HomeMy WebLinkAboutRes 00-45 Authorizing a Contract with Leigh EngineeringTOWN OF WESTLAKE
RESOLUTION 00-45
A RESOLUTION OF THE BOARD OF ALDERMEN OF THE TOWN OF
WESTLAKE, TEXAS, AUTHORIZING THE TOWN MANAGER TO ENTER
INTO A CONTRACT IN THE AMOUNT OF $1,604,646.00 WITH LEIGH
ENGINEERING, 8908 AMBASSADOR ROW, DALLAS, TEXAS 75247, FOR
THE CONSTRUCTION OF THE TOWN'S DUCT BANK ALONG THE FUTURE
PRECINCT LINE ROAD, KIRKWOOD BLVD. AND SAM SCHOOL ROAD;
AND DECLARING AN EFFECTIVE DATE.
WHEREAS, the Town designed a duct bank as part of the Town's right-of-way
management strategy to consolidate the telecommunications conduit into one location.
The strategy will leave room in the right-of-way for other utilities, while also locating the
telecommunications conduit in a known location to reduce the risk of damage to the duct
bank.
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF
ALDERMEN OF THE TOWN OF WESTLAKE, TEXAS:
SECTION 1: That the Board of Aldermen of the Town of Westlake, Texas,
hereby authorizes the Town Manager to enter into a contract in the amount of
$1,604,646.00 with Leigh Engineering, 8908 Ambassador Row, Dallas, Texas 75247, for
the construction of theTown's duct bank along the future Precinct Line Road, Kirkwood
Blvd. and Sam School Road.
SECTION 2: That this Resolution shall become effective upon its passage and
approval.
PASSED AND APPROVED ON THIS 13th DAY OF NOVEMBER, 2000.
Via- .
Scott Bradley, Mayor
ATTEST:
&-nW Crosswy, Town Qcretary Trent O. Petty, Town MIdager
APPROVED AS TO FORM:
tomo r , Town Attorney
SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
NOVEMBER 2000
DON REDDING
LARRY SPARROW
SCOTT BRADLEY
MAYOR
BOARD OF ALDERMEN
FRED HELD - MAYOR PRO TEM
TRENT O. PETTY
TOWN MANAGER
W. JEFF WILLIAMS, P.E.
TOWN ENGINEER
TURNER ENGINEERS, INC.
CONSULTING ENGINEERS
TWO ENERGY SQUARE
4849 GREENVILLE AVE., SUITE 1200
DALLAS, TEXAS 75206-4130
PHONE: (214) 378-5200
GRAHAM ASSOCIATES, INC.
CONSULTING ENGINEERS & PLANNERS
616 SIX FLAGS DR., SUITE 400
ARLINGTON, TEXAS 76011
PHONE: (817) 640-8535
9'7 1,
Re
BUDDY BROWN
BILL FREY
TOWN OF WESTLAKE
TELECOMMUNICATIONS DUCTBANK
SPECIFICATIONS AND CONTRACT DOCUMENTS
TABLE OF CONTENTS
"A -
ADDENDUM NO. 3
Standard Form of Agreement/General Conditions/Bonds (Green)
F-Aveyl NY: V0 10111 TO 101
Bid Proposal Form (Yellow)
Boring Logs
FAW:
Q:$hl
, 1911]
Coring Logs
Note: On Page G-14 (Addendum No. 3) the word "Arbitration" (Paragraph G.6.05) has
been changed to read "Mediation.,'
2143785200
fOW-114 OF 71 A -w=
44
October
P_02
TurnerC-FG
Turner Critical facilities Group
Brian L. Eisenrich, Pi=
Managing Director
4849 Greenville Ave. Voice: 214-378-5200
Suite 1200 Fax: 214-378-5222
Dallas, T.- 75206 Cell: 214-912-1533
beisenrich@TUmerCFG.com www.Turno-rCFG.com
4849 Greenville Avenue • Suite 1200 • Dallas, Texas • 75206-4130 • Phone. 214-373-5200 a Fax. 214-378-6222
5. Bonds: Payment Bond; and
Performance Bond; and
Maintenance Bond
,• The contractor and the surety's representative
shall
complete All applicable Bond forms.
6. Power of Attorney or Certificate of Authority of Attorney(s)
In -Fact (issued by the surety's company)
7. Town of Westlake Certificate of Insurance form (to be completed by the
insurance company)
8. Affidavit Re Provision of Insurance (to be completed by the contractor
and Insurance company)
9. Indemnification by the Contractor (to be completed by the contractor)
10. Contractor's Certification of Worker's Compensation (to be completed by
the insurance agent)
11. Amendment CG 25 03 11 85 (Per Project) (provided by the insurance
company) .
NOTE: From October 1998, the form CG 25 03 03 97 Designated
ConstructionProject(s)•- Aggregate r. be avFrom that date, the Town of Westlake will accept such form, or the
most current that is available in the market instead of CG 25 03 11
85.
ailable.
Ar
,a) All signatures must be originals.
i The form CG 25 03 11 85 (or the most current one in use)
wwust be included as part of the contract,
(if it was part of the General Provisions and Requirements
i' Bid .: !
_
,c) Make sure the appropriate forms have
en correctly
notarized.
Im
oct-o5-00 02:40A
ar. .I O71
Item # 1: Bid date is moved to October 10, 2000
2143785200 P.03
Item # 2: Notice to Bidders, Instructions to Bidders, and Division One of the
Specifications are hereby issued to all present at the pre-bid
conference. (Note: Other Divisions of the Specifications are covered
by notes and/or details on the drawings.)
Item # 3: Furnish unit price per linear foot for concrete encasement for 2x12
Ductbank. Refer to Addendum Detail DET -1.1.
Item # 4: Furnish unit price per linear foot for concrete encasement for 5X5
Ductbank. Refer to Addendum Detail DET -1.2.
Item # 5: Furnish unit price per linear foot for alternate 5X5 Ductbank
configuration. Refer to Addendum Details DET -1.3 and 1.4.
END OF ADDENDUM #1
1of1
I
TOAD @ffi mri'-
2143785200
P.04
YY ESTLAKE
TURNER ENGINEERS, iNC
Ai ADDENDUM v1 DATE 1C!C4/EC
Oc-t-05-00 02:41A
2143785200 P.Os
IN
1 0
TurnerCRG
WESTLAKE
1614 C-4— �1- �"o EN6TNEEIRS, INC
DET -1.1
$ a iO/04/
_ADD:-:-NDUt-I 4 Dj&TF� 00
Oct -05-00 02:41A
SIDE VIEW OF kf,-*-VHOL-c & TRENCII
GROUND UNE
FU TJR I SAND
FOUR[ LATERAL DUCT BALIN
k5 - A, P'/C 1
SAND
kl4'N DUCT BANK
7, - 4' 0 V('
2143785200
9- N -C<
FLITiRE SAND
rUTURE LATEPAL DUCT TA��-K
15 4- FVC
LqO 0 G � b000
7
coda ! L-- SAND*
loc000
100000
(001)00 MA n �Jfl-1 8AN-K
0�n 25 _ 4. P VC
,C
4�
HN
11
SANC' SAND Ml
T7=M=T =Tp::
P-06
TurnerCFG
T- G�
1640
5 M
WESTLAKE
TURNER ENGINEERS, INC. DET -1.3
ADDENDUM #1
Oct -05-00 O2:42A 2143785200 P_O7
CUT - VIEW OF TRENCH
GR L 0 UNE
WTH BACKFILL TRENCH
WITH tYIDEBRIS ERE
MATERIAL TAMP G
( r-
TO 957. COk±P?:CTIOr:
i-1. NARNINi, TAPE
'CUSHION SAND
I1,ATERA!I-
I -E � DUCT BANK
-`
Fl
WA
RNING TAPE
i U3HION SAND
DUCT BANK
BACK HONE
TurnerCFG
ESTLAKE
• t>a�.. o t,�:.• [.atoms. �•. r
TURNER ENGINEERS, INC.
•t. [�.-v[-sza t6Av
ADDENDUM ff1 DATE: 10/04/00
Sent By: Turner Engineers, Inc.; 214 378 6222, Oct -6-00 3:02PM; Pac
Sent By: Turner Engineers, Inc.; 214 378 6222;
Oct -6-00 3:02PM; Page 3/3
Item # 1: Bid date for Telecom Duct Bank Project #2000-001 is moved to
November 2, 2000, 2 p.m. (CST).
Item # 2: Mandatory Pre-bid conference to be held at Town Hall October 25,
2000, 1 p.m. (CST).
END OF ADDENDUM #2
1 Of 1
ADDENDUM NO. 3
t0 the
SPECIFICATIONS
AND
CONTRACTS DOCUME T
FOR
TELECOMMUNICATIONS DUCTBANK
OCTOBER 13, 2000
TOWN OF WESTLAKE
SCOTT BRADLEY
MAYOR
BOARD OF ALDERMEN
i .O. ,RRATEIV
DON REDDING BUDDY BROWN
LARRY SPARROW BILL FREY
TRENT O. PETTY
TOWN MANAGER
W. JEFF WILLIAMS, P.E.
TOWN ENGINEER
�P a
TURNER ENGINEERS, INC. gE •., , 7N,.. t
CONSULTING ENGINEERS �s�,•'• is{g
TWO ENERGY SQUARE ��
4849 GREENVILLE AVE., SUITE 1200.......................
....1.•..... WILLIAMS
.. a .
DALLAS, TEXAS 75206-4130 ®®. , ........
PHONE: (214) 378-520065174 ••��
GRAHAM ASSOCIATES, INC. li%%OtiAL
CONSULTING ENGINEERS & PLANNERS
616 SIX FLAGSyDR., SUITE 400
ARLINGTON, TEXAS 76011
PHONE: (817) 640-8535
e
TOWN OF WESTLAKE, TEXAS
TELECOMMUNICATIONS DUCTBANK
Bids to be opened Thursday, November 2, 2000 at 2:00 p.m.
ADDENDUM NO. 3
October 13, 2000
The following modifications, clarifications, additions, or deletions shall be made to the
appropriate sections of the Contract Documents:
AWARD OF CONTRACT:
Clarification:
It is the intent of the Town of Westlake to issue the remaining plan and profile sheets,
SWPP and tree protection details on or before October 20, 2000 in order to allow
sufficient time for interested bidders to review the complete design of the
Telecommunications Ductbank prior to the second mandatory pre-bid meeting. The
second mandatory pre-bid meeting will be held on October 25, 2000 at 1:00 p.m at the
Town Hall, 3 Village Circle, Suite 207, Westlake, Texas 76262.
The Town of Westlake intends to receive bids by 2:00 p.m., November 2, 2000 at the
Town Hall. The Town intends to award the contract for the telecommunications
ductbank at the first November Board of Aldermen meeting, which will be held on
Monday, November 13, 2000.
BID PROPOSAL:
Clarification: The contract for this project will be unit price contract. The Bid
Proposal will be reissued with Addendum No. 4 and will be similar to the Bid
Proposal included with Addendum No. 1.
SPECIFICATIONS:
Modification: All previously issued versions of the specifications for this project
are superceded by the specifications included with this addendum.
PLANS:
Modification/Clarification:
The plans and specifications issued immediately following advertisement (under
separate covers) will be completely superceded by plans and specifications
issued with this addendum and Addendum No. 4. Plans to be issued with
Addendum No. 4 will include plan and profiles for Telecommunications Ductbank
along Kirkwood Blvd. and Sam School Road. The complete Bid Proposal will
also be included with Addendum No. 4. Details and specifications included with
this addendum will be applicable to installation of ductbank in Kirkwood and Sam
School Road also.
RECEIPT OF THIS ADDENDUM SHALL BE ACKNOWLEDGED IN THE
APPROPRIATE SPACE IN THE CONTRACTOR'S BID PROPOSAL
krol*ld
PART A: NOTICE TO BIDDERS
PART B: INSTRUCTION TO BIDDERS
IB -1-3 INSTRUCTIONS
BP -1 BID PROPOSAL
- BID FORM
- BIDDERS REQUIREMENTS
- AFFIDAVIT RE PROVISION OF INSURANCE
- INDEMNIFICATION BY CONTRACTOR
- SUBMITTAL DOCUMENT
- EXPERIENCE RECORD
PART C: CONTRACTS AND BONDS
SF -1-2
STANDARD FORM OF AGREEMENT - CONTRACT
SF -3
CORPORATE ACKNOWLEDGMENT
SF -4
PARTNERSHIP ACKNOWLEDGMENT
SF -5
SINGLE ACKNOWLEDGEMENT
PB -1
PERFORMANCE BOND
PB -2
PAYMENT BOND
PB -3-4
MAINTENANCE BOND
SI -1
CERTIFICATE OF INSURANCE
SI -2
CONTRACTOR'S CERTIFICATION OF WORKERS' COMPENSATION
PART G: GENERAL PROVISIONS AND REQUIREMENTS
SECTION G-1
DEFINITIONS OF TERMS AND ABBREVIATIONS
SECTION G-2
PROPOSAL REQUIREMENTS AND CONDITIONS
SECTION G-3
AWARD AND EXECUTION OF CONTRACT
SECTION G-4
SCOPE OF WORK
SECTION G-5
CONTROL OF THE WORK AND MATERIALS
SECTION G-6
LEGAL RELATION AND PUBLIC RESPONSIBILITY
SECTION G-7
PROSECUTION AND PROGRESS
SECTION G-8
MEASUREMENT AND PAYMENT
PART CS: CONSTRUCTION SPECIFICATIONS
DIVISION 01 - GENERAL REQUIREMENTS
SECTION 01000
GENERAL NOTES
SECTION 01010
SUMMARY OF WORK
SECTION 01050
COORDINATION
SECTION 01160
HYDRO -MULCH SEEDING
SECTION 01320
PROGRESS REPORT
SECTION 01515
TEMPORARY WATER
SECTION 01516
SOLID WASTE DISPOSAL
SECTION 01533
BARRICADES
SECTION 01562
DUST CONTROL
SECTION 01572
FLAGMEN
SECTION 01710
CLEAN UP
SECTION 02200
SAND BACKFILL
TOWN OF WESTLAKE
DEPARTMENT OF PUBLIC WORKS ADVERTISEMENT FOR BIDS
Sealed bids addressed to the Town for the construction of a telecommunications
utility ductbank (underground ductbank) are requested no later than (NLT) 2:00
p.m., Thursday, November 2, 2000 (CST). Each Proposer shall identify his
sealed Proposal by typing on the outside of the envelope:
TOWN OF WESTLAKE
BID #00-01
ATTN: GINGER CROSSWY
TOWN SECRETARY
3 VILLAGE CIRCLE, STE. 207
WESTLAKE, TX. 76262
The Town shall receive, publicly open and read aloud the names of the
proposers in the Town Hall located at 3 Village Circle, Ste. 207 in the Town of
Westlake at 2:00 p.m. on Thursday November 2_,_2000. All bidders are welcome
to attend.
All responses and requests for clarification/information shall be addressed in
writing to:
TOWN ENGINEER
TOWN OF WESTLAKE
3 VILLAGE CIRCLE, SUITE 207
WESTLAKE, TX 76262
Or email:
Beisenrich@teinet.com
Vfritz@teinet.com
All email requests shall be titled: Telecommunications Utility Ductbank.
Respondents may also fax questions/comments to:
Turner Engineers, Inc.
(214) 378-6222
Attention V. Fritz AND B. Eisenrich.
Formal responses to all applicable questions will be posted on the Town's web
site wvw.westiake-tx.org within 24 hours.
SCOPE OF WORK
The underground ductbank consists of approximately 18,000 linear feet of utility
construction along future Precinct Line Road at the southern Town limits traveling
north to Kirkwood Blvd, and terminating at the northeastern Town limits, in
addition to a branch along Sam School Road tapped from Kirkwood Blvd. The
underground ductbank is constructed of twenty four (24) four inch (4") conduits in
a 2X12 configuration, routed approximately six (6) feet below finished grade.
The underground ductbank shall be installed per the Contract Documents in
every detail, to include manholes, pull boxes, racking hardware, and other
appurtenances required for a complete and functional installation.
Plans and Specifications have been sent to the qualified bidders who attended
the mandatory pre-bid conference. A deposit of $200.00 will be required, which
will be refunded if the documents are returned in good condition within three (3)
days of bid opening. The Contractor is also required to be familiar with the
additional governing specifications:
North Central Texas Council of Governments Public Works Specifications
Town of Westlake Public Works Specifications
There will be an additional mandatory pre-bid conference at 1:00 p.m.
Wednesday October 25", in the Town Hall. Failure to attend the pre-bid
conference required by the Contract Documents will result in bids returned
unopened to Respondent. Submission of bid and award of Contract by a
Respondent indicates their acceptance of the requirements of the Contract
Documents and associated governing Specifications. The Town of Westlake
reserves the right to reject any or all bids, and to waive any formalities. The
Town of Westlake is committed to the ideals of equal opportunity, and strongly
encourages participation by NUB/MBE/WBE business enterprises.
