 􀀨􀁾􀁵􀁲􀁥􀁎stltmp!A!puD J 􀀨􀀱􀀢􀁾􀁓􀀩􀀠AS: 1 :Ji l"npIAlpUI UV J :s! 􀁾􀀺􀁭􀁏􀁉􀁓􀀺􀀠JI ,ji f' ! h"t , A Partners lp r'!: :." By (Seal) 􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀻􀀨􀁆􀀻􀁣􀀢􀁩􀁾􀁲􀁭􀀭􀀭􀀺􀀺􀁎􀀬􀀭􀁡􀀭􀁭􀀭􀁥􀀬􀀭􀀩􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀂷􀂷􀂷􀂷􀂷􀀭􀀭r t " (General Partner) [; doing business as [ Business address: [ [ Phone No. r i . r l" [ r' L [ rL L r L L [ L 􀁪􀀺􀁬􀁣􀁬􀁥􀁲􀁩􀁣􀁡􀁬􀀧􀁬􀀮􀀺􀀺􀁤􀁤􀁩􀁬􀀻􀁣􀁮􀁜􀀲􀀰􀀰􀀰􀀮􀁉􀁓􀁬􀁜􀁳􀁰􀁯􀀡􀀺􀁾􀁥􀁣􀁬􀁍􀁰􀁜􀁰􀁲􀁾􀁊􀀬􀁤􀁯􀁣􀀠PF-1 2 r I. A Comoration r' I . By rc (Corporation Name) l [; (State ofIncorporation) By " (Name ofPerson Authorized to Sign)L L L (Corporate Seal) r !L f Attesti ff' 􀁾􀀠Business address: L r [ Phone No. L i L L r . I L L [ rL 􀁊􀁜􀀨􀁉􀁗􀁣􀀢􀁉􀁜􀁵􀁉􀁤􀁬􀁳􀁑􀁉􀀡􀁜􀀲􀁏􀀨􀀮􀁉􀁑􀀮􀁉􀁓􀀱􀁜􀁴􀁾􀁴􀁰􀁜􀁰􀁲􀀮􀁪􀀮􀁤􀁯􀀻􀀺􀀠PF·13 L f' A Joint Venture r' Byr; (Name) [; By ,'" (Name) 1, r' (Address)l 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.) , i r L [ [ rL, L L L [ L 􀁪􀀺􀁜􀁣􀁨􀀺􀁮􀀮􀀺􀀺􀁬􀁉􀁜􀁩􀀱􀁴􀀱􀁤􀀮􀁩􀁬􀁏􀁬􀁜􀁕􀁯􀁯􀀩􀀧􀁉􀀵􀀱􀁾􀁐􀁃􀁏􀁜􀁩􀁥􀁴􀁨􀀭􀀱􀁰􀁜􀁰􀁲 􀀭􀀩􀀮􀁤􀁯􀁥􀀠PF·14 l I-V::) ": .,, " , , V;) NOU;):tIS , 􀁾􀀠: AGREEMENTr, 􀁾, -􀁾􀀠, STATE OF COUNTY OF _____ r' , 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 through its City Manager, theretlllto duly 􀁾􀀠. authorized so to do, Party of the First Part, hereinafter termed the OWNER, and __________---' ,. of the City of , COtlllty of , State ____--' Party of the i. Second Part, hereinafter tenned CONTRACTOR. WITNESSETH: That for and in consideration of the payment and agreement hereinafter mentioned, to be made and perfonned 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 tenns 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, Plans, and other drawings and printed or written explanatory matter thereof, and the Technical Specifications and Addenda thereto, as prepared by the OWNER, each of which has been identified by the endorsement of the r CONTRACTOR and the OWNER thereon, together with the CONTRACTOR's written Proposal and the General i Provisions, all of which are made a part hereof and collectively evidence and constitute the. entire AGREEMENT.(, , The CONTRACTOR hereby agrees to commence work within five (5) calendar days after the date of written r notice to do so shall have been given to him, to complete the work within Seventy (70) calendar days, after he 􀁾􀀠L_ commences work, 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 perfonnance of the ,. Contract in accordance with the Proposal submitted thereof, subject to additions and deductions, as provided in t the General Provisions, and to make payments of account thereof as provided therein. 􀁾􀀠,. L 􀁪􀁜􀁤􀁾􀁉􀀮􀀲􀀰􀀰􀀰􀀮􀀱􀁓􀁉􀁾􀁜􀁬􀁥􀀼􀀻􀁨􀀮􀀤􀁰􀁜􀁥􀁡􀀮􀁴􀁤􀁯􀁥􀀠CA-2 f' , 􀁾􀀠IN WITNESS WHEREOF, the parties of these presents have executed this AGREEMENT in the year and day f:< 􀁾􀀠first above written, 􀁲􀁾􀀠: , TOWN OF ADDISON, TEXAS (OWNER) t: 􀁴􀁾􀀠,"' By: ________􀀽􀀭􀁾􀁾􀁾􀁾􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀂭;; Ron Whitehead, City Manager 􀁾􀀠r ' 􀁾􀀠t _ (CONTRACTOR) 􀁾􀂭, By: _____________ , " 􀁾􀀮􀀠ATTEST: By: 􀀭􀀭􀀭􀀭􀁾􀀭􀀭􀀷􀀷􀀭􀀭􀁾􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀂭Cannen Moran, City Secretary ATTEST: By: _________ The following to be executed if the CONTRACTOR is a corporation: r. t I, certify that I am the secretary of the corporation named as L CONTRACTOR herein; that , who signed this Contract on behalf of the CONTRACTOR is the (official title) of said corporation; that r: 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, f ,i Signed: _______________ .. , Corporate Seal t. 􀁾• (. 􀁾􀀠. L 􀁪􀀻􀁾􀁯􀁮􀁜􀀱􀀰􀀰􀀰􀀮􀀱􀁓􀁉􀀧􀁾􀁜􀁴􀁥􀁴� �􀂷􀀵􀁰􀀢􀁴􀁡􀂷􀁌􀁤􀁬􀁬􀁣􀀠CA-3 H.IJ NOI.L;)3S , 􀀭􀁾􀀠. , , .; · , · " · i STATUTORY PERFORMANCE BOND PURSUANT TO CHAPTER 2253 ro: OF THE TEXAS GOVERNMENT CODE ; (PUBLIC WORKS) r-, (penalty ofthis Bond must be 100% of Contract Amount) ,: r' KNOW ALL MEN BY THESE PRESENTS, That ,, . (hereinafter called the Principal), as Principal, and (hereinafter called the Surety), as Surety are held and firmly 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 • f 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 I).• length herein. , NOW, THEREFORE, THE CONDITION OF THIS OBUGATION 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. 􀁾􀀠􀁾􀀠r-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. l . IN WITNESS WHEREOF, the said Principal and Surety have signed this instrument this ____ day of , 2001. i. •· i. " (Principal) , By:I. ; (Surety)􀁾􀀮􀀠By: (Attorney-in-Fact) r. 􀁪􀀺􀁜􀁤􀁾􀁾􀀺􀁉􀁜􀀲􀀰􀀰􀀨􀁬􀀮􀁴􀁓􀁉􀁉􀁳􀁰􀁥􀁥􀁳􀁜􀀺􀁩􀁥􀁣􀁨􀀮􀀵􀁰􀁜􀁰􀁲􀁢􀀭􀁌􀁤􀁡􀀠PrB-2L i 􀀬􀁾􀀠, 1 , , · j · j , , , ((NOH INJlli\IXV d · -.. HAd NOI.L;)'JIS · , · , STATUTORY PAYMENT BOND PURSUANT TO CHAPTER 2253 OF THE TEXAS GOVERNMENT CODE , (PUBLIC WORKS) r-. (penalty of this Bond must be 100% of Contract Amount) J KNOW ALL MEN BY THESE PRESENTS, That tJ (hereinafter called the Principal), as Principal, and i[ -, (hereinafter called the Surety), as Surety are held and firmly 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. 􀁾􀀠i , 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 pay all claimants supplying labor and material to himor 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 of • the Texas Govenunent Code and all liabilities on this bond shall be determined in accordance with the r ' 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. t (principal) By:i -----------'''-(Surety) ... 􀁾􀀠By: (Attorney-in-Fact) , L, 􀁪􀁾􀁬􀁾􀁮􀁜􀀲􀁑􀀮􀀩􀀮􀀩􀀮􀀮􀁉􀁓􀁉􀁾􀂫􀁨􀁾􀁬􀀮􀁤􀁣􀁣􀀠PyB- 2 I , i ",,) ii . ,, aw NOI.L;):I[S . , -􀀺􀁾􀀠 L SEcrION MB􀀬􀁾􀀠, 􀁾􀀠MAINTENANCE BOND r , ; STATE OF TEXAS COUNTY OF DALLAS , 􀁾􀀠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 r-" successors, said principal and sureties do hereby bind themselves, their assigns and successors, jointly and 􀁳􀁥􀁶􀁥􀁲􀁡􀁬􀁬􀁹􀁾􀀠 I' This obligation is conditioned, however, that whereas said Ii J , ' ... has this day entered into a written contract with the said Town ofAddison to build and construct the .. , ",. . 􀁾.. 7 :.... .I!' . i: L , 􀁊􀁾􀁉􀁓􀀱􀁜􀁳􀁰􀁥􀁥􀀤􀁜􀁦􀂫􀀺􀁨􀀮􀁳􀁰􀁜􀁮􀁩􀁊􀀭􀁉􀀮􀁤􀁣􀁣􀀠 MB·2 􀀮􀁾L which contract and the Plans and Specifications therein mentioned adopted by the Town of Addison, are hereby r expressly made a part hereof as though the same were written and embodied herein. r'" WHEREAS, under the Plans, Specifications and CO,:H:S , , . , i , , , , , ; ,l " .I GENERAL PROVISIONS r"' ; 􀁾􀀠r' " , The General Provisions of the Contract shall be as stated in the Standard Specifications for Public Works ' Construction, North Central Texas Council of Governments (1983), under Part 1, "General Provisions," Iterns 1.0 , , through 1.63 inclusive, as amended or supplemented and except as modified by the Special Provisions, ,. , ' , , 􀁾􀀠. 􀁾􀀠, F' ii.. j:\t\ericoJkldditon\!(')(')I).I.5! \sp«:silo:th.-sp\gp-I_OOe GP·2 􀁲􀁾􀀠!, . r f . , <. , , " 􀁾􀀠. ,r! ' 􀁾􀀠.., 􀁾􀀠L " ! 􀁾􀀠f i f t· f l. ,, i 􀁾􀀠0',L Special Provision No. SP.! SP.2 SP.3 SP.4 SP.5 SP.6 SP.7 SP.8 SP.9 SP.IO SP.l1 SP.12 SP.13 SP,14 SP,IS SP,16 SP,17 SP,18 SP,19 SP.20 SP.21 SP.22 SP.23 SP.24 SP.25 SP.26 SP.27 SP.28 SP.29 SP.30 SP.31 SP.32 SP.33 SP.34 SP.35 SP.36 SP.37 TABLE OF CONTEl'.'TS SPECIAL PROVISIONS Description Location of Project .............................................. ,........................................... Scope ofWork ................................................................... ,............................. Construction Schedule .............................................................. ,...................... Copies of Plans and Specifications ........................ .......................................... Reference Specifications ................. ................................................... ............. Trade Names & Materials ....................... ........................................................ Project Maintenance ....................................... , ........... ,.................................... Cleanup ...................... ...................................................................................... Permits and Rights-of-Way ............................................................................. Clean Air Act and Clean Water Act ................................................................ Coordination With Others ........................................................................... .... Lights and Power ............................................................................................. Wage Rates ........................................................................ ............................. . Claims for Damages or Injury ......................................................................... Cooperation of Contractors ..................................... ........................................ Antitrust .......................................................................................................... . Public Utilities and Other Property to be Changed ......................................... Existing Utilities and Service Lines ................................................................ Use of Explosives ........................................................................................... . Insurance ............................................................................................... ......... . Workers' Compensation Insurance Coverage ................................................ . Resolution of Disputes ........................................................................ ........... . Non-Discrimination Policy ........................................................ , .......... , ......... . Compliance With Immigration Laws .......................................... .................... Compliance With General Rules and Laws ............. : ...................................... . Shop Drawing ..................................................................... ............. , .............. . Barricades, Warning Signs, Detours and Sequence of Work .......................... Construction in Public Roads and Private Drives ................................... ....... . Excavation Safety Systems ................................... , ......................................... . Project Video ........ , ........................................................ ................................ .. Waterline Pipe ............................. , ............. , ........... ,' ....................................... . Water Meter Relocation .................... ............................................................. . Record Drawings .. , ........... , .......... ' .................................................................. . Existing Structures ........................................................................................... Water for Construction ......................................................................... .......... . Temporary Parking Lot .................................................................................. . Alley Rehabilitation .......................................................... .............................. Page No. SP-2 SP-2 SP-2 SP-2 SP-2 SP-2 SP-3 SP-3 SP-3 SP-3 SP-3 SP-3 SP-4 SP-6 SP-6 SP-7 SP-7 SP-7 SP-7 SP-7 SP-8 SP-II SP-Il SP-Il SP-Il SP-ll SP-II SP-12 SP-13 SP-13 SP-14 SP-14 SP-14 SP-IS SP-IS SP-IS SP-15 􀁾􀀠􀁴􀁾􀀠j;ldctri.:3l\lddl5onl1ooa.\ S􀁬􀁜􀁳􀁰􀁥􀁣􀀮􀁳􀁬􀀨􀁥􀁣􀁨􀂷􀁳􀁰􀁜􀁩􀁔􀁬􀁤􀁥􀀻􀁴􀀻􀀻􀁾􀁳􀁰􀀮􀁤􀁯􀁣􀀺IL , SNOISIAOHd 'IVI:J':iIdS dS NOLL:J':iIS . , . , . 1 1 . 1 ! t -. , 1 I •.1 J I-dS -. 1 I -,, SNOISIAOHd'IVI::XildS dS NOlL:::>aS · l " 􀁾􀀠, , : 􀁾􀀬􀀠· 1 i -" · ! ij I !, ,! 1, L ,-. ,, , , 􀁾􀀠r; , L 1 􀁾􀀠 􀁴􀁾􀀠 f L ! I L ,. L ! < , 􀁾, L. r L SP.l SP.2 SP.3 SPA SP.S SP.6 SECTION SP SPECIAL PROVISIONS LOCATION OF PROJECT The location of the project is along Broadway Street between Addison Road and Julian Street in the Town ofAddison, Texas. A location map is included in the Consfruction Plans. SCOPE OF WORK The work under this contract includes furnishing and installing approximately 2,160 square yards of 8-inch reinforced concrete pavement, 340 linear feet of2l-inch slotted drain, and 700 square feet ofsidewalk. CONSTRUCTION SCHEDULE Prior to starting work, the Contractor shall submit a proposed schedule for the work included herein and shall submit any major revisions to this schedule as the project progresses. 