The work to be done as covered by these contracts and specifications
consists of the furnishing of all labor, materials, equipment, and incidentals
for the installation of telecommunications ductbanks in the Town of Westlake.
In the bid proposal, the bidder shall fill in the blanks for the "Total Unit Price"
and the "Total Price." For those copies of the contracts that are to be
executed, the "Unit Price Labor" and "Unit Price Materials" shall, in addition,
be filled in by the bidder who is awarded the contract.
See Section G2 - Proposal requirements and conditions.
3. INTERPRETATION OF QUOTED PRICES
In case of difference between the written words and any figure in a proposal,
the amount stated in writing will be considered as the bid. The contract
method will be unit pricing based on actual lengths of duct bank installed.
4. DISCREPANCIES IN BIDS
In case of lack of clearness of a proposal, the owner will adopt the most
advantageous construction thereof or reject the bid.
5. UNBALANCED BIDS
Unreasonable or unbalanced unit prices will be cause for rejection of any
bids.
6. INTERPRETATION OF SPECIFICATIONS
Any questions as to the meaning of any specifications will be answered by
addendum which will be sent to all who have been furnished with contract
documents and plans.
The Contractor, in so far as is practicable, will be expected to give preference
to employment of local citizens.
The Contractor shall furnish all materials, regardless of their nature except
as noted in the special provisions and/or plans.
RI
9. MANUFACTURERS CERTIFICATE
The Contractor shall furnish, if the owner so requests, a certificate from
each of the manufacturers whose materials are used on this project stating
that the materials and supplies fulfill or exceed the requirements set out in
these specifications.
10. AFFIDAVIT OF BILLS PAID
Prior to final acceptance of this project by the owner, the contractor shall
execute an affidavit that all bills for labor, material, rental, subcontractor's
work and any other incidentals have been paid in full and there are no claims
pending of which he has been notified.
11. PLANS TO CONTRACTOR
The contractor will be furnished with three (3) sets of plans. Should he
desire more than three (3) sets, he may buy them for $50.00 per complete
set.
12. LABOR CLASSIFICATION AND MINIMUM WAGE SCALE
Attention is called to the fact that a minimum scale of wages to be paid to
employees engaged in the work under this contract does not release the
contractor from compliance with any state wage law that may be applicable.
The contractor shall abide by the wage and hour laws of the state and must
not pay less than the rates prescribed.
13. TIME ALLOWED FOR CONSTRUCTION
The contractor shall commence work in not more than 30 calendar days after
the work order has been issued and shall be substantially complete within
150 calendar days of issuance of the work order. Liquidated damages shall
be charged in the amount of $5,000 per day for not completing the work
within the alloted time. The days charged shall begin at the earlier of the
date the contractor proceeds with construction or 30 calendar days after the
work order has been issued by the Town of Westlake. The Contractor shall
submit in writing to the Town any request for additional time due to weather
delays. The Contractor may bid a shorter time of completion, which will be
considered by the Town in evaluation of the bids. The bid proposal will have
a place for the bidder to reflect the construction time.
14. SPECIAL INFORMATION - SALES TAX
The owner qualifies as an exempt agency as defined by the statutes of the
State of Texas. The Contractor shall comply with al statutes and rulings of
the State Comptroller. The Contractor will be required to complete and
execute, at the time of executing the Contract, the "CONTRACTOR
COMPLIANCE TO TEXAS SALES TAX CODE" which follows the proposal.
I
15
All authorized change orders will include a "Statement of Materials and Other
Charges". On unit price contracts, a final change order will be required to
make final adjustment to reflect actual costs for sales tax data.
The Contractor shall furnish and maintain during the life of the contract
adequate Worker's Compensation and Commercial General Liability (Public)
Insurance in such amounts as follows:
Type of Insurance
1. Workerman's Compensation
2. Commercial General
Liability (Public)
As set forth in the Worker's
Compensation Act.
Each Occurrence $500,000
General Aggregate $1,000,000
Products Comp/Ops Agg.$1,000,000
The Town of Westlake shall be an additional insured on the Commercial
General Liability (Public) Insurance Policy furnished by the Contractor.
Each insurance policy shall contain a provision requiring that thirty (30) days
prior to expiration, cancellation, non -renewal or any material change in
coverage, a notice thereof shall be given by certified mail to the Town of
Westlake, 3 Village Circle, Suite 207, Westlake, Texas 76262.
Companies issuing the insurance policies shall have no recourse against the
Town for payment of any premiums or assessments for any deductibles
which are at the sole responsibility and risk of the Contractor.
Proof that the insurance is in force shall be furnished to the Town.
The coverages provided herein shall be primary and noncontributory with any
other insurance maintained by the Town of Westlake, Texas, for its benefit,
including self insurance.
In the event any insurance policy shown on the Certificate of Insurance has
an expiration date that is prior to the completion and final acceptance of the
project by the Town of Westlake, the Contractor shall furnish the Town proof
of identical continued coverage no later than thirty (30) days prior to the
expiration date shown on the Certificate of Insurance.
The Contractor shall not commence work on any Contract in the Town of
Westlake until the Contractor has obtained all the insurance required under
this paragraph and such insurance has been approved by the Town.
R:
(Bid Form To be included with Addendum No. 4)
MW
FB-�DDERS REQUIREMEETS
(Must be signed by the Contractor)
The Town of Westlake wishes to thank you in advance for bidding on this
project. Please be aware of the following requirements for bidding flown of
Westlake work. It is important that you read and understand these
qualification factors in order to achieve a rapid and smooth completion of the
process. Correctly completing the forms (such as CG 25 03 11 85 form, if it's
required) will affect how quickly the order "to proceed" and "to start the
project" will be issued. All pertinent documents required by law and these
instructions must be correctly completed. A successful completion of them,
will not only benefit the Town of Westlake, but also you as the contractor,
because among other things, the money reserved for the project will be ready to
be used in your project and prompt scheduled payment may be made without
any further delays. If you are unable to comply with formal requirements or
fail to exercise due diligence in completing the required contract forms, the
contract may be awarded to the next lowest bidder for the reason time is of the
essence in these projects.
THE FOLLOWING FORMS MUST BE COMPLETED BY THE CONTRACTOR AND
IT'S INSURANCE COMPANY:
1. Proposal (to be completed by the contractor)
2. Experience Record (to be completed by the contractor and must be
notarized)
3. Standard Form of Agreement (to be completed by the contractor)
4. Corporate Acknowledgment; or
Single Acknowledgment; or
Partnership Acknowledgment
NOTE: Which ever is applicable to the contractor, just one must b,,�;-
completed, and shall be notarized.
im
POWER OF ATTORNEY
UNITED STATES FIRE INSURANCE COMPANY 139859
PRINCIPAL OFFICE, NEW YORK, N.Y.
KNOW ALL MEN BY THESE PRESENTS: That the UNITED STATES FIRE INSURANCE COMPANY a Corporation duly
organized and existing under the laws of the State of New York, and having its administrative offices in the Township of Morris, New
Jersey, has made, constituted and appointed, and does by these presents make, constitute and appoint Donald E. Bowles, Jr., Bill
Henry, John D. Fulkerson, Jane Passino, Kae Gibbons, Michele Degnon, and Donnie Doan of Dallas, Texas, each
its true and lawful Agent(s) and Attorneys) -in -Fact, with full power and authority hereby conferred in its name, place and
stead, to execute, seal, acknowledge and deliver: Any and all bonds and undertakings ------------------- -----------w_____ _
-------------------------
- ------------------------
and to bind the Corporation thereby as fully and to the same extent as if such bonds had been duly executed and
acknowledged by the regularly elected officers of the Corporation at its offices in Morris Township, New Jersey, in their
own proper persons.
This Power of Attorney limits the act of those named therein to the bonds and undertakings specifically named therein,
and they have no authority to bind the Company except in the manner and to the extent therein stated.
This Power of Attorney revokes all previous powers issued in behalf of the attorneys) -in -fact named above.
IN WITNESS WHEREOF the United States Fire Insurance Company has caused these presents to be signed and attested
by its appropriate officers and its corporate seal hereunto affixed this 5`h day of October , 2000.
F s �E Attest:
5
Assistant Secretary
__ Herbert H. Linder
STATE OF NEW JERSEY)
ss.:
COUNTY OF MORRIS )
UNITED S TES FIRE SURANCE COMPANY
r
for Vice President
Peter J. Daly
On this "5th day of October. 2000, before the subscriber, a duly qualified Notary Public of the State of I�'e�v Jersey, came
the above-mentioned Vice President and Assistant Secretary of United States Fire Insurance Company, to me personalhv
known to be the officers described in, and who executed the preceding instrument, and they acknowledged the execution
of the same, and being by me duly sworn, deposed and said, that they are the officers of said Company aforesaid, and that
the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate Seal and their
signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction
of the said Company.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my seal at the Township of Morris, the day and
year first above written.
(Sizn
gned)
(Seal) Notary Public
Catherine A Sincavage
Notary Public of New Jersey
MY Commission Exoires July
DATE (MM/DD/ Y)
OYM Of WBS fl 8 CERTIFICATE OF INSURANCE 12-1-00
tx�ary Henry Bowles Troy,TT, THIS CERTIFICATE IS ISSUED AS A MATE
TR OF INFORMATION ONLY AND CON -ERS NO :
_l 12700 Park Central #1700 ADDITIONAL RIGHTS UPON THE CERTIFICATE HOLDER- THIS CERTIFICATE DOES NOT
AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES E=LOYV
Dallas, TX 75251
IVJUfI�U
Leigh Engineering, Inc.
L, Rone Engineers, Inc.
Ambassador Row Inv. LC
8908 Ambassador Row
Dallas, TX 75247
CUM1tPAN1�S AFFORDING COl•'RA"E
CO .tPANY
A American Int'~ Specialty Lines Ins. Co.
COMPANY
B FTnnl n�rrn�rMut-iia-1C'
- asiia l +v
COMPANY
C
COMPANY
D
THIS IS TO CERTIFY TO THE DIRECTOR OF PUBLIC WORKS THAT =_ FOL LOWING POLICIES OF INSURANCE, SUBJECT TO THEIR TERMS, CONDI T IONS AND EXCLUSiDNS -.A,
ISSUED BY THE COMPANIES COVERING THE INSURED NAMED E=OW FOR THE TYPES OF OPERATIONS AND AT THE LOCATIONS DESCRIBED HEREIN. ri IS UND.RS; OsD Ap;r- I
~GREED THAT NONE OF THE POLICES REFERENCED HEREIN WE—' =E CANCELED, CHANGED, REDUCED IN COVERAGE, OR ALLOWED TO EXPIRED WITHOUT AT LEA -ST
RYS ADVANCE WRI T i EN NOTICE BY CERTIFIED MAIL TO 7r.= DIRECTOR OF PUBLIC WORKS AT THE ADDRESS LISTED UNDER C_RTI=ICATE HOLDER BELOW. `
TYPE OF LIASILITY 7 POLICY NUMBER i EFFECTIVE EXPIRATION LIMITS
? �{ -DATE DATE
�-
GENERAL' LIABILITY i _ _. _ _ G -NERAL AGGR=GATE
LX' COMM GEN L Relu Y PRO 619 0119 8 - 2 0 - q 0 8 - 2 0 - _jf�2cuu 0
I i CLAIMS MADE PERSONAL d ADV INJURY --
I CITY ADDITIONAL INSURED
-
F.UTOMOBILE LIABILITY
A -NY AUTO
i
S a ALL OWNED AUTOS
B FRO?RIETTORI.=ARTNERS.'
:
SCHEDULED AUT OS
I i HIRED AUTOS
-I-
NON -OWNED AUTOS
I
C1, Y ADDITIONAL INSURED—
+ i
I OTHER
GE LIABILITY
l ANY AUTO
_ _
7
) cm• ADDiTIONA.L ENSURE[)
I
-
) EXCESS LIA31UTY
UMBRELLA FORM
j OTHER THAN UMBR
CITYADDITIONALINSURED
-
WORK=RS' COMPENSkTiON
j EMPLOYER LIABILITY
B FRO?RIETTORI.=ARTNERS.'
:
INCLUDED
EXE CUT I,EEE OF PIC ER AR
INCL j EXCL
PRIA, sk Builde!5 Risk
NAMED INSURED
I OTHER
CHECKMARK
Ptcrtrscs"JpmGonz
S�r�^oMhi«Ct-tar;Ness
Preduc:s• veno:. Cgeru..ns
OwneriCorL�_ .r.' Pete_.•e
A
EACH OCCURRENCE } n n
FIRE DAMAGE(arry ene 5re)_ %'1 .+5 t{ O O
MED EXP (any one person) UU.
COMBINED SINGLE LIMIT t c
BODILY INJURY (pc person)
SCDILY INJURY (per acddent) S c
PROPERTY DAMA --
AUTO ONLY -E,: ACC:DERT
OTHER 7H_N A T O ONLY:
EACH CDENT
EACH OCCURRENCE-
AGGREu=.TE i
I STATUTORY I-141 S -- -- I
8-20-068-20-01? HR IDEM; --
i i-- 1i_00000
I DISEASE - POL_Y LIbL'T I _ 1
DIS -EASE -EACH E!d?! pYE_ I La t I • t
J
7 1
-'ACHED TO THESE POLICIES
CG 2503 -Am,r ,d Aggregate Uire cf insa-a "�
F,q�iosion. C.ft ?s d Lh dergro d : anage ;XC.;•
iFxc d 2ouh, Iryvy ` i -. oaG Form PC ! Personal Injury, wig erroloyme:t ez�.-sior, eeietr S
EP
ERTIFICATE HOLDER�. , - / iJ , 1 ' •CEL I.:TICfi
: I
HE TOWN OF WESTLAKE has been named an additional ins_,red by an endorsement to the Should any of the above described policies be canoe_
coverages, other than Workers' Compensation and Em ;oyer_' Liability, listed herein with he e- iration date thereo`, the- issuine company wL.
t P Y ## before t ..p n
regard to the Insured's activities under this Project and all premiums arising from the mail at leas' thirty (30) days advance written; n -`ice
overages herein shall be the responsibility of the Insured_ certificate hoider by certified mai. v
1
—
' S;.aeC to xic.• ler-t;. rnnditons enc e� mons, spedfiC Cor -z` :; E;aDiUy ccs= -•-e :s :.-w Gr' zs tatows:
i _, -_ � Authgr.Zed RepresAr`ative j' i
C•r�' fo: [abi:N assumed Dv :�e Ins:: ed tRider 5 Con,z� w:^, tie Dow,: c":. szke ter Vie ooeraDorvs des :-.bed herei2 j
'rT F` Conte zes between Vie L^s:: eC and :ie Town of Wesya�e / � i
On this -L-St day ofDeCemberl9 0persor i� aopearec Walter Dela Rosa an zvhorize: representative of
t _S�}a v
1\ name o. p. �c::ce j loop,+-. = me to be L'ie person whose name is subscribed to Lie fore eine irsVumen' and
4N'o,—.rvp
d to m : he'she exec- .ed the me for Lie o; _ose of p•v-.-r_ ;^a; Lie Irsure";is co,ered by -he policies of insurance indicate^ b w
ffAEGIIBBONS
j I. • lL) F® J® cNota y Public
' an .'or Lhe 5 ote of 1,� My .. :ssion Expires .7t8t6 VI 1®Y+S$
4 o• Comm. Exp. 6-23-2004
.Note: Similar form may be used.
CST 1
M
R
Contractor's Certificat• of
• Compensation
I, Walter DeLaRosa
representative of Employers Mutual. Casualty
(insurance company)
that the workers' compensation policy, of
Leigh Engineering, enc., on the "Certificate
(contractor's compar_ � )
meets all current Texas stale laws and requirements.
B:
Y
(Signature)
Title: �i/` //Z,� /
t
an authorized
_, do certify
the insured
of Insurance"
Address: 12700 Park Central "1700
Dallas, TX 75251
Date: 12-1-00
On this lst day of December 2000 , personally appeared
Walter DeT�aRosa an authorized representative of
Employers Mutual Casualty known to me to be the person whose
name is subscribed to the foregoing instrument and acknowledged to me that
he/she executed the same for the purpose of certifying that the Insured is
covered by workers' compensation in accordance with current Texas state laws.
My commission e 'air es:
i
KAE GIBBONS
Notary Public
State of Texas
Gomm. Exp. 6-23 2104
SI -2
AFFIDAVIT RE PROVISION OF INSURANCE
I have discussed the insurance requirements of this project with my
insurance provider and have supplied them with the portion of the
Instructions to Bidders that contains the insurance specification. I
understand that a failure to provide the insurance coverages required and
proof of same is grounds for rejecting my bid.