'This schedule shall provide for completion of the project within the time provided in the specifications. Working hours is 7:00 a.m. to 7:00 p.m., Monday through Saturday. One-way traffic and parking on one-half of street shall be maintained. Contractor shall shall construct temporary parking lot on north side of building; on Town of Addison property. Such parking lot shall be removed after construction and grass established. COPIES OF PLANS AND SPECIFICATIONS Five (5) copies of the plans and specifications shall be furnished to the Contractor, at no charge, for construction purposes. Additional copies may be obtained at a cost of$50.00. REFERENCE SPECIFICATIONS Where reference is made in these specifications, to specifications compiled by others, such reference is made for expediency and standardization from the material supplier's point of view, and such specifications referred to are hereby made a part ofthese specifications. TRADE NAl\1ES AND MATERIALS No material which has been used by the Contractor for any temporary purposes whatsoever is to be incorporated in the permanent structure without written consent ofthe Engineer. Where materials or equipment are specified by a trade or brand name, it is not the intention of the Owner to discriminate against an equal product of another manufacturer, but rather to Sl:! a defmite standard for quality Or performance, and to establish an equal basis for the evaluation of bids. Where the words "equivalent", "proper", or "equal to" are used, they shall be understood to mean that the thing referred to shall be proper, the equivalent of, or equal to .some other thing, in the opinion or judgment of the Engineer. Unless otherwise specified, all materials shall be the best of their respective kinds and shall be in all cases fully equal to approved samples. Notwithstanding that the words "or equal to" or other such expressions may be used in the specifications in connection with material, manufuctured article, or process, the material, article or process specifically designated shall he used, unless a substitute shall be approved in writing by the Engineer, and the Engineer shall have the right to require the use of such specifically designated material, article or process. j:"<:leric::f\addbonUQOO.I 'l\spees'w:h-sp\5p-I.doc-SP-SP-2f l. SP.7 PROJECT MAINTENANCE ! The Contractor shall maintain, and keep in good repair, the improvements covered by t\'ese plans and specifications during the life ofhis contract SP.8 CLEANUP , ' During Construction: The Contractor shall at all times keep the jobsite as free from all disposable material, , debris, and rubbish as is practicable, and shall remove same from any portbn of the jobsite when it 􀁾􀀬􀀬􀀧􀀠becomes objectionable or interferes with the progress of the project, in the opinion of the Engineer or the , Owner. Broken pipe and other debris resulting from construction shall not be left on the site after the construction work is completed. During the construction the Contractor shall not damage improvements on public or private property, including shrubs, grass, pavement, walks, curbs and fences. In the event Contractor damages private property, Contractor shall immediately perform restoration at his own cost. Video: Contractor shall make and provide to the Owner an original color, VHS format tape of existing conditions outside oflift station. The areas shall be narrated as to location. Video shall be provided to the Owner prior to actual construction work commencing. City Inspector shall be present during taping and take possession of tape when completed. Final: Upon completion of the work, the Contractor shall remove from the site all plants, materials, tools and equipment belonging to him and restore the site with an appearance acceptable to the Engineer and the Owner. The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean, polished and new-appearing condition. SP,9 PERMITS AND RIGHTS-Of-WAY The Owner will provide rights-of-way for the purpose of construction without cost to the Contractor, by l securing permits in areas of public dedication or by obtaining easements across privately owned property. It shall be the responsibility of the Contractor, prior to the initiation ofconstruction on easements easements through < ' :: private property, to inform the property owner of this intent to begin construction. Before beginning 􀁾􀀠construction in areas ofpublic dedication, the Contractor shall inform the agency having jurisdiction in the area forty-eight (48) hours prior to initiation of the work. .'f: 􀁾􀀠t, Electricians shall be registered with the Town's Building Department. The registration fee of $60.00 :hall be paid by the Contractor. Inspections from the Building Inspector shall be scheduled by Contractor, 24 ! hours prior to inspection. ,1 SP.!O CLEAN AIR ACT AND CLEAN WATER ACT Include in all construction contract exceeding $100,000, the following requirement: "Contractor is f, responsible for compliance with all applicable standards, orders, or requirements issued under Section 306 of the Clean Air Act, Section 505 of the Clean Water Act, Executive Order 11738, and Environmental ; 5 Protection Agency regulations." 􀁾􀀠􀁾􀀭SP.!1 COORDINATION WITH OTHERS In the event other contractors are doing work in the same area simultaneously with this project, the L Contractor shall coordinate his proposed construction with other contractors. ,, SP.12 UGHTS AND POWERt _ The Contractor shall provide, at his own expense, temporary lighting and power facilities required for the proper prosecution ofthe work. " 􀁴􀁾􀀠􀁾􀀠-, SP-3 r SP.13 WAGE RATES All employees of the Contractor for the work to be performed under this contract shall be paid the prevailing wage scale in this locality for work of a similar character, and in no event less than the minimums prescdbed in the following schedule: The "prevailing rates" shown will be the minimum wags acceptable on this project. If the construction project involves the expenditure of federal funds in excess 0[$2,000.00, the minimum wages to be paid vadous classes of laborers and mechanics will be based upon the wages that will be determined by the Secretary of Labor to be prevailing for the corresponding classes of laborers and mechanics employed on the project of a character similar to the contract work in the City ofAddison or the rate given above, whichever is higher. Except for work on legal holidays, the "general prevailing rate ofper diem wage" for the vadous crafts or type of workers or mechanics is the produce to Ca) the number of hours worked per day, except for overtime hours, times (b) the above respective Rate Per Hour. For legal holidays, the "general prevailing rate ofper diem wage" for the vadous crafts or type of workers or mechanics is the product of (a) one and one-halftimes the above respective Rate Pcr Hour, times (b) the number ofhours worked on the legal holiday, The "general prevailing rate for overtime work" for the crafts or type of workers or mechanics is one ani one-half times the above respective Rate Per Hour. Under the provisions ofArticle 5159a, Vernon's Annotated Texas Statutes, the Contractor shall forfeit as a •." penalty to the entity on whose behalf the contract is made or awarded, Ten Dollars ($10.00) for each laborer, worker or mechanic employed, for each calendar day, or portion thereof, such laborer, worker or mechanic is paid less than the said stipulated rates for any work under the contract, by him, or by any subcontractor under him. 􀁾􀀠[ . PREVAILING WAGE RATES 􀁾􀀠􀁾􀀠􀁾􀀬􀀠GENERAL DECISION TXOOOO45 02/11100 TX45 General Decision Number TXOO0045 ;L L Superseded General Decision No. TX990045 State: TEXAS r i Construction Type: IDGHWAY County(ies): COLLIN GRAYSON ROCKWALL DALLAS JOHNSON TARRANT 􀁾􀀠t DENTON KAUFMAN WICHITA L ELLIS PARKER ,f < Modification Number Publication Date o 0211112000 f t SUTX2043A 03126/1998 Rates Fringes r Air Tool Operator ................... , ....... , ................... , .., .................... .... , ..,.., .... ,' Asphalt Raker ..................... , ...................................................................... .. Asphalt Shoveler ..... , .., .................................. , ............................................. . $ 9.00 9.55 8.80 Batching Plant Weigher ............................................ , .............................. , ... 11.51 , 􀁾􀀠􀁪􀀺􀁜􀁣􀁉􀀮􀁭􀁾􀀵􀀰􀁩􀁜􀁜􀀺􀀡􀁲􀀻􀁯􀁯􀀮􀀡􀁓􀀡􀁾􀁳􀁰􀀧􀀤􀀹􀀭􀁉􀀮􀁤􀁯􀁣􀀠 SP-4 L I r Carpenter ..................................................................................................... . Concrete Finisher -Paving ......................................................................... . Concrete Finisher -Structures ................................................................. ... . Concrete Rubber ......................................................................................... . Electrician ........... ' ........................................................... ............................ . Flagger ........................................................................................................ . Form Builder -Structures ............................ .............................................. .. Form Liuer -Paving & Curb ..................................................................... .. Form Setter -Paviug & Curb ....................... .............................................. . Form Setter -Structures ............................................................................. . Laborer Common ............................... ...................................................... . Laborer -Utility ......................................................................................... . Mechanic ........................ ............................................................................ . Oiler ............................................................................................................ . Servicer ......................................................................... , ............................ .. Paiuter -Structures ............................................................ ........................ .. Pipe Layer .................................................................................................. .. Blaster .................................................. ....................................................... . Asphalt Distributor Operator ................ : .................................................... .. Asphalt Paving Machiue ............................................................ , ................ : Broom Or Sweeper Operator ....................................................................... . Bulldozer ...................................................................................................... Concrete Curiug Machiue .............................................................. ............ .. Concrete Finishiug Machine ........................................................................ Concrete Paving Joint Machine ..................................................... ............ .. Concrete Paviug Joiut Sealer ...................................................................... . Concrete Paviug Saw ............................................................. .................... .. :L Concrete Paviug Spreader ............................................................................ Slipform Machiue Operator ............................................ .................... , ....... . , 􀁾􀀠Crane, Clamshell, Backhoe, Derrick, Dragliue, Shovel ............................... • Foundation Drill Operator-Crawler Mounted ............................... ........... . Foundation Drill Operator-Truck Mounted .............................................. . I Front End Loader ............................................................................. .......... .. 􀁾􀀠<. Milling Machine Operator .......................................................................... . Mixer ...................................................................... .................................... . f Motor Grader Operator -Fine Grade ......................................................... . t: Motor Grade Operator ........................................ ........................................ . Pavement Marking Machiue ....................................................................... . 