M
NAME
TITLE
I HAVE REVIEWED THE INSURANCE REQUIREMENTS CONTAINED
IN BID # AND DETERMINED THAT OUR AGENCY CAN
PROVIDE THE NEEDED COVERAGES. I WILL EXECUTE AN UNMODIFIED
CERTIFICATE OF INSURANCE REFLECTING THE REQUIRED COVERAGES
ONCE THE CONTRACTOR HAS ACQUIRED THE COVERAGES FROM US.
MTJ�
Cnsurance Company DatT
Town shall not be liable or responsible for, and shall be saved and held harmless by
Contractor from and against any and all suits, actions, losses, damages, claims, or
liability of any character, type, or description, including all expenses of litigation, court
costs, and attorney's fees for injury or death to any person, or injury to any property,
received or sustained by any person or persons or property, arising out of, or
occasioned by, directly or indirectly, the performance of Contractor under this
agreement, including claims and damages arising in part from the negligence of Town,
without; however, waiving any governmental immunity available to the Town under
Texas law and without waiving any defenses of the parties under Texas law. The
provisions of this indemnification are solely for the benefit of the parties hereto and
not intended to create or grant any rights, contractual or otherwise, to any other
person or entity.
It is the expressed intent of the parties to this Agreement that the indemnity provided
for in this section is an indemnity extended by Contractor to indemnify and protect
Town from the consequences of Town's own negligence, provided, however, that the
indemnity provided for in this section shall apply only when the negligent act of Town
is a contributory cause of the resultant injury, death, or damage, and shall have no
application when the negligent act of Town is the sole cause of the resultant injury,
death, or damage, unmixed with the legal fault of another person or entity.
Contractor further agrees to defend, at its own expense, and on behalf of Town and in
the name of Town, any claim or litigation brought in connection with any such injury,
death, or damage.
The Contractor will secure and maintain Contractual Liability insurance to cover this
indemnification agreement that will be primary and noncontributory as to any
insurance maintained by the flown for its own benefit, including self-insurance. In
addition, Contractor shall obtain and file with Town a Town of Westlake Certificate of
Insurance evidencing the required coverage.
Company Name (Contractor)
Title
M.
THE UNDERSIGNED BIDDER AGREES TO COMMENCE WORK WITHIN TEN (10)
DAYS AFTER THE DATE OF WRITTEN NOTICE TO COMMENCE WORK, AND TO
SUBSTANTIALLY COMPLETE THE WORK ON WHICH HE HAS BID WITHIN 150
CALENDAR DAYS AS PROVIDED IN THE GENERAL CONDITIONS OF
AGREEMENT.
ENCLOSED WITH THIS PROPOSAL IS A CASHIER'S OR CERTIFIED CHECK
FOR 5% Greatest Amount Bid
($ 5% GAB ) DOLLARS, OR A PROPOSAL BOND IN THE SUM OF
DOLLARS, WHICH IT IS AGREED SHALL BE COLLECTED AND RETAINED BY THE
OWNER AS LIQUIDATED DAMAGES IN THE EVENT THIS PROPOSAL IS
ACCEPTED BY THE OWNER WITHIN SIXTY (60) DAYS AFTER THE DATE
ADVERTISED FOR THE RECEPTION OF BIDS AND THE UNDERSIGNED FAILS TO
EXECUTE THE CONTRACT AND THE REQUIRED BOND WITH THE OWNER,
UNDER THE CONDITIONS HEREOF, WITHIN TEN (10) DAYS AFTER THE SAID
PROPOSAL IS ACCEPTED BY THE OWNER AND RECEIVED BY THE
UNDERSIGNED; OTHERWISE, SAID CHECK OR BOND SHALL BE RETURNED TO
THE UNDERSIGNED UPON DEMAND.
THE UNDERSIGNED HEREBY DECLARES THAT HE HAS VISITED THE SITE AND
HAS CAREFULLY EXAMINED THE CONTRACT DOCUMENTS RELATIVE TO THE
WORK COVERED BY THE ABOVE BID.
RESPECTFULLY SUBMITTED:
:T
List of projects bidder has successfully completed:
Amount of Date Name and Address
Contract Award Type of Work Accepted of Owner
List of projects bidder is now engaged in completing:
Amount of Date Name and Address
Contract Award Type of Work Accepted of Owner
List of Surety Bonds in force on the above uncompleted work:
Amount of Amount of Name of Surety
Contract Award Bond Company
Acknowledgment on next page must be filled in.
Submitted by:
with principal office at
•619 •
Date Incorporated
Under the Laws of
Executive Officer
State of _
County of
is the
(State)
(Title)
a partner
an individual
a corporation
•. .
Date Formed
State whether partnership is
general limited or associated.
List of Members:
being duly sworn, deposes and says that he
of
(Name of Organization)
and that the answers to the foregoing questions on the attached forms and all
statements herein are true and correct; that the experience record is made a part of this
affidavit as through written in full herein, and all statements and answers to questions
given in the above mentioned experience record are true and correct.
Sworn to before me this
20
My Commission Expires:
(Seal)
(Signature)
day of
Notary Public
STANDARD FORM OF AGREEMENT
As Adopted By
THE TEXAS SECTION OF THE AMERICAN SOCIETY OF CIVIL ENGINEERS
October 7, 1971
Revised November 17, 1928
Revised April 15, 1932
Revised October 27, 1934
Revised October 19, 1945
Revised April 28, 1954
Revised April 21, 1960
Revised October 7, 1971
Approved as to Legal Form by
Legal Council
STATE OF TEXAS
COUNTY OF DALLAS
THIS AGREEMENT, made and entered into this 29th day of November
2000 , A.D., by and between THE TOWN OF WESTLAKE of the County of TARRAN'T and State of
Texas, acting through the MAYOR thereunto duly authorized so to do, Parry of the First Part, hereinafter
termed OWNER, and Leigh Engineering Inc
(Contractor's Company)_ of the City of Dallas
County of Dallas and State of Texas
Parry of the Second Part, hereinafter termed CONTRACTOR
WITNESSETH: That for and in consideration of the payments and agreements hereinafter
mentioned, to be made and performed by the Party of the First Part (OWNER), and under the conditions
expressed in the bond bearing even date herewith, the said Party of the Second Part (CONTRACTOR),
hereby agrees with the Party of the First Part (OWNER), to commence and complete the construction of
certain improvements described as follows: Town of Westlake Telecommunications Ductbank
(Name of Project) and all extra work in connection therewith, under the terms as stated in the General
Conditions of the Agreement and at his (or their) own proper cost and expense to furnish all 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 Notice to Contractors, General and Special
Conditions of Agreement, Plans and other drawings and printed or written explanatory matter thereof and
SF -1
the Specifications and addenda therefor, as prepared by Graham Associates Inc. herein entitled
ENGINEER, each of which has been identified by the CONTRACTOR and the ENGINEER, together
with the CONTRACTOR written Proposal, the General Conditions of Agreement, and the Performance
and Payment Bonds hereto attached; all of which are made part hereof collectively evidence and
constitute the entire contract.
The CONTRACTOR hereby agrees to commence work within thirty (30) calendar days
after the date written notice to do so shall have been given to him, and to substantially complete the same
within 154 calendar days after the date of starting construction which shall be within
thirty days of notice to commence work. (For Each Schedule)
The OWNER agrees to pay the CONTRACTOR in current funds the price or prices
shown in the proposal, which forms part of this contract, such payments to be subject to the General
Provisions and Technical and Special Provisions of the contract.
IN WITNESS WHEREOF, the parties to these presents have executed this Agreement in
the year and day first above written.
TOWN OF WESTLAKE
Party of the First Part
(OWNER)
By:
SCOTT BRADLEY, MAYOR
ATTEST: ATTEST:
GINGER CROSSWY, TOWN SECRETARY
Leigh Engineering, Inc.
Party of the Second Part
(CONTRACTOR)
By:
Richard Leligh,'President
CORPORATE ACKNOWLEDGMENT
THE STATE OF Texas }
COUNTY -OF Dallas }
BEFORE ME, the undersigned authority, a Notary Public in and for said County and
State, on this day personally appeared:
_ Richard Leigh President
(Print Name) (Print Title)
of Leigh Engineering, Inc. , known to me to be the person and
(Company Name)
officer whose name is subscribed to the foregoing instrument, and acknowledged to me that the
same was the act of the said Leigh Engineering, Inc. a corporation,
(Company Name)
that he was duly authorized to perform the same by appropriate resolution of the board of
directors of such corporation and that he executed the same as the act of such corporation for the
purposes and consideration therein expressed, and in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this the _ day of
December , A.D., 20 00.
aN2Public In and For
County, 11,140
My Commission expires:
ll FANNY BURROW
I
/9 MY COMMISSION EXPIRES
�� ocros� s, aaciz
A
SF -3
PARTNERSHIP ACKNOWLEDGMENT
THE STATE OF §
COUNTY OF §
BEFORE ME, the undersigned authority, a Notary Public in and
for said County and State, on this day appeared:
M
(Print Name)
(Company Name)
(Print Title)
a partnership, known to me
to be the person and partner whose name is subscribed to the foregoing
instrument and acknowledged to me that the same was the act of the said
a partnership, and that he/she was
duly authorized as a partner of such partnership to perform same for the purpose
and consideration therein expressed, and in the capacity therein stated.
GIVEN UNDER MY ILND AND SEAL OF OFFICE this the
day of , A.D., ZO_
Notary Public In and For
County,
My Commu ision Expires:
SF -4
BEFORE ME, the undersigned authority, a Notary Public in and for said County
and State, on this day personally appeared:
'S Co-++ (3 -a t C v -- t� 0 t'
(Print Name) (itle)
known to me ' to be the person whose name is subscribed to the foregoing instrument, and
acknowledged to me that he/she executed the same for the purposes and consideration therein
expressed.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this the I I 1"`day of
. ,
A. D., 2060
PG@� GINGER CROSSWY c
(Votary Public TEX
STATE o� ryas Notary Public In an r
r�
c MY Comm. Exp. x2122 M4 County,
My Commission Expires:
EXECUTED IN FOUR (4)
COUNTERPARTS
STATE OF TEXAS
COUNTY OF TARRANT
PERFORMANCE BOND
BOND No. 61022603 79
KNOW ALL MEN BY THESE PRESENTS: That LEIGH ENGINEERING, INC.
(contractor's company) of the City of DALLAS County of DALLAS and the
State of TEXAS , as principal and UNITED STATES FIRE INSURANCE COMPANY (surety
company) authorized under the laws of the State of Texas to act as surety on bonds for principals, are
h6�hf0i my bond unto Town of Westlake (Owner), in the penal sum of
LI , SIX HUNDRED FOUR THOUSAND Dollars ($_ 1,604,646-00 i for the
payment whereof, the said Principal and urety bind themselves, and their heirs, administrators,
executors, successors, and assigns, jointly and severally, by these presents:
WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the
29TH day of NOVEMBER 20 00 to TOWN OF WESTLAKE TELECOYLMINICATIONS
DUCTBANK (name of project) which contract is hereby referred to and made 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 said Contract and shall in all respects duly and faithfully obser; e
and perform all and singular the covenants, conditions and agreements in and by said contract agreed
- and covenanted by the Principal to be observed and performed, and according to the true intent and
meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be
void; otherwise to remain in full force and effect:
G
"PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2? -53
of the Texas Government Code for Public Works as amended and all liabilities on this bond shall be
determined in accordance with the provisions of said Chapter to the same extent as if it were copied at
length herein."
Surety, for value received, stipulates and agrees that no change, extension of time, alteration or
addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or
drawings accompanying the same, shall in any way affect its obligation on this bonds, and it does hereby
waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or
to the work to be performed thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument
this 1ST day of DECEMBER 20 00
LEIGH ENGINEERING, INC.
Priv
By -
Title�e- s
Address 8908 AMBASSADOR RO11
DALLAS, TEXAS 7524_7
UNITED STATES FIRE INSURANICF
The name and address of the Resident Agent of Surety is:
JOHN D. FULKERSON, MCQUEARY HENRY BOWLES TROY, L.L.P.
12700 PARK CENTRAL DRIVE, SUITE 1700, DALLAS, TEXAS 75251
PB -1
LIT -1,
2
_a
0
EXECUTED IN FOUR (4)
COUNTERPARTS
STATE OF TEXAS
COUNTY OF TARRA.NT
BOND No. 6102260379
KNOW ALL MEN BY THESE PRESENTS: That LEIGH ENGINEERING, INC.
(contractor's company) of the City of DALLAS County of DALLAS and the
State of TEXAS , as principal, and UNITED STATES FIRE INSURANCE :CQ�g'ANY (surety
company) authorized under the laws of the State of Texas to act as surety on bonds for principals, are held
and firmly bond unto the Town of Westlake (Owner), in the penal sum of
ONE MILLION, SIX HUNDRED FOUR THOUSAND, Dollars ( 1,604,646-00 ) for
t e payment whereo ,the said *rincipa an Surety bind themselves, and their heirs, administrators,
executors, successors, and assigns, jointly and severally, by these presents:
WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the
29TH day of NOVEMBER 20 00 , to TOW OF WESTLAKE TELECOI-�IUN==O' S
DUCTBANK (name of project) which contract is hereby referred to and made
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 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 f-111
force and effect:
"PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2-53
of the Texas Government Code for Public Works as amended and all liabilities on this bond shall be
determined in accordance with the provisions of said Chapter to the same extent as if it were copied at
length herein."
Surety, for value received, stipulates and agrees that no change, extension of time, alteration or
addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or
drawings accompanying the same, shall in any way affect its obligation on this bond, and it does heresy
waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or :o
the work to be performed thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument
this 1ST day of DECEMBER 20 00
LEIGH ENGINEERING, INC.
Principet
By
Title n: a -
Address 8908 AMBASSADOR ROW
DALLAS, TEXAS 752:7
UNITED STATES FIRE 7, SURAi ICE COLA\
Surety
By
Title KA GI _7S, ATTORNE'.Y-IN--'ACT
Address 1 00 PARK CENTR.L = 7, 3 0
DA LA TEXAS 7525_
The name and address of the Resident Agent of Surety is:
JOHN D. FULKERSON, MCOUEARY HENRY BOWLES TROY, L.L.P.
12700 PARK CENTRAL DRIVE, SUITE 1700, DALLAS, TEXAS 75251
PB -2
MAINTENANCE BOND BOND #6102260379
THE STATE OF TEXAS
KNOW ALL MEN BY THESE PRESENTS:
KIM EWA spa FA ••
THAT LEIGH ENGINEERING, INC. (contractor's
company), AS PRINCIPAL AND UNITED STATES FIRE INSURANCE COMPANY
(surety company), A CORPORATION ORGANIZED UNDER THE LAWS OF
NEW YORK AS SURETIES, DO HEREBY EXPRESSLY
ACKNOWLEDGE THEMSELNTS TO BE HELD AND BOUND TO PAY UNTO THE TOWN
OF WESTLAKE, A MUNICIPAL CORPORATION, CHARTERED BY VIRTUE OF A
SPECIAL ACT OF LEGISLATURE OF THE STATE OF TEXAS, AT WESTLAKE, TARRA-N-T
0 FOUR THOUSAN,
COUNTY, TEXAS, THE SLTIN1 OF
)-Lf0R7T)iVkAJ'-'YMENT OF WHICH SUM
sixUR
DOLLARS (S 1,604,646.00 1
WILL TRULY BE MADE UNTO SAID TOWN OF WESTLAKE, AND ITS SUCCESSORS,
AND SAID PRINCIPAL AND SURETIES DO HEREBY BEND THEMSELVES, THEIR
ASSIGNS AND SUCCESSORS JOINTLY AND SEVERALLY.
THIS OBLIGATION IS CONDITIONED; HOWEVER, THAT WHEREAS, THE SAID
LEIGH ENGINEERING, INC. (contractor's company)
HAS THIS DAY ENTERED INTO A WRITTEN CONTRACT WITH THE SAID TOWN OF
WESTLAKE TO BUILD AND CONSTRUCT TOWN OF WFqTT,AK-F TFT ,F(,,- -!'
)NIT iT
DUCTBANK (name of project) WHICH CONTRACT AND THE PLANS
AND SPECIFICATIONS THEREIN MENTIONED, ADOPTED BY THE TOWN' OF
WESTLAKE ARE HEREBY EXPRESSLY MADE A PART THEREOF AS THOUGH THE
SAME WERE WRITTEN EMBODIED HEREIN.
as
WHEREAS, UNDER THE PLANS, SPECIFICATIONS, AND CONTRACT, IT IS
PROVIDED THAT THE CONTRACTOR WILL MAINTAIN AND KEEP IN GOOD REPAIR,
OF SAID IMPROVEMENTS THAT SHOULD BE OCCASIONED BY SETTLEME'-N-T OF
FED IN." THE OUNDATION, DEFECTIVE WORKMANSHIP OR MATERIALS FURNISHT
CONSTRUCTION OR ANY PART THEREOF OR ANY OF THE ACCESSORIES THERETO
CONSTRUCTED BY THE CONTRACTOR. IT BEING UNDERSTOOD THAT THE
PURPOSE OF THIS SECTION IS TO COVER ALL DEFECTIVE CONDITIONS ARISING BY
REASON OF DEFECTIVE MATERIAL AND CHARGE THE SAME AGAINST THE SAM
CONTRACTOR, AND SURETIES ON THIS OBLIGATION, AND THE SAID CONTRACTOR
SURETIES HEREON SHALL BE SUBJECT TO THE LIQUIDATION DAMAGES
MENTIONED IN SAID CONTRACT FOR EACH DAY'S FAILURE ON ITS' PART TO
COMPLY WITH THE TER -NIS OF SAID PROVISIONS OF SAID CONTRACT. INONN".