􀁾􀀠. Roller, Steel Wheel Plant·Mix Pavements ................................................... t Roller, Steel Wheel Other Flatwheel or Tampiug ....................................... . Roller, Pneumatic, Self.Propelled ...................... ........................................ . Scraper ........................................................................................................ . r, Tractor-CrawlerType .................. .................................................... , ....... .. L Tractor -Pneumatic ..................................................................................... , TraveIiug Mixer .......................................................................................... . , Wagon -Drill, Boriug Machiue ................................................................ .. 􀁾􀁾􀀠Reiuforcing Steel Setter -Paviug ............................................................... . Reinforciug Steel Setter -Structures ...................................................... ..... r., Steel Worker -Structural .......................................................................... .. t Spreader Box Operator .............................................................. ................ .. Work Zone Barricade .................................................................................. Truck Driver -Siugle Axle (Light) .......................................... ................. .. •f L Truck Driver -Siugle Axle (Heavy) .... : ..................................................... . Truck Driver -Tandem Axle (Semi-Trailer) ................................... ........... . 􀁾, 􀁪􀀺􀁬􀀮􀀻􀁬􀁯􀀺􀁲􀁩􀁾􀁴􀁓􀁦􀁾􀁾􀀮􀀤􀁰􀁾􀁬􀀮􀁤􀁯􀁇􀀠 SP-5 L Rates Fringes 10.30 10.50 9.83 8.84 15.37 7.55 9.82 9.00 9.24 9.09 7.32 8.94 12.68 10.17 9.41 11.00 8.98 11.50 10.29 10.30 8.72 10.74 9.25 ILl3 10.42 9.00 10.39 10.50 9.92 11.04 10.00 11.83 9.96 8.62 10.30 11.97 10.96 7.32 9.06 8.59 8.48 9.63 10.58 9.15 8.83 12.00 13.21 13.31 14.80 10.00 7.32 8.965 9.02 8.77 f' Rates 􀀻􀁛􀁲􀁩􀁮􀁧􀁾􀂧􀀠, . Truck Driver -LowboylFloat "",'" .... "., ...""........",.,"''''"..., .. ""."... , .., ..... . 10.44 Truck Driver -Transit Mix ....".""."".............................. ................... " .... .. 9.47 Truck Driver -Winch ..., ...................... " .............. " ........... " ............. ".""..". 9.00 Vibrator Operator -Hand Type "..".""..".."".., ............... " .... "".""'.....,,..," 7,32 􀁾􀀠 Welder ........ " ............. ", ............... " ........ "." ...... " ..."',, ............. , .., ..... " ........ . 11.57 t . Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5(a) (1) (v». , In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates, Other designations indicate unions whose rates have been determined to be prevailing, , ' SP.14 CLAIMS FOR DAMAGES OR INJURY t Item 1.24.3 -SMALL CLAIMS FOR DAMAGE OR INJURY is amended to read as follows: If any person files a claim against the Owner or Contractor for personal injury or property damage resulting from, arising out of, or caused by, the operations of the Contractor, or any work within the limits of the project, the Contractor must either submit to the Owner a duly executed full release within thirty (30) days from the date of written claim, or immediately report the claim to his liability insurance carrier for their action in adjusting the claim. If the Contractor f:ils to comply with this provision within the stipulated time limit, it will be automatically deemed that the Contractor has appointed the Owner as its irrevocably Attorney-In-Fact authorizing the Owner to report the claim directly with the liability insumce , carrier. This provision is in and of itself a Power· of-Attorney from the Contractor to the Owner which c' authorizes the Owner to take said action On behalfof the Contractor without the necessity ofthe execution of any other document. If the Contractor fails to comply with the provisions of this item the Owner, at its L. own discretion, may terminate this contract or take any other actions it deems appropriate. Any payment or portion thereof due the Contractor, whether it is a fmal payment, progress pa;ment, payment out of < retainage or refund payment may be withheld by the Owner as is authorized by Item 1.52, Bankruptcy, ,􀁾􀀠, insolvency or denial ofliability by the insurance carrier shall not exonerate the Contractor from liability. 􀁾􀀠, As a result ofthe additional work created to Owner due to un·responded claims for damages by Contractor 􀁾􀀠􀁾􀀠to third parties, Contractor shall incur penalties for failure to abide by this Special Provision. 􀁾􀀠In accordance with the obligations set forth in Special Provision Item 1.243, Contractor shall respond to1 the claimant in writing regarding the status of the claim, including whether Contractor disputes the claim, "; wishes to settle, or will notify its liability insurance carrier regarding the claim. Contractor will be assessed ',, a penalty by Owner of $75.00 per claim, for its failure to respond to the Claimant as described above within t thirty days of its written notice ofclaim by the City. To ensure Contractor compliance, the Owner shall be notified, by copied correspondence of re1ponses or settlement by Contractor.'. r, SP.15 COOPERATION OF CON'TRf.-CTORS •􀁾􀀠The Contractor shall have on the project at all times, as his agent, a competent Superintendent capable of reading and thoroughly understanding the plans and specifications, and thoroughly experienced in the type , of work being performed. The Superintendent shall have full authority to execute orders or directions and :;.... -to promptly supply such materials, equipment, tools, labor and incidentals as may be required. Such superintendent shall be furnished irrespective ofthe amount ofwork subcontracted. f i, The Superintendent and the Contractor shall be responsible for all work performed by the subcontractor at "'. all times during construction. ,􀁾􀀠􀁪􀀺􀁜􀁃􀁬􀁭􀁷􀁬􀀮􀀮􀁬􀁤􀁤􀁩􀁳􀁯􀁮􀁾􀀮􀀱􀀵􀀱􀁉􀀮􀁳􀁰􀁥􀁣􀁳􀁜􀁬􀁾􀁾􀁌􀁤􀁯􀀮􀀺􀀠 SP-6 ,-,' J i SP.16 ANTITRUST The Contractor hereby assigns to the Owner any and all claims for overcharges associated with this contract which arise under the antitrust laws of the United States 15 U.S.C.A. Sec, 1, et seq. (1973). r. . SP,17 PUBLIC UTILITIES AND OTHER PROPERTY TO BE CHANGED In case it is necessary to change or move the property of any Owner or of a public utility, such property f' shall not be moved or interfered with W1til authorized by the utility company or approved by the Owner. t 􀁾􀀠The right is reserved to the Owner or public utilities to enter upon the limits of the projed for the purpose ofmaking such changes or repairs of their property that may be made necessary by the performance of this contract. SP.18 EXISTING UTILITIES AND SERVICE LINES f The Contractor shall be responsible for the protection of all existing utilities 0' 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 protected at all times. SP,19 USE OF EXPLOSIVES Use of explosives will not be allowed, SP.20 INSURANCE Each insurance policy that the Contractor must furnish in accordance with these contract documents shall name the Town of Addison 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 t· occurrence and $1,000,000 general aggregate for Bodily Injury and Property 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 off. insurance 0[$1,000,000 with respect to this contract. l. 1.2 Workers Compensation Insurance at statutory limits, including employer's liability coverage at minimum limits of $500,000 by disease aggregate, $100,000 by disease-per occurrence, $100,000 per occurrence -each accident. (See attachment on Workers Compensation Commission rules) j 􀁾􀀠L 1.3 Commercial Automobile Liability Insurance at mInimUm combined single limits of , $1,000,000 per occurrence for bodily injury an property damage, including owned, non, l owned, and hired car coverage, L 2.0 Contractor shall provide the following endorsements: 􀁾􀀠2, I Named insured wording which includes the Contractor and the Town of Addison with i respect to general liability and automobile liability. I· 2.2 All liability policies shall contain cross liability and severability of interest clause. IT 􀁪􀀺􀁜􀁴􀁬􀁯􀁦􀁾􀁯􀁮􀁬􀀱􀁏􀁏􀁏􀀭􀀡􀁓􀀡􀁾􀁨􀀮􀁳􀁰􀁜􀁴􀁰􀀭􀁊􀀮􀁤􀁲􀀺􀀻􀀺􀀠 SP-7L A waiver of subrogation in favor of the Town of Addison with respect to the workers' compensation insurance. The policy shall be endorsed to require the insured to immediately notify the Town of Addison of any material changes in the insurance coverage. The certificate shall notate the Project Name or Bid Number. All certificates shall be mailed to Town of Addison, Purchasing Dept., P.O. Box 9010, Addison, Texas 7500 I. 3,0 All insurance shall be purchased from an insurance company who meets the following requirements: 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. 4,0 All insurance must be written on forms 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 shaH 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 forms have been approved by the Texas State Board of Insurance. 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 t termination of the insurance. 5,0 Upon request, Contractor, shall furnish the Owner with: f €􀁾􀀠a) certified copies of all insurance policies, and 􀁾􀀮􀀠b) valid Certificates ofInsurance covering all subcontractors in accordance with the insurance L requirements set forth herein for Contractor, ,.. SP.21 WORKERS' COMPENSATION INSURANCE COVERAGE 􀁾􀀠L A, Definitions , ' , Certificate of Coverage ("certificate"): A copy of a certificate of insurance, a certificate of authority 1 \ 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 L project, for the duration ofthe project. Duration of the Project Includes the time from the beginning of the work on the project until the l' Contractor's!person's work on the project has been completed and accepted by the governmental L entity. 􀁾􀀠Persons Providing Services on the Project ("subcontractor" in. Section 406,096 of the Texas Labor I.. Code): Includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the 􀁾􀀠Contractor and regardless of whether that person has employees. This includes, without limitation, L independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, 􀁾􀀠i: 􀁪􀀺􀁜􀁥􀁾􀀼􀁭􀁜􀀲􀀰􀀰􀀰􀀭􀀡􀀺􀁓l\q :«:s'\.!.«lt-sp\sp-I ,doe SP-8 L employees of any such entity or employees of any entity which furnishes persons to provide services r' on the project. "Services" include, without limitation, providing, hauling, or delivering equipmmt Or materials, or providing labor, transportation, or other services related to a project. "Services" does not 1 include activities unrelated to the project, such as foodlbeverage vendors, office supply deliveries, and f delivery ofportable 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 L. project, for the duration of the project. ,, C. The Contractor must provide a certificate of coverage to the Owner prior to being awarded the : contract. r D. If the coverage period shown on the Contractor's current certificate of coverage ends during the i. duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate ofcoverage with the Owner, showing that the coverage has been extended. r I . L.l E. The Contractor shall obtain from each person providing services on the project, and provide to the ,. Owner; , 1) a certificate of coverage, prior to that person beginning work on the project, so that the Owner will have on file certificates of coverage showing coverage for all persons providing services , on the project; and, 2) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension ofcoverage, if the coverage period shown on the current certificate ofcoverage ends c 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. L , G. The Contractor shall notity the Owner in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any changes that materially affects the 􀁾􀀠provisions ofcoverage of any person providing services on the project. r t H. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the TWCC, informing all persons providing services on the project that they are required to be covered, and stating how a person may verity current coverage and report failure to provide rr . :: coverage. 􀁾􀀠I. The Contractor shall contractually require each person with whom it contracts to provide services on a project to: l.f. I) provide coverage, based on proper reporting of classification codes and payroll amounts and f" filing of any coverage agreements, which meets the statutory requirements of Texas Labor ;. . Codes 401.011 (44) for aU its employees providing services on the project, for the duration of the project; 􀁾􀀠L 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 aU employees of the person providing f . services on the project, for the duration ofthe project; ,, . 