THEREFORE, IF THE SAID CONTRACTOR SHALL KEEP AND PERFORM ITS' SAM
AGREEMENT TO MALNTAr�- SAII) WORK AND KEEP THE SAME IN REPAIR FOR THE
SAID IVL41NTENANCE PERIOD OF ONE (1) YEAR, AS PROVIDED, THEN THESE
PRESENTS SHALL BE NULL AND VOID, AND RAVE NOT FURTHER EFFECT, BUT IF
DEFAULT SHALL BE MADE BY SAID CONTRACTOR IN THE PERFORMANCE OF ITS,
CONTRACT TO SO MAINTAIN AND REPAIR SAII) WORK, THEN THESE PRESENTS
SHALL HAVE FULL FORCE AND EFFECT, AND SAID TOWN OF WESTLAKE SELA-LL
I PB -3
CONTINUEHAVE AND RECOVER FROM THE SAID CONTRACTOR AND ITS' PRINCIPAL AN I
SURETIES DAMAGES IN THE PREMISES, AS PROVIDED; AND IT IS FURTHER AGREEJJ
BEEN EXHAUSTED; AND IT IS FURTHER UNDERSTOOD THAT TAE OBLIGATIO
HEREIN TO MAINTAIN SAID WORK SHALL .i •' • IN ANY 11
MANNERMAINTENANCE PERIOD, AND THE SAME SHALL NOT BE CHANGED, DIMINISHED 0
AFFECTED FROM ANY CAUSE DURING SAI1l; TIME. -
IN WITNESS THEREOF, SAID LEIGH ENGINEERING, INC.
(Name of Contractor's Company)
HAS CAUSED THESE PRESENT TO BE EXECUTED BY
(Name of Contractor's Representative)
AND THE SAID UNITED STATES FIRE INSURANCE COMPANY HAS CAUSED THESE
(Name of Surety Company)
PRESENT TO BE EXECUTED BY ITS' ATTORNEY IN FACT AND THE SAH)
ATTORNEY IN FACT, KAE GIBBONS HAS HEREUNTO
(Narne of Attorney)
SET HIS HAND, THE 1ST DAY OF DECEMBER Zp 00
_ a
�
Name of Representativ — Titie (Print)
WITNESS
UNITED STATES FIRE INSURANCE CC tyTA-Y
Name of Insurance Company
ATTORNEY—IN—FACT
Name of Representative — Title (Print)
Part G - General Provisions and Requirements
Section G.I. - Definition of Terms and Abbreviations
G.l.l. Definition of Terms: Wherever the words, forms or phrases defined herein or
pronouns used in their place occur in these specifications, in the contract, in the bonds, in the
advertisement, or any other document or instrument herein contemplated, or to which these
specifications apply or may apply, the intent and meaning shall be interpreted as follows:
Advertisement: All of the legal publications pertaining to the work contemplated under the
contract.
Bidder: Any person, persons, partnership, company, firm associations, or corporation acting
directly or through a duly authorized representative submitting a proposal for the work
contemplated.
Town: The Town of Westlake, Texas, a Municipal Corporation, acting by and through (a) its
governing body, (b) its Mayor, or (c) its Town Manager, each of whom is required by charter to
perform specific duties.
Town Attorney: The Town Attorney of the Town of Westlake, Texas, or his duly authorized
assistants or agents.
Board. of Aldermen: The Board of Aldermen of the Town of Westlake, Texas.
Town Manager: The Town Manager of the Town of Westlake, Texas.
Town Secretary: The Town Secretary of the Town of Westlake, Texas or his duly Authorized
assistants or agents.
Contract: The contract shall consist of the Notice to Contractors (advertisement), Special
Provisions, (instructions to Bidders), Proposals, Signed Agreement, Performance Bonds, General
Provisions and Requirements, Technical Specifications, Plans and all modifications thereof
incorporated in any of the documents before the execution of the Agreement.
The Contract Documents are complementary, and what is called for shall be as binding as if called
for by all. In case of conflict between any of the Contract Documents, priority of interpretation
shall be in the following order:
Signed Agreement, Performance Bond, Payment Bond, Maintenance Bond, Special Bond
(if any), Proposal, Special Provisions, Notice to Contractor, Technical Specifications,
Plans, and General Provisions and Requirements.
Contractor: The person, persons, partnership, company, firm association or corporation entering
into contract for the execution of work, acting directly or through a duly authorized representative-
Town
epres `ve_Town Engineer: The Town Engineer of the Town of Westlake, Texas, or his dulyauthorized
assistants or agents.
G-1
Engineer: The word "Engineer" shall be understood as referring to the Town Engineer.
Extra Work: The term extra work as used in this contract shall be understood to mean and include
all work that may be required by the Engineer or Town to be done by the Contractor to accomplish
any changes, alterations, addition of the work shown on the plans, or reasonably implied by the
specifications, and not covered by the Contractor's proposal, except as provided under "Changes
and Alterations," herein.
Maintenance Bond: The approved form of security furnished by the Contractor and its surety as a
guarantee of good faith on the part of the Contractor to correct any discrepancy which may arise as
a result due to faulty maintenance or workmanship for a period of one (1) year from final
acceptance of the work as provided herein.
Mayor: The Mayor of the Town of Westlake.
Payment Bond: The approved form of security furnished by the Contractor and his surety as a
guarantee, for the protection of all claimants supplying labor and material in the prosecution of the
work provided in the contract.
Performance Bond: The approved form of security furnished by the Contractor and his surety as a
guarantee of good faith on the part of the Contractor to execute the work in accordance with the
plans, specifications and terms of the contract.
Plan or Plans: All the drawings pertaining to the contract and made a part thereof, including such
supplementary drawings or addenda as the Engineer may issue in order to clarify other drawings,
or for the purpose of showing changes in the work hereinafter authorized, or for showing details
not shown thereon.
Proposal: The written statement or statements duly filed with the Town Secretary of the person,
persons, partnership, company, firm association or corporation proposing to do the work
contemplated, including all approved forms on which the formal bids for the work are to be
prepared.
Special Provisions: The special clauses setting forth conditions or requirements peculiar to the
specific project involved, supplementing the Standard Specifications, and taking precedence over
any conditions or requirements of the Standard Specifications with which they are in conflict.
Specifications:
1) Town of Westlake — Engineering Standards, latest edition and applicable Ordinances
2) North Central Texas Council of Governments — latest edition of Standard
Specifications for Public Works Construction
3) The Directions, Provisions, and Requirements as set forth in the Texas Department of
Transportation, 1993 Standards for Construction of 1-Iighways, Streets, and Bridges,
together with the Special Provisions supplemental hereto, 'pertaining to the method
and manner of performing the work or to the qualities or quantities of the materials to
be furnished under the contract.
G-2
Subcontractor: The term subcontractor, as employed herein, includes only those having a direct
contract with the Contractor, and it includes one who furnished material worked to a special design
according to the plans or specifications of this work, but does not include one who merely
furnished material not so worked.
Substantially Completed: By the term "Substantially Completed" is meant the structure has been
made suitable for use or occupancy or the facility is in condition to service its intended purpose,
but still may require minor miscellaneous work and adjustment.
Sureties: The corporate bodies which are bound by such bonds as are required with and for the
Contractor. Said sureties engage to be responsible for the entire and satisfactory fulfillment of the
contract, and for any and all requirements as set out in the specifications, contract or plans.
Working Days: A working day is defined as any day, not including Saturdays, or Sundays, or any
legal holidays, in which weather or other conditions not under the control of the Contractor will
permit construction of any sort of the principal unit of the work for the continuous period of not
less than seven (7) hours between 7:00 a.m. and 6:00 p.m.
Working Hours: Work shall be done only during the regular and commonly accepted and
described working hours between 7:00 a.m. and 6:00 p.m. No work shall be done nights,
Saturdays, Sundays, or any regular holidays unless special permission is given by the Engineer or
as may be approved by the proper administrative Town representative.
Written Notice: Written Notice shall be deemed to have been duly served if delivered in person to
the individual or to a member of the firm or to an officer of the corporation for whom it is intended,
or if delivered at or sent by registered mail to the last business address known to him who gives the
notice.
The Work: Unless otherwise stipulated, the Contractor shall provide and pay for all materials,
supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, lights,
power, fuel, transportation, and other facilities necessary for the execution and completion of the
work covered by the contract documents. Unless otherwise specified, all materials shall be of good
quality. The Contractor shall, if required, furnish satisfactory evidence as to the quality of
materials. Materials or work described in words which so applied have a well known technical or
trace meaning shall be held to refer to such recognized standards.
G.1.2. Abbreviations: Wherever the abbreviations defined herein occur in the plans, in the
specifications, contract, bonds, advertisement, proposal, or in any other document or instrument
herein contemplated or to which the specifications apply or may apply the intent and meaning shall
be as follows:
A.A.S.H.T.O.
American Association
Lb.
of State Highway and
L.S.G.Co
Transportation Officials
M.H.
A.S.T.M.,
American Society for
Max.
Testing Materials
Min.
Asph.
Asphalt
Mono.
Ave.
Avenue
No
Blvd.
Boulevard
%
G-3
Pound
Lone Star Gas Co.
Manhole
Maximum
Minimum
Monolithic
Number
Percent
C.I.
Cast Iron
C.L.
Centerline
C.O.
Cleanout
Cone.
Concrete
Cond.
Conduit
Corr.
Corrugated
Cu.
Cubic
Culv.
culvert
Dia.
Diameter
Dr.
Drive or Driveway
Elev.
Elevation
F.
Fahrenheit
Ft. or'
Feet or Foot
Ga.
Gallon
H.S.
Horseshoe
In. or
Inch or Inches
Lin.
Linear
P.S.I.
Pounds per Square Inch
R.
Radius
Reinf.
Reinforced
Rem.
Remove
Rep.
Replace
R/W or R of W Right -of -Way
Sani.
Sanitary
S.W.B.T.
Southwestern Bell Telephone
Company
Sq.
Square
Std.
Standard
St.
Street or Storm
Str.
Strength
TXU
Texas Utilities
Vol.
Volume
W.U.T. Co.
Western Union Telegraph
Company
Yd.
Yard
Section G.2. - Proposal Requirements and Conditions
G.2.1 Proposal Form: The Town will furnish bidders with Proposal Forms, which ,.will state
the general location and description of the contemplated work, and which will contain an itemized
list of the items of work to be done or materials to be furnished, and for which bid prices are asked.
The Proposal Form will provide for entering the amount of Proposal Guarantee, and information
about the ability, skill and business standing of the bidder.
G.2.2. Quantities in Proposal Form: The quantities of the work and materials set forth in the
proposal form on the plans approximately represent the work to be performed and materials to be
furnished, and are for the purpose of comparing bids on a uniform basis. Payment will be made, by
the Town to the Contractor only for actual quantities of work performed or materials furnished in
accordance with the plans and specifications, and it is understood that quantities may be increased
or decreased as herein after provided, without in any way invalidating the bid prices.
G.2.3. Examination of Plans, Specifications and Site of the Work: Bidders are advised that
the plans, specifications and other documents on file with the Town Secretary shall constitute all of
the information which the Town will furnish. Prospective bidders shall make careful examination
of the site of the project, disposal sites for surplus materials not designated to be salvaged
materials, the availability of ingress and egress to private properties, and methods of handling
traffic during the construction of the entire project.
Bidders are required, -prior to submitting any proposal, to read the specifications, proposal,
contract, and bond forrns carefully, to visit the site of the work, to examine carefully local
conditions, to inform themselves by their independent research, test and investigations of the
difficulties to be encountered and determineforthernselves and accessibility of the work and all
attending circumstances affecting the cost of doing the work or the time required for its completion,
and to obtain all information required to make an informed proposal. No information given by the
Town or any officials thereof, other than that shown on the plans and contained in the
specifications, proposals, and other documents, shall be binding upon the Town. Bidders shall rely
on their own estimates, investigations, tests, and other data which are necessary for full complete
information upon which the proposal may be based. If it is mutually agreed that submission of a
proposal is evidence that the bidder has made the examinations, investigations and tests required
herein, and that if he is the low bidder he will enter into the usual contract with the Town of
Westlake.
G.2.4. Preparation of Proposal: The bidder shall submit his proposal on the forms furnished
by the Town. The bidder shall state the prices, written in ink both in words and numerals, for
which he proposes to do the work contemplated. Such prices shall be distinctly legible. In case of
discrepancy between prices written in words and the price written in figures, the price written in
words shall govern. If the proposal is submitted by an individual, his name must be signed by him
or a duly authorized agent. If the proposal is submitted by a firm, association, or partnership, the
name and address of each member must be given. If the proposal is submitted by a company or a
corporation, the company or corporate name and business address must be given and the proposal
signed by an official or duly authorized agent. Powers of Attorney authorizing agents or others to
sign proposals must be properly certified and must be in writing and submitted with the proposal.
G.2.5. Proposal Guaranty: No proposal will be considered unless it is accompanied by a
cashier's check on any state or national bank in Tarrant County, Texas or acceptable bidder's bond,
payable unconditionally to the Town of Westlake, Texas. The cashier's check or bidder's bond
shall be in the amount of not less than five percent (5%) of the total amount of the bid. The
Proposal Guaranty is required by the Town as evidence good faith and as guaranty, that if awarded
the contract, the bidder will execute the contract and furnish the required bonds within ten (10)
days after receipt of acceptance.
Said bonds shall further guarantee that if the proposal is `withdrawn after the bids have been
opened or if the Contractor refuses to execute the contract in accordance with his proposal, the
Contractor and the surety will become liable to the Town of Westlake for damages incurred. If a
bidder's bond is used, the surety thereon shall designate an agent resident in Tarrant County,
Texas, to whom requisites notice may be delivered and upon whom service of process may be held.
Bidder warrants that the bid it submits has been checked for mathematical correctness and same is
correct. Bidder agrees that should it desire to withdraw its bid after bid opening because of a
mathematical mistake that the Town of Westlake may retain the bid security as liquidated damages
and not as penalty and the bidder hereby waives any legal defense available to the bidder for such
mistake. (i.e. unilateral mistake).
If a bidder's bond is used, an acceptable surety shall determine from the latest United States
Treasury Department list of companies holding certificates of authority and acceptable sureties on
Federal Bonds.
G.2.6. Filing Proposals: No proposal will be considered unless it is filed with the office of
the Town Secretary in the Town Hall, Westlake, Texas, within the time limit for receiving
proposals as stated in the advertisement. Each proposal shall be in a sealed envelope, plaiply
marked with the work "Proposal' and the name or description of the project as designated in the
G-5
advertisement. In the event of addendum(s), the Bidder shall mark the sealed envelope showing
that the addendum has been received.
G.2.7. Withdrawing Proposals: Proposals filed with the Town cannot be withdrawn or
modified prior to the time set for opening proposals. Requests for nonconsideration of proposals
must be made in writing addressed to the Board of Aldermen and filed with the Town Secretary
prior to the time set for opening proposals. After other proposals are opened and publicly read, the
proposal for which withdrawal is properly requested may be returned unopened.
G.2.8. Opening Proposals: The proposals filed with the Office of the Town Secretary will be
opened at the time stated in the advertisement and publicly read aloud, and shall thereafter remain
on file in the Town Hall.
G.2.9. Irregular Proposals: Proposals will be considered irregular if they show any
omissions, alterations of form, ,additions, or conditions not called for, unauthorized alternate bids
or irregularities of any kind. However, the Town reserves the right to waive any irregularities and
to make the award in the best interests of the Town.
G.2.10. Rejection of Proposals: The Town reserves the right to reject any or all proposals, and
all proposals submitted are subject to this reservation. Proposals may be rejected for any of the
following specific reasons:
(a)
Proposals received after the time limit for receiving proposals as stated in the
advertisement.
(b)
Proposals containing any irregularities
(c)
Unbalanced value of any items
G.211. Disqualification of Bidders: Bidders may be disqualified and their proposals not
considered for any of the following specific reasons:
(a)
Reason for believing collusion exists among the bidders.
(b)
Reasonable grounds for believing that any bidder is interested in more than one
proposal for the work contemplated.
(c)
The bidder interested in litigation against the Town.
(d)
The bidder being in arrears on any existing contract or having defaulted on a
previous contract.