􀁾􀀭􀁾􀀠􀁪􀀺􀁜􀁩􀀺􀁉􀁾􀁩􀁏􀁏􀁜􀀱􀁑􀁏􀁏􀀮􀀮􀀱􀀵􀀱􀁾􀀮􀁾􀁬􀀬􀀱􀁫􀀾􀁣􀀺􀀠 SP·9l.. i ! ' 3) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; , 4) obtain from each person with whom it contracts, and provide to the Contractor; a) a certificate of coverage, prior to the other person beginning work on the project; and, 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. , . 5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; 6) notify the Owner in writing by certified mail or personal delivery, within lO-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 project; and 7) contractually require each other person with whom it contracts to perfonn as required by paragraphs (1) -(7) with the certificate of coverage to be provided to the person for whom they are providing services. < J. By signing this contract or providing or causing to be provided a certificate of coverage, the 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 TWCC's Division of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal!f": penalties, civil penalties or other civil actions, L [ , 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 i 􀁾􀀠the breach within ten days after receipt ofnotice of breach from the Owner. 􀁾􀀠􀁾􀀠The following is the form of notice of workers' compensation coverage prescribed by the TWCC. 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 ,r. language common to the worker population. t_ REQUlRED WORKERS' COMPENSATION COVERAGE 􀁾􀀠"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 insurance, This includes persons providing, hauling or delivering equipment or,􀁾􀀠,, materials, or providing labor or transportation or other services related to the project, regardless of the identity oftheir employer or status as an employee. , !: , "Call the Texas Workers' Compensation Commission (TWCC) 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 L an employer's failure to provide coverage," , 􀁾􀀠􀁪􀀮􀁩􀁣􀁫􀁲􀁩􀁣􀁬􀁬􀁜􀀳􀁤􀁤􀀡􀁳􀁯􀁡􀁜􀀮􀀮􀀮􀀮􀀧􀀾􀁏􀁏􀀩􀀮􀀮􀀱􀀵􀀱􀁾􀀮􀁳􀁰􀁜􀁳􀁰􀀭􀁬􀀮􀁤􀁯􀀻􀀠 SP-IO 􀁾􀀠 r 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, perfonnance or breach of this r agreement, including but not limited to any claims bas::d on contract, tort or statute before filing a lawsuit 􀁾􀀠. the parties agree to submit the matter to Alternative Dispute Resolution pursuant to the laws of the State of Texas. The parties shall select a third party arbitrator or mediator from the current li1t of neutrals on file with the Alternative Dispute Resolution Administrator of the Dallas County District Courts. All fonns of L 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. '. The Town of Addison has a policy that prohibits discrimination against any person because ofmce, color, sex, or national origin, in the award or perfonnance ofany contract. The Town of Addison will require its employees, agents, and contractors to adhere to this policy. SP.24 􀁃􀁏􀁊􀀺􀁶􀁬􀁐􀁌􀁉� �􀀮􀁾􀁃􀁅􀀠WITH 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 Refonn and Control Act of 1986. SP.25 COJ:vlPLIANCE WITH 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 will affect his cost, progress, or performance ofthe Work and include that cost in his bid . SP.26 SHOP DRAWING 1 􀁾􀀠􀁾􀀭􀀧􀀠 Contractor shall furnish a minimum of four and a maximum ofsix copies of shop drawings for review by the City. rL Shop drawings shall include all items to be installed in the project, including: • Slotted Drain Pipe • Wheel Stops [ • Storm Sewer Pipe • Brick Pavers 􀁾􀀠• Water Pipe • Concrete Mix Designs f ' • Meter Box and Pipe i SP.27 BARRICADES, WARNING SIGNS, DETOURS AND SEQUENCE OF WORK 􀁾􀀠 A. Throughout the construction operations, streets and intersections will remain open to traffic by ( constructing the work in stages. All streets, driveways, adjacent business and alleys shaH remain• open to traffic as far as is practicable. , 􀁾􀀠t_ B. General Construction: The Contractor shall plan his work sequence in a manner that will cause 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 c, outlining in detail a sequence of work to be followed; setting out the method of handling traffic on L streets, roads and driveways along, across and adjacent to the work. If at any time during the 􀁩􀀻􀁜􀀧􀀺􀀺􀁉􀁾􀁮􀁬􀀱􀁏􀁏􀁏􀀭􀁬􀁾􀁉􀁾􀀧􀁾􀂷􀁳􀁰􀁬􀁾􀀬􀀮􀁤􀂢􀀼􀀺􀀠 SP-II ,, f • '-' f ( conslruction, the Ccntractor'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 unsatisfactory conditions. r 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. r: c . Safety: The Contractor shall provide, conslruct and maintain barricades and signs at locations set ., 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 fpr 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. i l The Contractor shall keep traveled surfaces used in his hauling operation clear and free of dirt or other material. f 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 CONSTRUCTION IN PUBLIC ROADS AND PRIVATE DRIVES : 􀁾􀀠No public road shall be entirely closed overnight. It shall be the responsibility of the Contractor to 􀁾􀀠. build and maintain all weather bypasses and detours, if necessary, and to properly light, barricade and p. mark all bypasses and detours that might be required on and across the roads involved in the work " included in this contract. aM No interference with traffic flow on city streets shall be permitted during the hours of 6:3() a.In. to 9:3() a.m.,. and 3:3() p.m. to 7:3() p.m., Mondays through Fridays.􀁾􀁩􀀠L The Contractor shall make every effort to complete conslruction and allow immediate access to adjacent property at driveway entrances located along the roadways. Owners or tenants off L improvements where access and/or entrance drives are located shall be notified at least twenty-four (24) hours prior to the time the conslruction will be started at their driveways or entrances and informed as ,f to the length of time driveways will be closed. Contractor shall at all times maintain at least one point 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. , . 1 {. : The Contractor shall be responsible for all road and entrance reconslruction and repairs and maintenance of same for a period of one year from the date of such reconslruction. In the event the ,, repairs and maintenance are not made immediately to the satisfaction of the Owner, and it becomes necessary for the Town to make such repairs, the Ccntractor 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 i 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. r L ! L 􀁪􀀺􀁜􀁴􀁫􀁲􀁩􀁴􀀺􀁡􀀡􀀧􀀼􀁬􀁤􀁤􀁩􀁲􀁯􀁮􀁾􀁉􀀺􀁓􀁬􀁜􀁳􀁰􀁥􀁴􀀻􀀺􀁬􀁜􀁊􀁣􀀺􀁥􀁨􀀮􀁳􀁰􀀧􀀮􀁳􀁰􀀭􀁬􀀮􀁗􀀺􀀠 SP-12 SP.29 EXCAVATION SAFETY SYSTEMS f I The work performed 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. Generali t ; 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.HA 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 Trench Safety Plan for the entire project. The trench safety plan must be prepared and sealed by a l 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 ofthis project. r 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 r 􀀮􀁾􀀠any type of subsurface condition found on this project. The furnishing of soil information by the Owner in no way relieves the Contractor of this obligation. r I, & , -, -lfno 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 of trench safety systems. l. C. Inspections 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 Measurement and payment ofTrench 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, L engineering, materials, equipment, fabrications, installation, recovery and all incidental work required. All excavation and backfill in addition to that specified elsewhere in these specifications 􀁾􀀠shall be considered subsidiary to this bili item. i , SP.30 PROJECT VIDEO 􀁾􀀠 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 f' SP.31 WATERLINE PIPE The following 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 WW A Standard C900. r I • Fittings for PVC Water Pipe shall be Ductile Iron (poly Wrapped) NCTCOG Item 2.12.8 -A WW A Standard Cl 10. 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. I B. To prevent the inflow of mud or silt into the box, six inches of washed pea gravel shall be placed I under the meter inside the box. Meter boxes shall extend:? 6" below the bottom of the meter Or service pipeline. C. Meter boxes shall 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 f 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-lSOI3 or B25008 (1.5", 2'), Mueller H-15008 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). 􀁾􀀠􀀱􀁾􀀠3) 90 degree angle curb stop with lock-wing: Mueller H-14277 or B24276 (1.5",2"), Ford KV43a_ 666W-G or FV43-777W-G (IS', 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.g' L 4) Meter box shall be 10 x 20 concrete to accommodate the curb stop, meter, and all connections. They shall have concrete cover with hinged reader lid. Boxes may be stacked to achieve r' > sufficient depth. 􀁾􀀠L_. 5) In-line curb-stops, meter yokes/setters, and/or meter risers may be considered on a case-by􀁾􀀠. case basis dependent on situation and subject to approval of Utility Inspector and/or Utility ,􀁾􀀠L Foreman. L 6) Tapping saddle and corporation stop must be poly-wrapped (8 mil) and hand backfilled with sand to a depth of l2-inches. Additional backfill may be done by machine, with material free ofrocks and clods exceeding 3-inches in diameter. CA UTION!! Inspection must be called for and completed prior to backfill, Or tap must be re-exposed by the contractor so that inspection i,L may be completed by the Town's representative. ! SP.33 RECORD DRAWINGS L 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. rL Submittal: At the completion of the project, and l4-days prior to request for final payment the Contractor shall deliver record drawings to the Owner which shall include the following: [, 􀁪􀀺􀀢􀀺􀁩􀁴􀁲􀁩􀁾􀀵􀁏􀁉􀁜􀁜� �􀀡􀀨􀁊􀀨􀁘􀀩􀀬􀀬􀀱􀀵􀀱􀁾􀀭􀁳􀀺􀁰􀁜􀀤􀁰􀀭􀁬􀀮􀁤􀀡􀁸􀀺􀀠 SP-14 11... • Delineation ofeach change made to the Gonstruction plans during construction. [ • Certification that each document as submitted is complete and accurate. • Signature of Contractor or his authorized representative. r ' 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 an 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 basis for claims for additional compensation of extra work or for increasing the pay quantities in any, 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, in which case the provision in these Specifications for extra work shall apply. SP.35 WATER FOR CONSTRUCTION The Contractor shall make the necessary arrangements with the Town of Addison for securing and transportiog 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 PARK1NG 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 c 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: a) Stockpile topsoil. 􀁾􀀠b) Excavate to a total depth of 4-inches, stockpile material other than topsoil. r c) Place Geotextile Geotextile Fabric on exposed excavation (TREVIRA 1135 or approved equal), L d) Backfill with NCTCOG, Grade 4 crushed stone to grade.f. ' 􀁾􀀠e) Reconstruct by removing crushed stone and spreading crushed stone on crushed stone roadway 􀁾􀁪􀀠east ofBroadway and Julian (Town of Addison property). i f) Remove Geotextile Fabric, t. g) Backfill with excavated material and mechanically compact in place. h) Spread topsoil. .' 􀁾􀀠􀁬􀁾􀂷􀀠Total area included will be approximately 700 square yards. 􀁾􀀠i, SP.37 ALLEY REHABILITATION The alley on the north side of the buildings (building being located on the north side of Broadway) shall " be rehabilitated to provide access to the temporary parking lot. Rehabilitation shall be in place prior to􀁾􀀠L commencing work on Broadway. Rehabilitation shall include the following: r a) Removing loose debris in pot holes . .L ' b) Filling of pot holes with hot mix asphalt concrete compacted in maximum 3 inch lifts. f 􀁪􀀺􀁜􀁤􀁭􀀡􀀺􀁡􀁬􀁾􀁜􀀲􀁦􀁬􀁏􀁏􀀮􀀮􀁴􀁓􀁉􀁾􀁣􀁥􀁨􀀮􀀵􀀧􀁰􀁾􀁴􀀮􀁤􀁯􀁣􀀠SP-lS 􀁾􀀠Ie, c) Placing a hot mix level up course (min thickness i-inch) with the use of blades and rollers, Laydown ( machine is not required, J d) Hot mix shall meet the requirements of TxDOT Type "D" mix. , , , ;" f L [., 􀁾􀁾􀀠I 􀁾􀀠L 􀁾􀀠􀁾􀀠r " L 􀁾􀀠. t_ ;l'" i . 􀁾􀀠􀁾􀀠􀁾􀀭􀀧􀀠r, 􀁪􀀺􀀧􀀧􀀺􀀡􀁥􀁲􀁩􀁾􀁯􀁮􀁜􀀧􀁬􀀨􀁘􀀩􀁏􀀮􀁉􀀮􀀧􀀵􀁉􀁜􀁳􀁰􀁣􀁯􀁉􀀺􀂫􀀻􀁨􀁾L<.kx: SP-\6 L.