(e)
Lack of competency as revealed by the Financial statement, experience and
equipment, questionnaires, etc.
(f)
Uncompleted work which in the judgment of the Town wall prevent or hinder the
prompt completion of additional work if awarded.
Section G.3. - Award and Execution of Contract
G.3.1. Consideration of Contract: After proposals are opened, the proposals will be tabulated
for comparison on the basis of the bid price, quantities and time shown in the proposal. LTnffl final
award of the contract, the Town reserves the right to reject any or all proposals, to waive
G-6
technicalities and to readvertise for new proposals or proceed to do the otherwise in the best
interests of the Town.
G.3.2. Award of Contract: The Town reserves the right to withhold the award of the contract
for a reasonable period of time from the date of opening proposals and no award will be made until
after investigations are made as to the responsibilities of the low bidder.
G.3.3. Return of Proposal Guaranty: As soon as proposal prices have been tabulated for
comparison of bonds, the Town may, at its discretion, return the proposal guaranties
accompanying the proposal which, in its judgment, would not be considered in the award; all other
proposal guaranties will be retained by the Town until required contract and bonds have been
executed, after which they will be returned. No proposal guaranties will be returned until at least
two (2) days shall have elapsed from time of opening proposals.
G.3.4. , Surety Bonds: With the execution and delivery of the contract, the Contractor shall
furnish and file with the Town in the amount herein required, the following Surety Bonds:
(A) Construction Bond or Performance Bond: A good and sufficient Construction Bond in
the amount equal to one hundred percent of the approximate total amount of the
contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the full
and faithful execution of the work in accordance with the plans and specifications.
This Construction Bond shall guarantee the repair and maintenance of all defects due
to faulty materials and workmanship for a period of one year from date of completion
and acceptance of the improvement by the Town.
(B) Payment Bond: A good and sufficient bond in an amount equal to 100 percent of the
approximate total amount of the contract, as evidenced by the proposal tabulation, or
otherwise guaranteeing the full and proper protection of all claimants supplying labor
and materials in the prosecution of the work provided for in said contract and for the
use of each claimant.
(C) Maintenance Bond: A Maintenance Bond in the amount equal to 100 percent of the
total contract price for the project installation shall be furnished by the Contractor for
work performed under private contract or subdivision work with developers of
subdivisions in accordance with the Town of Westlake subdivision ordinance. The
Maintenance Bond shall be for a period of one (1) year from and after the date of
completion and final acceptance of the entire project by the Town of Westlake, Texas.
The Contractor shall maintain and keep in good repair the work contemplated under
these plans, specifications, drawings, etc., and perform for a period as set forth in the
Maintenance Bond, from the date of acceptance, all necessary repairs, reconstruction
and renewal of any part of said construction, and to finish the labor and materials to
make good and to repair any defective condition growing out of or on account of the
breakage or failure of any substance of improper function of same. Said maintenance
contemplated the complete restoration to 'a functional use of any work required by
faulty material during the said period as set forth in the Maintenance Bond.
(D) Other Bonds: Other bonds, if required in the Special Provisions.
G-7
Sureties: No sureties will be accepted by the Town who are now in default or delinquent on any
bonds or who are interested in any litigation against the Town. All bonds shall be made on one
corporate surety authorized to do business in the State of Texas and acceptable to the Town. An
acceptable surety to the Town of Westlake shall be determined as any surety listed as follows on
the latest United States Treasury Department list of companies holding certificates of authority as
acceptable sureties .on Federal Bonds. Each bond shall be executed_ by the Contractor and the
surety.
Should any surety on the contract be deternuned unsatisfactory at any time by the Town, notice
will be given to the Contractor to that effect, and the Contractor shall immediately provide a new
surety satisfactory to the Town. No payment will be made under the contract until the new surety
or sureties, as required, have qualified and been accepted by the Town. The contract shall not be
operative nor will any payments be due or paid until approval of the bonds have been made by the
Town.
G.3.5. Execution of Contract: The person or persons, partnership, company, firm association
or corporation to whom a contract is awarded shall within fifteen (15) working days after the date
of being informed (via facsimile or telephone) or the date of receipt of the contract forms (which
ever occurs first) for this project. No contract, shall be binding on the Town until it has been
attested by the Town Secretary and executed for the Town by the Mayor and delivered to the
Contractor.
G.3.6. Failure to Execute Contract: The failure of the bidder to execute the required bonds or
to sign the required contract within fifteen (15) working days after the date of being informed (via
facsimile or telephone) or the date of receipt of the contract forms (which ever occurs first) for this
project shall be considered by the Town as an abandonment of his proposal and the Town may
annul the award. By reason of the uncertainty of the market prices of materials and labor, and its
being impracticable and difficult to determine accurately the amount of damages accruing to the
Town by reason of said bidder's failure to execute said bonds and contract within fifteen (15)
working days, the Proposal Guaranty accompanying the proposal shall be the agreed amount of
damages which the Town will suffer by reason of failure on the part of the bidder, and shall
thereupon immediately be forfeited to the Town. The filing of a proposal will be considered as an
acceptance of this provision.
Section GA - Scope of Work
GAL Intent of Plans and Specifications: The intent of the plans and specifications is to
prescribe a complete work or 'improvement which the Contractor undertakes to do in full
compliance with the plans, specifications, Special Provisions, proposal and contract. The
Contractor shall do all work as provided in the plans, specifications, Special Provisions, proposal,
and contract, and shall do such additional extra work as may be considered necessary to complete
the work is satisfactory and acceptable manner. The Contractor shall furnish all labor, tools,
materials, machinery, equipment,and incidentals necessary to the prosecution ofthe work_
G.4 LL "or Equal" Clause: Whenever a material or article required is specified or shown`on
the plans by using the name of the proprietary product, or a particular manufacturer or vendor, any
G-8
material or article which will perform adequately the duties imposed by the general design will be
considered equal and satisfactory provided the material or article so proposed is of equal substance
and function, and only after written approval by the Engineer.
G.4.2. Special Provisions: Should any work or conditions which are not thoroughly
satisfactorily stipulated or covered by the general or standard specifications be anticipated on any
proposed work, "Special Provisions: for such work may be prepared by the Town previous to the
time of receiving bids, and shall be considered as a part of the specifications and contract.
G.4.3. Increased and Decreased Quantities: The Town reserves the right to alter the
quantities of the work to be performed or to extend or shorten the improvements at any time when
and as found necessary, the Contractor shall perform the work as altered, increased or decreased
quantity shall not be more than twenty-five percent of the contemplated quantity of such item or
items. No allowance will be made for any change in anticipated profits nor shall such changes be
considered as waiving or invalidating any conditions or provisions of the contract and bond.
GAA . Alteration of Pians and Specifications: The Town reserves the right to make such
changes in the plans and specifications and in the character of the work as may be necessary or
desirable to insure completion in the most satisfactory manner, provided such changes do not
materially alter the original plans and specification or change the general nature of the work as a
whole. Such changes shall not be considered as waiving or invalidating any condition or provision
of the contract or bond.
G.4.5. Extra Work: When any work is necessary to the proper completion of the project for
which no prices are provided in the proposal and contract, the Contractor shall do such work, but
only when and as ordered in writing by the Engineer, subject, however, to the right of the
Contractor to require a written confirmation of such extra work order by the Town. It is also
agreed that the compensation to be paid the Contractor for performing said extra work shall be
determined by one or more of the following methods:
Method (A) By agreed unit prices; or
Method (B) By agreed lump sum; or
Method (C) If neither Method (A) or Method (B) can be agreed
upon before the extra work is commenced then the
Contractor shall be paid the "actual field cost" of the
work, plus fifteen (15) percent
In the event said extra work be performed and paid by under Method (C) then the provisions of this
paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all
workmen, such as foremen, timekeepers, mechanics, and laborers, and materials, supplies, teams,
trucks, rentals on machinery and equipment, for the time actually employed or used on extra work,
plus actual transportation charges necessarily incurred together with all necessary incidental
expenses incurred directly on account of such extra work, including social security, old age benefit
and other payroll taxes, public liability and property damage and workmen's compensationB and all
other insurance as may be required by any law or ordinance, or directed by the Engineer of Town,
or by them agreed to. The Engineer may direct the form in which accounts of the "actual field
cost" shall be kept and the. record of these accounts shall be made available to the Engineer. The
Engineer may also specify in writing before the work commences, the method of doing the work
The type and kind of machinery and equipment shall be determined by using 100 percent, unless
G-9
otherwise specified, of the latest schedule of equipment which shall be incorporated into the written
extra work order. Save that where the Contractor's camp or field office must be maintained
primarily on account of such extra work, then the cost to maintain and operate the same shall be
included in the "actual field cost.
No claim for extra work of any kind will be allowed unless ordered in writing by the Engineer. In
case any orders or instructions, for which he should receive compensation or an adjustment in the
construction time, he shall make written requests to the Engineer, for written order authorizing
such extra work. Should a difference of opinion arise as to what does or does not constitute extra
work, or as to the payment therefore and the Engineer insists upon its performance, the Contractor
shall proceed with the work after making written request for written order and shall keep an
accurate account of the "actual field cost" thereof, as provided under Method (C). The Contractor
will hereby preserve the right to submit the matter of payment to arbitration, as herein below
provided.
GAA Final Clean -Up: Upon completion of the work and before acceptance and final
payment will be made, the Contractor shall clean and remove from the site of the work surplus and
discarded materials, temporary structures, discarded materials, and debris of every kind, he shall
leave the site of the work in a neat and orderly condition equal to that which originally existed.
Surplus and waste materials removed from the site of the work shall be disposed of at locations
satisfactory to the Engineer.
Section G.5. - Control of the Work and Materials
G.5.1. Engineer's Authority and Duty: Unless otherwise specified, it is mutually agreed
between the parties to this agreement that the Engineer may inspect all work included herein. He
has the authority to stop the work whenever such stoppage may be necessary to insure the proper
execution of the contract.
In order to prevent delays and disputes and to discourage litigation, it is further agreed that the
Engineer shall in all cases determine the amounts and quantities of the several kinds of work which
are to be paid for under this construction thereof, and shall in all cases decide every question which
may arise relative to the execution of this contract on the part of the said Contractor.
The Engineer shall, within a reasonable time, render and deliver to the Contractor a written
decision on all claims of the parties hereto and on all questions which may arise relative to the
execution of the work or the interpretation of the contract, specifications and plans. .
"directed",
"required",
/f 1P "designated",
9t 91
Whenever the words directed , required , permitted , designated , considered necessary",
"prescribed", or words of like import are used, it shall be understood that the direction,
requirement, permission order, designation or prescription of the Engineer is intended; and
similarly, the words "approval", "acceptable", "satisfactory", or words of like import shall mean
approved by or acceptable or satisfactory to the Engineer.
G.5.2. -Superintendence and Inspection: It is agreed by the Contractor that the Engineer shall
be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors,
or inspectors as the said Engineer may deem proper to inspect the materials furnished and the work
G-10
done under this agreement, and to see that the said material is furnished, and said work is done in
accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and
assistance required by the subordinated engineers, supervisors, or inspectors for the proper
inspection and examination of the work. The Contractor shall regard and obey the direction and
instruction of any subordinate engineers, supervisors, or inspectors so appointed, when such
directions and instructions are consistent with the obligations of the agreement and the
accompanying plans and specifications, provided, however, that should the Contractor object to
any order by any subordinate engineer, supervisor, or inspector, the Contractor within six (6) days
make a written appeal to the Engineer for his decision.
G.5.3. Contractor's Duty and Superintendence: The Contractor shall give personal attention
to the faithful prosecution and completion of this contract and shall keep on the work, during its
progress, a competent superintendent who shall represent the Contractor in his absence and all
directions given to him shall be as binding as if given to the Contractor. Important directions shall
be confirmed in writing to the Contractor. Other directions shall be so confirmed on written
request in each case.
The Contractor will be supplied with three copies of the plans and specifications, and shall have
available on the work at all times one copy of said plans and specifications. The Contractor shall
give to the work the consistent attention necessary to facilitate the progress thereof, and he shall
cooperate with the Engineer, his inspectors and with other Contractors, in every way possible. The
Contractor shall provide all facilities to enable the Engineer and his inspectors to inspect the
workmanship and materials entering into the work.
G.5.4. Contractor's Understanding: It is understood that it is agreed that the Contractor has,
by careful examination satisfied himself as to the nature and location of the work, the conformation
of the ground, the character quality and quantity of the materials to be encountered, the character
of equipment and facilities needed in preparation for and during the prosecution of the work, the
general and local conditions, and all other matters which can in any way affect the work under this
contract. No verbal agreement or conversation with any officer, agent or employee of the Town
either before or after the execution of this contract, shall affect or modify any of the terms of
obligations herein contained.
G.5.5. Character of Workmen: The Contractor agrees to employ only orderly and competent
men, skillful in the performance of the type of work required under this contract, to do the work,
and agrees that whenever the Engineer shall inform him in writing that any man on the work, is in
his opinion incompetent, unfaithful or disorderly, such man or men shall be discharged from the
work and shall not again be employed on the work without the Engineer's written consent_
G.5.6. _Contractor's Buildings: The building of structures for housing men, or the erection of
tents or other forms of protection, will be permitted only at such places as the Engineer shall direct,
and the sanitary conditions of the grounds on or about such structures shall at all times be
maintained in a manner satisfactory to the Engineer.
G.5.7. Sanitation: Necessary sanitary conveniences for the use of the laborers on the work,
properly secluded from public observation, shall be constructed and maintained by the Contractor
in such a manner and at such points as shall be approved by the Engineer, and their use shall be
strictly enforced.
G-11
G.5.8. Shop Drawings: The Contractor shall submit to the Engineer, with such promptness
as to cause no delay in his own work or in that of any other Contractor, four copies, unless
otherwise specified, all shop and/or setting drawings and schedules required for the job of the
various trades, and the Engineer shall pass upon them with reasonable promptness, making desired
corrections. The Contractor shall make any corrections required by the Engineer, file with him two
corrected copies and furnish such other copies as may be needed. The Engineer's approval of such
drawings or schedules shall not relieve the Contractor from responsibility for deviations from
drawings or specifications, unless he has in writing called the Engineer's attention to such
deviations at the time of submission, nor shall it relieve him from responsibility of errors of any
sort in shop drawings or schedules.
G.5.9. Preliminary Approval: The Engineer shall not have the power to waive the obligation
of this contract for the furnishing by the Contractor of good materials, and of his performing good
work as herein described, and in full accordance with the plans and specifications. No failure or
omission of the Engineer to condemn defective work or materials shall release the Contractor from
the obligations to at once tear out, remove and properly replace the same at any time prior to final
acceptance upon the discovery of said defective work or materials provided, however, that the
Engineer shall, upon request of the Contractor inspect and accept or reject any material furnished,
and in event the material has been once accepted by the Engineer, such acceptance shall be binding
on the Town, unless it can be clearly shown that such materials furnished does not meet the
specifications for this work.
Any questioned work may be ordered taken up or removed for reexamination by the Engineer, prior
to final acceptance, and if found not in accordance with the specifications for said work, all
expense of removing, reexamination and replacement shall be borne by the Contractor; otherwise
the expense thus incurred shall be allowed as extra work, and shall be paid for by the Town,
provided that, where inspection or approval is specifically required by the specifications prior to
performance of certain work, should the Contractor proceed with such work without requesting
prior inspection and approval he shall bear all expense of taking up, removing and replacing his
work if so directed by the Engineer.
G.5.14. Defects and Their Remedies: It is further agreed that if the work or any part thereof,
or any materials brought on the site of the work for use in the work or selected for the same, shall
be deemed by the Engineer, as unsuitable or not in conformity with the specifications, the
Contractor shall, after receipt of written notice from the Engineer, forthwith remove such materials
and rebuild or otherwise remedy such work so that it shall be in full accordance with this contract.
G.5.11. Changes and Alterations: The Contractor further agrees that the Town may make
such changes and alterations as the Town may see fit, in the line, grade, form, dimensions, plans or
materials for the work herein contemplated, or any part thereof, either before or after the beginning
of the construction, without affecting the validity of the contract and the accompanying
Performance Bond.
G.5.12. Conformity with Plans: All work shall conform to the lines, grades, cross-sections and
dimensions shown on the plans. Any deviation from the plans which may be required by the
exigencies of construction will be determined by the Engineer and authorized by him in writing.
G.5.13. Existing Structures: The location tof gas mains, water mains, conduits, sewer, etc. is
unknown, and the Town assumes no responsibility for failure to show them in their exact locations.
G-12
It is mutually agreed that such failure will not be considered sufficient basis for claims for
additional compensation for 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 provisions in these specifications for extra work shall apply.
G.5.14. Coordination of Plans Specifications, Proposal and Special Provisions: The plans,
these specifications, the proposal, Special Provisions and all supplementary documents are
intended to describe a complete work and are essential parts of the contract. A requirement
occurring in any of them is binding. In case of discrepancies, figured dimensions shall govern over
scaled dimensions; specifications shall govern over plans; Special Provisions shall govern over
both general and standard specifications and plans; and quantities shown on the plans shall govern
over those shown in the proposal. The Contractor shall not take advantage of any part error or
omission in the plans and specifications, and the Engineer shall be permitted to make such
corrections or interpretations as may be deemed necessary for the fulfillment of the intent of the
plans and specifications.
In the event the Contractor discovers an apparent error or discrepancy, he shall immediately call
this to the attention of the Engineer.
G.5.15. Source of Supply of Materials: The materials shall be the best procurable, as required
by the plans, specifications and Special Provisions. The Contractor shall not start delivery of
materials until the Engineer has approved the source of supply. Only materials conforming to
these specifications shall be used in the work, and such materials shall be used only after written
approval has been given by the Engineer, and only so long as the quality of said materials remains
equal to the requirements of the specifications. After approval, any material which has become
mixed with or coated with dirt or any other foreign substances during its delivery and handling `will
not be permitted to be used in the work.
G.5.16. Samples and Tests of Materials: Where, in the opinion of the Engineer, or as called
for in the specifications, tests of materials are necessary, such tests will be made at the expense of
the Contractor unless otherwise provided. Tests, unless otherwise specified, will be made in
accordance with the latest methods of the American Society for Testing Materials. The Contractor
shall provide such facilities as the Engineer may require for collecting and forwarding samples and
shall not use the materials represented by the samples until tests have been made. The Contractor
shall furnish adequate samples without charge.
G.5.17. Storage of Materials: Materials shall be stored so as to insure the preservation of their
quality and fitness for the work. When directed by the Engineer, they shall be placed on wooded
platforms or other hard, clean surfaces, and not on the ground, and shall be placed under cover
when directed. Stored materials shall be placed and located so as to facilitate prompt inspection.
G.5.18. Inspection: The Contractor shall furnish the Engineer with every reasonable facility
for ascertaining whether or not the work performed was in accordance with the requirements and
intent of the plans and specifications. Any work done (except excavation) or materials used
without suitable supervision or inspection by the Engineer may be ordered removed and replaced at
the Contractor's -expense.
G-13
G.5.19. Removal of Defective and Unauthorized Work: All work which has been rejected or
condemned shall be repaired, or if it cannot be repaired satisfactorily, it shall be removed and
replaced at the Contractor's expense. Defective materials shall be immediately removed from the
site of the work. Work done without line and grade having been given, work done out of the lines
or not in conformity with the grades shown on the plans or as given, save as herein provided, work
done without proper inspection, or any extra or unclassified work done without written authority
and prior agreement in writing as to prices shall be done at the Contractor's expense. Upon failure
of the Contractor to repair satisfactorily or to remove and replace, if so directed, rejected,
unauthorized or condemned work or materials immediately after receiving notice from the
Engineer, the Engineer will, after giving notice to the Contractor, have the authority to cause
defective work to be remedied or removed and replaced, or to cause unauthorized work to be
removed and to deduct the cost thereof from any moneys due or to become due the Contractor.
G.5.20. Final Inspection: The Engineer will make final inspection of all work included in the
contract as practicable after the work is completed and ready for acceptance. If the work is not
acceptable to the Engineer at the time of such inspection he will inform the Contractor as to a
particular defects before final acceptance will be made.
Section G.6. - Legal Relations and Public Responsibility
G.6.05. Mediation: All questions of dispute under this Agreement shall be submitted to the
Board of Aldermen at the request of either party and the decision of the Board of Aldermen shall be
final and unappealable.
G.6.1. Law and Ordinance: The Contractor shall at all times observe and comply with all
Federal, State and local laws, ordinances and regulations, which in any manner effect the contract
or the work, and shall indemnify and save harmless the Town against any claim arising from the
violation of any such laws, ordinances and are called for by the provisions of the contract
documents. If the Contractor observes that the plans and specifications are a variance therewith,
he shall promptly notify the Engineer in writing, and any necessary changes shall be adjusted as
provided in the contract for changes in the work. If the Contractor performs any work knowing it
to be contrary to such laws, ordinances, rules and regulations, and without such notice to the
Engineer, he shall bear all costs arising therefrom.
In the case of a body politic and coporate, the law from which it derives its powers, insofar as the
same regulates the objects for which, or the manner in which, or the conditions under which the
Town may enter into contract, shall be controlling, and shall be considered as part of this contract
to the same effect as through embodied therein.
G.6.2. Permits and Licenses: The Contractor shall procure all permits and licenses, pay all
charges and fees, and give all notices necessary and incident to the due and lawful prosecution of
the work.
G.6.3. Protection against Royalties or. Patented Invention: The Contractor shall pay all
royalties and license fees, and shall provide for the use of any design, device, materials or process
covered by letter patent or copyright by suitable legal agreement with the patentee or owner. The
Contractor shall defend all suite or claims for -infringement of any patent or copyright rights and
shall indemnify and save the Town harmless from any loss on account thereof, except that the
Town shall defend all such suits and claims and shall be responsible for all such loss when a
G-14
particular design, device, material or process or the product of the particular manufacturer or
manufacturers is specified or required by the Town; provided however, if choice or alternate
design, device, material or process is allowed to the Contractor, the Contractor shall indemnify and
save Town harmless from any loss on account thereof. If the materials or process specified or
required by the Town is an infringement, the Contractor shall be responsible for such loss unless he
promptly gives information to the Town.
G.6.4. Public Convenience and Safety: Materials stored about a work shall be placed so, and
the work shall at all times be so conducted, as to cause no greater obstruction to the traveling
public than is considered necessary by the Engineer. The Contractor shall make provisions by
bridges or otherwise at all cross streets, highways, sidewalks, and private driveways for the free
passage of pedestrians and vehicles, provided where bridging is impracticable or unnecessary in the
opinion of the Engineer, the Contractor may make arrangements satisfactory to the Engineer for the
diversion of traffic, and shall, at his own expense, provide all material and perform all work
necessary for the construction and maintenance of roadways and bridges for the diversion of
traffic. Sidewalks are not to be obstructed except by special permission of the Engineer.
The materials excavated, all the construction materials or plans used in the construction of the
work, shall be placed so as not to endanger the work or prevent free access to all fire hydrants,
water valves, gas valves, manholes for telephone, telegraph, signal, or electric conduits, sanitary or
storm.
The Town reserves the right to remedy any neglect on the part of the Contractor as regards to
public convenience and safety which may come to its attention, after twenty-four hours notice in
writing to the Contractor, saves in cases of emergency, when it shall have the right to remedy any
neglect without notice; in either case, the cost of such work done by the Town shall be deducted
from moneys due the Contractor. The Contractor shall notify the Trophy Club/Westlake
Department of Public Safety headquarters when any street is closed or obstructed and when
directed by the Engineer shall keep any street or streets in condition for obstructed use by fire
apparatus. The ,Contractor will be required to give the Police Department a 24 hour notice of
intent to cut any street in the project. This notice may be given by telephone. A separate notice
must be given wherever any additional street in the contract is to be cut. Where the Contractor is
required to construct temporary bridges or make other arrangements for crossings over ditches or
streams, his responsibility for accidents shall include the roadway approaches as well as the
structures of such crossings.
G.6.5. Privileges of Contractor in Streets Alleys and Right -of Wav: For the performance of
the contract, the Contractor will be permitted to occupy such portions of streets or alleys or other
public places or other right-of-ways as provided for in the ordinances of the Town, as shown on the
plans, or as permitted by the Engineer. A reasonable amount of tools, materials, and equipment for
construction purposes may be stored in such space, but not more than is necessary to avoid delays
in the construction. Excavated and waste materials shall be piled or stacked in such a way as not
to interfere with spaces that may be designated to be left free and unobstructed not to
inconvenience occupants of adjoining property. Other Contractors of the Town may, for all
purposes required by the contracts, enter upon the work and premises used by the Contractors and
the Contractor shall give to other Contractors of the Town all reasonable facilities and assistance
for the completion of adjoining work. Any additional grounds desired by the Contractor for his use
shall be provided by him at his own cost and expense.
G.6.6. Railway Crossings: Where the work encroaches upon any right-of-way of any
railway, the Town will secure the necessary license easement for the work. Where railway tracks
are to be crossed, the Contractor shall observe all the regulations and instructions of the railway
company as to methods of doing work, or precautions for the safety of property and the public. All
negotiations with the railway company, except for the right-of-way, shall be made by the
Contractor. The railway company shall be notified by the Contractor not less than five days
previous to the time of his intention to begin work. The Contractor will not be paid direct
compensation for such railway crossings, but shall receive only the compensation set out in the
proposal.
G.6.7. Barricades, Lights and Watchmen: Where the work is earned on, in or adjacent to any
street, alley or public place, the Contractor shall at his own expense furnish and erect such
barricades, fences, lights and danger signals; shall provide such watchmen, and shall take such
other precautionary measures for the protection of persons or property and of the work as are
necessary. The traffic control is subject to the approval of the Town Engineer. Barricades shall be
painted with a reflectorized paint or Scotchlite tape. The Contractor shall furnish and maintain at
least one .light at each barricade. Barricades shall be erected to prevent vehicles from being driven
on or into any work under construction.
The Contractor shall be held responsible for all damage to the work due to the failure of
barricades, signs, lights and watchmen to protect it, and whenever evidence is found of such
damage, the Engineer may order the damaged portion immediately removed and replaced by the
Contractor at his cost and expense. The Contractor's responsibility for the maintenance of
barricades, signs, and lights shall not cease until the project shall have been accepted by the Town.
G.6.8. Use of Explosives: Should the Contractor elect to use explosives in the prosecution of
the work, the utmost care shall be exercised so as not to endanger life or property. The Town shall
not be held liable for damages done by the Contractor in the use of explosives. The Contractor
shall notify the proper representatives of any public service, corporation, any company or any
individual, not less than eight hours in advance of the use of explosives which might damage or
endanger their or his property along or adjacent to the work. Wherever explosives are stored or
kept, they shall be stored in a safe and secure manner, and all storage places shall be plainly
marked "DANGEROUS EXPLOSIVES," and shall be under the care of a competent watchmen at
all times.
G.6.9. Protection and Restoration of Property: Where the work passes over or through
private property, the Town will provide such right-of-ways. The Contractor shall notify the proper
representatives of any public utility, corporation, any company or individual not less than forty-
eight hours in advance of any work which might damage or interfere with the operation of their or
his property along or adjacent to the work. The Contractor shall be responsible for all damage or
injury to any property of any character (except such as may be due to the provisions of the contract
documents, or caused by agents or employees of the Town) by reason of any negligent act or
omission on the part of the Contractor, or defective work or materials, or due to his failure to
reasonably or properly prosecute the work, and said responsibility shall not be released until the
work shall have been completed and accepted. When and where any such damage or injury is done
to public or private property on the part of the Contractor, he shall restore or have restored at his
own cost and expense such property to a condition similar or equal to that existing before such
damage was done, by repairing, or otherwise restoring as may be directed, or he shall snake good
such damage or injury in a manner acceptable to the owner or the Engineer. In case of a failure on
a
the part of the Contractor to restore such property or make good such damage or injury, the
Engineer may, upon forty-eight hours written notice, under ordinary circumstances, without notice
when a nuisance or hazardous condition results, proceed to repair, rebuild or otherwise restore
such property as may be determined necessary, and the cost thereof will be deducted from any
moneys due or to become due the Contractor under his contract.
G.6.10. Responsibility for Damage Claims: The Contractor and his sureties shall indemnify
and save harmless the Town and all its officers, agents, and employees from all suits, actions or
claims of any character, name and description brought for or on account of any injuries or damages
received or sustained by any person or persons or property, on account of any negligent act or fault
of the Contractor, his agents or employees, in the execution of said contract; or on account of the
failure of the Contractor to provide necessary barricades, warning lights or signs; and will be
required to pay any judgment, with costs, which may be obtained against the Town growing out of
such injury or damage.
G.6.11. Contractor's Claim for Damage: Should the Contractor claim compensation for any
alleged damage by reason of the acts or omissions of the Town, he shall, within three days after
sustaining such damage, make a written statement to the Engineer, setting out in detail the nature
of the alleged damage, and on or before the 25th day of the month succeeding that in which any
such damage is claimed to have been sustained, the Contractor shall file with the Engineer an
itemized statement of the details and amount of such alleged damaged, and upon request, shall give
the Engineer access to all books of accounts, receipts, vouchers, bills of lading, and other books or
papers containing any evidence as to the amount of such alleged damage. Unless such statement
shall be filed as herein above required, the Contractor's claim for compensation shall be waived and
he shall not be required to payment on account of such damage.
G.6.12. Public Utilities and other Properly to be Changed: In case it is necessary to change or
move the property of any owner or of a public utility, such property shall not be moved or
interfered with until ordered to do so by the Engineer. The right is reserved to the owner of public
utilities to enter upon the limits of the contract for the purpose of making such changes or repairs
of their property as may be necessary for performance of the contract. The Town reserves the
right of entering upon the limits of the contract for the purpose of repairing or re-laying sewer and
water lines and appurtenance, repairing structures, etc., and for making other repairs, changes or
extension to any Town property.
G.6.13. Temporary Sewer and Drain Connections: When existing sewers have to be taken up
or removed, the Contractor shall, at his own cost and expense, provide and maintain temporary
outlets and connections for private and public drains and sewer. The Contractor shall also take
care of all sewage and drainage which will be received from these drains and sewers; and for this
purpose he shall provide and maintain, at his own expense, adequate pumping facilities and
temporary outlets or diversions. The Contractor, at his own expense, shall construct such
throughs, pipes or other structures necessary, and be prepared at all times to dispose of drainage
and sewage received from these temporary connections until such time as the permanent
connections are built and in service. The existing sewers and connection shall be kept in service
and maintained under the contract, except where specified or ordered to be abandoned by the
Engineer. All water or sewage shall be disposed of in a satisfactory manner so that no nuisance is
created, and so that the work under construction will be adequately protected.
G-17
G.6.14. Arrangement and Charge for Water Furnished by the Town: Where the Contractor
desires to use Town water in connection with any construction work, he shall make complete and
satisfactory arrangements with the Town Engineer before so doing. Where meters are used, the
charge for water will be as prescribed by ordinance; or, where no ordinance applies, payment shall
be made on estimates made by the Town Engineer.
G.6.15. Use of Fire Hydrants: No person shall open, turn off, interfere with, attach any pipe
or hose to, or connect anything with any fire hydrant, stop valve, or stop cock, or tap any water
main belonging to the Town, unless duly authorized to do so by the Town Engineer.
G.6.16. Use of a Section or Portion of the Work: Wherever in the opinion of the Engineer any
section or portion of the work or any structure is in suitable condition, it may be put into use upon
the written order of the Engineer, and such usage shall not be held to be in any way an acceptance
of said work or structure or any part thereof or as a waiver of any of the provisions of these
specifications or the contract pending final completion and acceptance of the work. All necessary
repairs and removals of any section of the work so put into use, due to defective materials or
workmanship or to operations of the Contractor shall be performed by the Contractor at his own
cost and expense.
G.6.17. Contractor's Responsibility for the Work: Until written acceptance by the Engineer, as
provided for in these specifications, the work shall be under the charge and care of the Contractor
and he shall take every precaution to prevent injury or damage to the work or any part thereof by
action of the elements or from any other cause whatsoever, whether arising from the execution or
non -execution of the work.. The Contractor shall rebuild, restore and make good at his own cost
and expense, all injuries or damages to any part of the work occasioned by any of the herein above
causes.
G.6.18. Contractor's Insurance: The Contractor at his own expense shall purchase, maintain
and keep in force during the life of this contract, adequate insurance that will protect the
Contractor and/or any Additional Insured from claims which may arise out of or result from
operations under this contact.
The insurance required shall provide adequate protections from all claims, whether such operations
be by the Contractor or by any Additional Insured or by any Subcontractor or by anyone directly
or indirectly employed by any of them, or by anyone whose acts of any of them may be liable and
from any special hazards, such as blasting, which may be encountered in the performance of this
contract in the amounts as shown below in sub -paragraph (A). The Contractor shall provide the
following:
(A) insurance and Amount: The Contractor shall furnish and maintain during the life of
the Contract adequate Worker's Compensation and Commercial General Liability
(Public) Insurance in such amounts as follows:
Worker's Compensation
Commercial General
Liability (Public)
G -1g
as required by law
$500,000 Each Accident
$1,000,000 Aggregate
$1,000,000 Products & Completed
Operations Aggregate
The Commercial General Liability (Public) insurance policy shall include an
endorsement CG 2503 "Amendment Aggregate Limit of Insurance per Project." The
endorsement shall preserve the entire aggregate required in the Commercial General
Liability (Public) insurance policy for the exclusive use in this contract. A copy of
this endorsement must be submitted with the contract documents. The Commercial
General Liability (Public) insurance policy shall be on an "Occurrence" basis. The
Contractor shall be required to have additional insurance for all work performed
within railroad R.Q.W. as required by the owner of such R.O.W. and said insurance
shall be in addition to the insurance amount required in sub -paragraph (A).
(B) Additional Insured: The Town of Westlake shall be an additional insured on the
Commercial General Liability (Public) Insurance Policy furnished by the Contractor.
(C) Written Notification: Each insurance policy shall contain a provision requiring that
thirty (30) days prior to expiration, cancellation, non -renewal or any material change
in coverage, a notice there of shall be given by certified mail to the Town Secretary.
(D) Premiums and Assessments: Companies issuing the insurance policies shall have no
recourse against the Town for payment of any premiums or assessments for any
deductibles which are at the sole responsibility and risk of the Contractor.
(E) Certificate of Insurance: The Contractor shall furnish the Town with four (4) valid
Certificate of Insurance Forms.
(F) Workers' Compensation: The Contractor shall furnish the Town with four (4) valid
copies of the Contractor's Certification of Workers' Compensation form to verify that
the Contractor has provided workers' compensation insurance for all employees of the
Contractor in accordance with Texas state laws.
(G) Insurance Policy: The Contractor shall furnish the Town with two (2) certified copies
of the insurance policies (not a certificate) to verify coverages afforded under the
policies within 40 calendar days from the date of the issuance of the Certificate of
Insurance Form.
(H) Primary Coverage: The coverages provided herein shall be primary and
noncontributory with any other insurance maintained by the Town of Westlake, Texas,
for its benefit, including self insurance.
In the event any insurance policy shown on the Certificate of Insurance has an
expiration date that is prior to the completion and final acceptance of the project by the
Town of Westlake, the Contractor shall furnish the Town proof of identical coverage
no later than thirty (30) days prior to the expiration date shown on the Certificate of
Insurance.
The Contractor shall not commence work on any Contract in the Town of Westlake
until the Contractor has obtained all the insurance required under this paragraph and
such insurance has been approved by the Town.
G-19
G.6.19- Workers' Compensation Insurance Coverage:
(A) Definitions:
Certificate of coverage ("certificate") - A copy of a certificate of insurance, a
certificate of authority. to self -insure issued by the commission, 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.
Duration of the project - Includes the time from the beginning of the work on the
project until the contractor's/person's work on the project has been completed and
accepted by the Town.
Persons providing services on the project ("subcontractor" in §406.096) - 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, independent contractors; subcontractors, leasing companies, motor
carriers, owner -operators, 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 equipment or materials, or
providing labor, transportation, or other service related to a project. "Services" does
not include activities unrelated to the project, such as foodibeverage vendors, office
supply deliveries, and delivery of portable toilets.
(B) The contractor shall 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 Code, Section 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 Town prior to being
awarded the 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 certificate of coverage with the Town showing that coverage has
been extended.
(E) 'The contractor shall obtain from each person providing services on a project, and
provide to the Town:
(1) A certificate of coverage, prior to that person beginning work on the project, so
the Town 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 of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project.
G-20
(F) The contractor shall retain all required certificates of coverage for the duration of the
project and for one year thereafter.
(G) The contractor shall notify the Town in writing by certified mail or personal delivery,
within '10 days after the contractor knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on the
project.
(H) The contractor shall post on each project site a notice, in the text, form and manner
prescribed by the Texas Workers' Compensation Commission, informing all persons
providing services on the project that they are required to be covered, and stating how
a person may verify coverage and report lack of coverage.
(I) The contractor shall contractually require each person with whom it contracts to
provide services on a project, to:
(1) 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 Code, Section 401.011(44) for all of its employees
providing services on the project, for the duration of the project;
(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 employees
of the person providing services on the project, for the duration of the project;
(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 other 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 coverage, prior to the
end of 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 Town 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 project,
and
(7) Contractually require each person with whom it contracts, to perform as
required by paragraphs (1) (7), with the certificates of coverage to be provided
to the person for whom they are providing services.
G-21
(J) By signing this contract or providing or causing to be provided a certificate of
coverage, the contractor is representing to the Town that all employees of the
contractor who will provide services on the project will be covered by workers'
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 commission'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 Town to declare the contract void if the contractor
does not remedy the breach within ten days after receipt of notice of breach from the
Town.
Section G.7. - Prosecution and Progress
G.7.1. Assirunent and Subletting: The Contractor further agrees that he will retain personal
control and will give his personal attention to the fulfillment of this contract and that he will not
assign by Power of Attorney, or otherwise, or sublet said contract, without the written consent of
the Town, and that no part of the work will be sublet to anyone objectionable to the Town
Engineer.
G.7.2. Prosecution of the Work: The Contractor shall begin the work to be performed under
this contract within the time limit stated in these specifications, and shall conduct the work in such
a manner and with sufficient equipment, materials, and labor as is necessary to insure its
completion within the time limit.
The sequence of all construction operations shall be at all times as directed by or approved by the
Engineer. Such direction or approval by the Engineer shall not relieve the Contractor from the full
responsibility of the complete performance of the contract. Should the prosecution of the work be
discontinued by the Contractor, he shall notify the Engineer at least twenty-four hours in advance
of resuming operation.
G.7.3. Limitation of Operations: The work shall be so conducted as to create a minimum
amount of inconvenience to the public.
At any time when, in the judgment of the Engineer, the Contractor has obstructed or closed or is
carrying on operations on a greater portion of the street or public way that is necessary for the
proper execution of the work, the Engineer may require the Contractor to finish the sections on
which work is in progress before operations are started on any additional section.
G.7.4. Time and Order of Completion: It is the meaning and intent of this contract, unless
otherwise herein specifically provided, that the Contractor shall be allowed to prosecute his work at
such time and seasons, in such order of precedence, and in such a manner as shall be most
conducive to economy of construction; provided, however, that the order and the time of
prosecution shall be such that the work shall be substantially completed as a whole and in part, in
accordance with this contract, the plans and specifications, and within the time of completion
designated in the proposal; provided, also, that when the Town is having other work done, either by
contract or by its own force, the Engineer may direct the timing of the contract, so that conflict will
be avoided and the construction of the various works being done for the Town shall be harmonized.
The Contractor shall submit, as such times as may reasonable be requested by the Engineer, a
schedule which shall show the order in which the Contractor will start the several parts of the
work, and estimated dates of completion of the several parts.
G.7.5. Extension of Time: Should the Contractor be delayed in the completion of the work by
any act or neglect of the Town or Engineer, or any employee of either, or by other Contractor's
employed by the Town, or by changes ordered in the work, or by strikes, lockouts, fires, and
unusual delays by common carriers, or unavoidable cause or causes beyond the Contractor's
control or by any cause which the Engineer shall decide justifies delay, then an extension of the
time shall be allowed for completing the work, sufficient to compensate for the delay, the amount
of the extension to be determined by the Engineer, provided, however that the Contractor shall give
the Engineer prompt notice in writing of the cause of such delay.
G.7.6. Hindrances and Delays: No claims shall be made by the Contractor for damages
resulting from hindrances or delays from any cause (except where the work is stopped by order of
the Town) during the progress of any portion of the work embraced in this contract. In case said
work shall be stopped by an act of the Town, then such expense as in the judgment of the Engineer,
caused by such stoppage of said work shall be paid for by the Town to the Contractor.
Once the work order is transmitted to the Contractor, the Contractor shall devote both manpower
and equipment to the project on a continuous basis each and every workday in sufficient quantity to
bring the project to completion without delay. The Town Engineer shall be the sole judge, with
appeal only to the Board of Aldermen, of whether the Contractor has devoted both manpower and
equipment to the project on a continuous basis to bring the project to completion. If the Engineer
or his designee should determine the Contractor has failed to diligently prosecute the project and
the Board of Aldermen does not reverse the decision of the Engineer or his designee, the Town
Engineer may have the remaining work performed by another contractor and deduct whatever is
paid to the substitute contractor from the Contractor's contract.
Failure to comply with the contractual provisions of a Town of Westlake construction contract or
failure to diligently pursue a project to completion shall be a basis for the Board of Aldermen
rejecting a future bid from said Contractor.
G.7.7. Failure to Complete on Time: The time of completion of the contract is of the essence.
For each working day that any work shall remain uncompleted after the time specified in the
proposal and contract, plus any authorized time extension granted in writing by the Town of
Westlake, or as automatically increased by additional work or materials ordered after the contract
is signed, the sum per day of $5,000.00, unless otherwise specified in the special provisions, will
be deducted from the moneys due the Contractor, not as a penalty but as liquidated damages.
The sum of money thus deducted for such delay, failure or noncompletion is not to be considered
as a penalty, but shall be deemed, taken and-thmted as reasonable liquidated damages, since it
would be impracticable and extremely difficult to fix the actual damages.
G-23
The Contractor shall also indemnify and hold the Town harmless including paying court costs and
defense fees from any property damage claims resulting from restriction of access caused by the
Contractor's negligent performance or undue delay.
G.7.8. Suspension by Court Order: The Contractor shall suspend such part or parts of the
work ordered by the court, and will not be entitled to additional compensation by virtue of such
court order. Neither will he be liable to the Town in the event the work is suspended by court
order.
G.7.9. Temporary Suspensions: The Engineer shall have the authority to suspend the work
wholly or in part for such period or periods as he may deem necessary due to unsuitable weather
conditions as are considered unfavorable for the suitable prosecution of the work. If it should
become necessary to stop the work for an indefinite period, the Contractor shall store all materials
in such a manner that they will not obstruct or impede the public unnecessarily nor become
damaged in any way and he shall take every precaution to prevent damage or deterioration.
G.7.14. ' Abandonment by Contractor: In case the Contractor should abandon and fail or refuse
to resume work within ten (10) days after written notification from the Town or the Engineer, when
such orders are consistent with the Contract Document, then, and in that case, where a
performance bond exists, the Surety on the bond shall be notified in writing and directed to
complete the work, and a copy of said notice shall be delivered to the Contractor.
After receiving said notice of abandonment, the Contractor shall not remove from the work any
materials, equipment, tools, or supplies then on the job, but the same, together with any materials
and equipment and under contract for the work may be held for use on the work by the Town of the
Surety on the construction bond, or another contractor in completion of the work; and the
Contractor shall not receive any rental or credit therefore (except when used in connection with
Extra Work where credit shall be allowed as provided for under Article G.4.5., Extra Work), it
being understood that the use of such equipment and materials will ultimately reduce the cost to
complete the work and be reflected in the final settlement.
G.7.11. Termination of Contract: The contract will be considered fulfilled, save as provided in
any maintenance stipulations, bond, or by law, when all the work has been completed, the final
inspection made by the Engineer, and final acceptance and final payment made by the To-vvn.
Section G.B. - Measurement and Payment
G.8.1. Quantities and Measurement: No extra or customary measurements of any kind will
be allowed, but the actual measured and/or computed length, area, solid contents. number and
weight only shall be considered, unless otherwise specifically provided.
G.8.2. Estimated Quantities: This agreement, including the specifications, plans, and
estimates, is intended to show clearly all work to be done and material to be furnished hereunder.
Where the estimated quantities are shown for the various classes of work to be done and material
to be furnished under this contract, they, are approximate and are to be used only as a basis for
estimating the probable cost of the work and for comparing the proposalsoffered for the work. It
G-24
is understood and agreed that the actual amount of work to be done and materials to be furnished
under this contract may differ somewhat from these estimates, and that where the basis for
payment under this contract is the unit price method, payment shall be for the actual amount of
such work done and the material furnished. Where payment is based on the unit price method, the
Contractor agrees that he will make no claim for damages, anticipated profits or otherwise on
account of any differences which may be found between the quantities of work actually done, the
material actually furnished under this contract and the estimated quantities contemplated and
contained in the proposal; provided, however, that in the case the actual quantity of any major item
should become as much as 25% less than the estimated or contemplated quantity for such items;
then either party to this Agreement, upon demand, shall be entitled to a revised consideration upon
the portion of the work above or below 25% of the estimated quantity.
A "Major Item" shall be construed to be an individual bid item incurred in the proposal that has a
total cost equal to or greater then five (5) percent of the total contract cost, computed on the basis
of the proposal quantities and the contract unit prices.
Any revised consideration is to be determined by agreement, between the parties otherwise by the
terms of this Agreement, as provided under "Extra Work" Article G.4.5.
G.8.3. Partial Payment: On or before the 10th of each month the Engineer shall prepare a
statement showing as completely as practicable the total value to the work done by the Contractor
up to and including the 25th day of the preceding month; said statement shall also include the value
of all sound materials delivered on the site of the work that are to be fabricated into the work;
providing the Contractor can produce a paid receipt for the materials.
The Town shall then pay the Contractor on or before the 25th day of the current month the total
amount of the Engineer's statement, less five percent (5%) of the amount thereof for contracts - th
a total contract price of four hundred thousand ($400,000.00) dollars or more, less ten percent
(101/6) for contracts with a total contract price of less than four hundred thousand ($400,000.00)
dollars but greater than or equal to ten thousand ($10,000.00) dollars, and in contracts for less than
ten thousand ($10,000.00) dollars the retainage shall be fifteen percent (151/o), which five percent
(5%), ten percent (10%) or fifteen percent (15%) shall be retained until final payment, and further
less all previous payments and all further sums that may be retained by the Town under the terms
of this Agreement.
It is understood, however, that in case the whole work be near to completion and some unexpected
and unusual delay occurs due to no fault or neglect on the part of the Contractor, the Town may -
upon written recommendations of the Engineer - pay a reasonable and equitable portion of the
retained percentage to the Contractor; or the Contractor at the Town's option, may be relieved of
the obligation for fully completing the work, and thereupon, the Contractor shall receive payment
of the balance due him under the work contract subject only to the conditions stated under "Final
Payment."
G.8.4. Final Completion and Acceptance: Within five (5) days after the Contractor has given ,
the Engineer written notice that the work has been completed, or substantially completed, the
Engineer and the Town shall inspect the work and within said time, if the work be found to be
completed or substantially completed in accordance with the Contract Documents, the Engineer
shall issue to the Town and the Contractor his Certificate of Completion, and thereupon it shall be
G-25
the duty of the Town within ten (10) days to issue a Certificate of Acceptance of the work to the
Contractor.
G.8.5. Final Payment: Upon the issuance of the Certification of Completion, the Engineer,
shall proceed to make final measurements and prepare final statement of the value of all work
performed and materials furnished under the terms of the Agreement and shall certify same to the
Town, who shall pay to the Contractor within thirty (30) days after the date of the Certificate of
Completion, the balance due the Contractor under the terms of this Agreement, provided he has
fully performed contractual obligations under the terms of this contract; and said payment shall
become due in any event upon said performance by the Contractor. Neither the Certificate of
Acceptance nor the final payment, nor any provisions in the Contract Documents, shall relieve the
Contractor of the obligation for the fulfillment of any warranty which may be required in the
Special Conditions of the specifications.
G.8.6. Payments Withheld: The Town may, on account of subsequently discovered evidence,
withheld or nullify the whole or part of any certificate to such extent as maybe necessary to
protect himself from loss on account of:
(a) Defective work not remedied
(b) Claims filed or reasonable evidence
indicating probable filing of claims
(c) Failure of the Contractor to make
payments properly to subcontractors
or for material or labor
(d) Damage to another contractor
When the above grounds are removed or the Contractor provides a Surety Bond satisfactorily to
the Town which will protect the Town in the amount withheld, payment shall be made for amount
withheld because of them.
G.8.7. Delayed Payments: Should the Town fail to make payment to the Contractor of the
sum named in any partial or final statement when payment is due, or should the Engineer fail to
issue any statement on or before the date above provided, then the Town shall pay to the
Contractor, in addition to the sum shown as due by such statement, interest thereon at the rate of
six percent (6%) per annum, unless otherwise specified, from date due until fully paid, which shall
fully liquidate any injury to the Contractor growing out of such delay in payment not promptly
made, as provided under "Partial Payment," and any time thereafter treat the contract as abandoned
by the Town and recover compensation, unless such payments were withheld in accordance with
the provisions of "Payments Withheld."
G.8.8. Time Filing Claims: It is further agreed by both parties hereto that all questions of
dispute or adjustment presented by the Contractor shall be in writing and filed with the Engineer
within thirty (30) days after the Engineer has given any directions, orders or instructions to which
the Contractor so desires to take exception. The Engineer shall reply to such written exceptions by
the Contractor and render his final decision in writing. It is further agreed that final acceptance of
the work by the Town and the acceptance by the Contractor of the final payment shall be a bar of
any claims by either party, except, where noted otherwise in the Contract Document.
G-26
ALL FORMSWITHIN SECTION "BP" MUST BE COMPLETED.
IF ANY FORM IS • COMPLETED •,.....
DATE:
PROPOSALOF
A CORPORATION ORGANIZED AND EXISTING UNDER THE LAWS OF THE STATE OF
A PARTNERSHIP CONSISTING OF
AN INDIVIDUAL TRADING AS
TO: THE HONORABLE MAYOR AND BOARD OF ALDERMEN
TOWN OF WESTLAKE
WESTLAKE, TEXAS
GENTLEMEN:
THE PURSUANT TO THE FOREGOING NOTICE TO BIDDERS, THE UNDERSIGNED BIDDER
HEREBY PROPOSES TO DO ALL THE WORK AND FURNISH ALL NECESSARY
SUPERINTENDENCE, LABOR, MATERIALS, AND EQUIPMENT TO COMPLETE ALL THE WORK
UPON WHICH HE BIDS, AS PROVIDED BY THE ATTACHED SPECIFICATIONS AND SHOWN ON
THE PLANS AND BINDS HIMSELF ON ACCEPTANCE OF HIS PROPOSAL TO EXECUTE A
CONTRACT AND BOND, ACCORDING TO THE ACCOMPANYING FORMS, FOR PERFORMING
AND COMPLETING THE SAID WORK WITHIN THE TIME STATED, AND MAINTAINING SAME AS
REQUIRED BY THE DETAILED SPECIFICATIONS FOR THE FOLLOWING PRICES, TO -WIT:
1 have read and I am aware of the above Town of Westlake requirements for this project.
Having a full understanding of these requirements, I hereby submit my bid for the project
In case my bid is chosen for
this project, I UNDERSTAND I MUST HAVE ALL OF THE REQUIRED FORMS COMPLETED AND
DELIVERED TO THE TOWN OF WESTLAKE no later than 15 working days after the date of being
informed (via facsimile or telephone) or the date of receipt of the contract forms (which ever
occurs first) for this project. I further understand any failure in the completion and submission
of a specific form is reason to reject the bid of my company and the Town of Westlake may
select the next lower bidder.
Contractor's name
(Please print)
Contractor's signature
Date
Addendum No. 4 BP -3
1PIDDER—S—Ma,11,1161p
(Must be signed by the Contractor)
The Town of Westlake wishes to thank you in advance for bidding on this project. Please be aware of
the following requirements for bidding Town of Westlake work. It is important that you read and understand
these qualification factors in order to achieve a rapid and smooth completion of the process. Correctly
completing the forms (such as CG 25 03 11 85 form, if it's required) will affect how quickly the order "to
proceed" and "to start the project" will be issued. All pertinent documents required by law and these
instructions must be correctly completed. A successful completion of them, will not only benefit the Town of
Westlake, but also you as the contractor, because among other things, the money reserved for the project will
be ready to be used in your project and prompt scheduled payment may be made without any further delays. If
you are unable to comply with formai requirements or fail to exercise due diligence in completing the required
contract forms, the contract may be awarded to the next lowest bidder for the reason time is of the essence in
these projects.
THE FOLLOWING FORMS MUST BE COMPLETED BY THE CONTRACTOR AND IT'S INSURANCE
COMPANY:
1. Proposal (to be completed by the contractor)
2. Experience Record (to be completed by the contractor and must be notarized)
3. Standard Form of Agreement (to be completed by the contractor)
4. Corporate Acknowledgment; or
Single Acknowledgment; or
Partnership Acknowledgment
NOTE Which ever is applicable to the contractor, Just one must be completed, and shall be
notarized.
5. Bonds: Payment Bond; and Performance Bond; and Maintenance Bond
NOTE: The contractor and the surety's representative shall complete All applicable Bond
forms.
6. Power of Attorney or Certificate of Authority of Attorney(s) In -Fact (issued by the surety's company)
7. Town of Westlake Certificate of Insurance form (to be completed by the insurance company)
8. Affidavit Re Provision of Insurance (to be completed by the contractor and Insurance company)
's•- • •an
9. Indemnification by the Contractor (to be completed by the contractor)
10. Contractor's Certification of Worker's Compensation (to be completed by the insurance agent)
11. Amendment CG 25 03 11 85 (Per Project) (provided by the insurance company).
NOTE: From October 1998, the form CG 25 0303 97 Designated Construction Project(s) General
Aggregate Limit will be available. From that date, the Town of Westlake will accept such form,
or the most current that is available in the market instead of CG 25 03 11 85.
(a) All signatures must be originals.
(b) The form CG 25 03 11 85 (or the most current one in use) must be included as part of the
contract,
(if it was part of the General Provisions and Requirements of the Bid package).
(c) Make sure the appropriate forms have been correctly notarized.
F-ATGTSM-T141 M, 21 rox,
I have discussed the insurance requirements of this project with my insurance provider and
have supplied them with the portion of the Instructions to Bidders that contains the insurance
specification. I understand that a failure to provide the insurance coverages required and proof of
same is grounds for rejecting my bid.
CONTRACTOR
BY
NAME
TITLE
DATE
I HAVE REVIEWED THE INSURANCEREQUIREMENTS CONTAINED IN BID
AND DETERMINED THAT OUR AGENCY CAN PROVIDE THE NEEDED
COVERAGES. I WILL EXECUTE AN UNMODIFIED CERTIFICATE OF INSURANCE
REFLECTING THE REQUIRED COVERAGES ONCE THE CONTRACTOR HAS ACQUIRED THE
COVERAGES FROM
Insurance Company Date
Town shall not be liable or responsible for, and shall be saved and held harmless by Contractor from and
against any and all suits, actions, losses, damages, claims, or liability of any character, type, or description,
including all expenses of litigation, court costs, and attorney's fees for injury or death to any person, or injury to
any property, received or sustained by any person or persons or property, arising out of, or occasioned by,
directly or indirectly, the performance of Contractor under this agreement, including claims and damages
arising in part from the negligence of Town, without; however, waiving any governmental immunity available to
the Town under Texas law and without waiving any defenses of the parties under Texas law. The provisions of
this indemnification are solely for the benefit of the parties hereto and not intended to create or grant any
rights, contractual or otherwise, to any other person or entity.
It is the expressed intent of the parties to this Agreement that the indemnity provided for in this section is an
indemnity extended by Contractor to indemnify and protect Town from the consequences of Town's own
negligence, provided, however, that the indemnity provided for in this section shall apply only when the
negligent act of Town is a contributory cause of the resultant injury, death, or damage, and shall have no
application when the negligent act of Town is the sole cause of the resultant injury, death, or damage, unmixed
with the legal fault of another person or entity.
Contractor further agrees to defend, at its own expense, and on behalf of Town and in the name of Town, any
claim or litigation brought in connection with any such injury, death, or damage.
The Contractor will secure and maintain Contractual Liability insurance to cover this indemnification agreement
that will be primary and noncontributory as to any insurance maintained by the Town for its own benefit,
including self-insurance. In addition, Contractor shall obtain and file with Town a Town of Westlake Certificate
of Insurance evidencing the required coverage.
Company Name (Contractor)
Signature
Name (Please Print)
Title
1f 31Iii-4W
PRICES TO BE WRITTEN IN WORDS
ITEM ESTIMATED TOTAL
NO. QUANTITY ITEM DESCRIPTION UNIT PRICE PRICE
FURNISH, CONSTRUCT, AND INSTALL COMPLETE IN PLACE
SCHEDULE A - PRECINCT LINE DUCTBANK (FROM SOUTHERN TOWN LIMIT TO SH114)
A-01. 8,334 LF CONSTRUCT TELECOM. DUCTBANK AS DETAILED
ON PLANS AND AS PER ALIGNMENT SHOWN
ON CIVIL DRAWINGS.
DOLLARS
CENTS PER L.F. $-
A-02. 12 EA. MANHOLES
DOLLARS
CENTS PER EA. $ $
A-03. 5 EA. PULL BOXES
DOLLARS
CENTS PER EA. $
A-04. 100 LF. ADDITIONAL DEPTH (<5 VERTICAL
FEET) OF DUCTBANK BEYOND DEPTH
SHOWN ON THE DRAWINGS, AS
DIRECTED BY THE ENGINEER
DOLLARS
CENTS PER LF. $ S
SUB -TOTAL SCHEDULE A $
SCHEDULE B - KIRKWOOD BLVD DUCTBANK (FROM PRECINCT LINE TO SH114)
B-01. 5,819 LF CONSTRUCT TELECOM. DUCTBANK AS DETAILED
ON PLANS AND AS PER ALIGNMENT SHOWN
ON DRAWINGS.
DOLLARS
CENTS PER L.F. $ $
B-02. 9 EA. MANHOLES
DOLLARS
CENTS PER EA. $ $
B-03. 5 EA. PULL BOXES
DOLLARS
CENTS PER EA. $ $
ITEM ESTIMATED
NO. QUANTITY ITEM DESCRIPTION
UNIT PRICE
FURNISH, CONSTRUCT, AND INSTALL COMPLETE IN PLACE
B-04. 100 LF. ADDITIONAL DEPTH (<5 VERTICAL
FEET) OF DUCTBANK BEYOND DEPTH
SHOWN ON THE DRAWINGS, AS
DIRECTED BY THE ENGINEER
DOLLARS
CENTS PER LF. $
SUB -TOTAL SECTION B $
TOTAL
PRICE
SCHEDULE C - SAM SCHOOL RD. DUCTBANK (FROM KIRKWOOD TO TOWN LIMIT)
C-01. 2,343 LF CONSTRUCT TELECOM. DUCTBANK AS DETAILED
ON PLANS AND AS PER ALIGNMENT SHOWN
ON DRAWINGS.
DOLLARS
CENTS PER L.F. $ $
C-02. 4 EA. MANHOLES
DOLLARS
CENTS PER EA. $ $
C-03. 100 LF. ADDITIONAL DEPTH (<_5 VERTICAL
FEET) OF DUCTBANK BEYOND DEPTH
SHOWN ON THE DRAWINGS, AS
DIRECTED BY THE ENGINEER
DOLLARS $
CENTS PER LF. $
SUB -TOTAL SECTION C $
MISCELLANEOUS ITEMS
D-01. 30 LF ASPHALT PAVEMENT REMOVAL &
REPLACEMENT
DOLLARS $
CENTS PER L.F. $
Addendum No. 4 BP -9
SUB -TOTAL SECTION D
TOTAL BASE BID (SECTIONS A+B+C+D) $
Receipt is acknowledged of the following addenda:
Addendum No. 1
Addendum No. 2
Addendum No. 3
Addendum No. 4
Addendum No. 5
Addendum No. 4 BP -10
TOTAL
ITEM
NO.
ESTIMATED
QUANTITY
ITEM DESCRIPTION
UNIT PRICE
PRICE
FURNISH, CONSTRUCT, AND INSTALL COMPLETE IN PLACE
D-02.
225 LF
CONCRETE PAVEMENT REMOVAL &
REPLACEMENT
S
DOLLARS
CENTS PER L.F.
$
D-03.
50 CY
CONCRETE ENCASEMENT OF TELECOM
DUCTBANK
S
DOLLARS
CENTS PER CY
$
D-04.
16,496 LF
TRENCH SAFETY SYSTEM, INCLUDING
DESIGN & IMPLEMENTATION
DOLLARS
CENTS PER LF
$
SUB -TOTAL SECTION D
TOTAL BASE BID (SECTIONS A+B+C+D) $
Receipt is acknowledged of the following addenda:
Addendum No. 1
Addendum No. 2
Addendum No. 3
Addendum No. 4
Addendum No. 5
Addendum No. 4 BP -10
THE UNDERSIGNED BIDDER AGREES TO COMMENCE WORK WITHIN TEN (10) DAYS AFTER
THE DATE OF WRITTEN NOTICE TO COMMENCE WORK, AND TO SUBSTANTIALLY
COMPLETE THE WORK ON WHICH HE HAS BID WITHIN 150 CALENDAR DAYS AS
PROVIDED IN THE GENERAL CONDITIONS OF AGREEMENT.
ENCLOSED WITH THIS PROPOSAL IS A CASHIER'S OR CERTIFIED CHECK
FOR 5% Greatest Amount Bid
($ 5% GAB ) DOLLARS, ORA PROPOSAL BOND IN THE SUM OF
DOLLARS, WHICH IT IS AGREED SHALL BE COLLECTED AND RETAINED BY THE OWNER AS
LIQUIDATED DAMAGES IN THE EVENT THIS PROPOSAL IS ACCEPTED BY THE OWNER
WITHIN SIXTY (60) DAYS AFTER THE DATE ADVERTISED FOR THE RECEPTION OF BIDS AND
THE UNDERSIGNED FAILS TO EXECUTE THE CONTRACT AND THE REQUIRED BOND WITH
THE OWNER, UNDER THE CONDITIONS HEREOF, WITHIN TEN (10) DAYS AFTER THE SAID
PROPOSAL IS ACCEPTED BY THE OWNER AND RECEIVED BY THE UNDERSIGNED;
OTHERWISE, SAID CHECK OR BOND SHALL BE RETURNED TO THE UNDERSIGNED UPON
DEMAND.
THE UNDERSIGNED HEREBY DECLARES THAT HE HAS VISITED THE SITE AND HAS
CAREFULLY EXAMINED THE CONTRACT DOCUMENTS RELATIVE TO THE WORK COVERED
BY THE ABOVE BID.
RESPECTFULLY SUBMITTED:
wi
EXPERIENCE RECORD
List of projects bidder has successfully completed:
Amount of Date Name and Address
Contract Award Type of Work Accepted of Owner
List of projects bidder is now engaged in completing:
Amount of Date Name and Address
Contract Award Type of Work Accepted of Owner
List of Surety Bonds in force on the above uncompleted work:
Amount of
Contract Award
Amount of
Bond
Acknowledgment on next page must be filled in.
Name of Surety
Company
Submitted by:
with principal office at
a partner
an individual
a corporation
TO BE FILLED IN BY CORPORATION TO BE FILLED IN BY PARTNERSHIPS:
Date Incorporated Date Formed
Under the Laws of State whether partnership is
(State) general limited or associated.
Executive Officer
List of Members:
State of _
County of
, being duly sworn, deposes and says that he is the
of
(Title) (Name of Organization)
and that the answers to the foregoing questions on the attached forms and all statements herein are
true and correct; that the experience record is made a part of this affidavit as through written in full
herein, and all statements and answers to questions given in the above mentioned experience record
are true and correct.
Sworn to before me this
20
My Commission Expires:
(Seal)
(Signature)
day of
Notary Public
Addendum No. 4 BP -13
to the
SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
TELECOMMUNICATIONS DUCTBANK
OCTOBER 27, 2000
TOWN OF WESTLAKE
SCOTT BRADLEY
MAYOR
-BOARD OF ALDERMEN
FRED HELD - MAYOR PRO TEM
DON REDDING BUDDY BROWN
LARRY SPARROW -BILL FREY
TRENT O. PETTY
TOWN MANAGER
W. JEFF WILLIAMS, P.E.
TOWN ENGINEER
TURNER ENGINEERS, INC. r�P,. ° . �.""••..,SYs ti
CONSULTING ENGINEERS os�
TWO ENERGY SQUARE
4849 GREENVILLE AVE., SUITE 1200 5 `"" '°
lhJ J 'LIAfA a
DALLAS, TEXAS 75206-4130 i f ....
PHONE: (214) 378-5200 a C5174
r
GRAHAM ASSOCIATES, INC. NAIL
CONSULTING
CONSULTING ENGINEERS & PLANNERS
616 SIX FLAGS DR., SUITE 400
ARLINGTON, TEXAS 76011
PHONE: (817) 640-8535 ®-2 80
Bids to be opened Thursday, November 2, 2000 at 2:00 p.m.
October 27, 2000
The following modifications, clarifications, additions, or deletions shall be made to the
appropriate sections of the Contract Documents:
GENERAL
The attached soil boring logs are provided for informational purposes. Their general
locations are as follows:
Boring B-4 — Kirkwood Blvd, near centerline Station 31+50.
Boring B-9 — Future Precinct Line Rd., between proposed roadway centerline and
proposed ductbank centerline, near Station 135+50.
Boring B-14 - Future Precinct Line Rd., between proposed roadway centerline and
proposed ductbank centerline, near Station 114+05.
Clarification:
The Town intends to consider both the calendar days bid (if less than 150) and the Total
Base Bid in order to award the contract for this project.
Modification: Delete previous versions of the Bid Proposal and insert the attached Bid
Proposal in the appropriate section of the contract documents.
Clarification: The Contractor Compliance to Texas Sales Tax Code form does not need
to be completed until such time as the Contract is executed.
Item 1 Clarification: Manholes shall be 12' by 12' nominal dimensions. Larger
manholes are acceptable, not to exceed 15' outside dimensions.
Item 2 Clarification/Modification: Pull -boxes shall be 8' by 8' minimum inside
clear dimension. Pull -boxes shall include bottoms. Entry to pull -boxes
shall be ring and cover rather than hinged doors.
Item 3 Clarification: Lettering on manhole covers shall be 2" nominal dimension
vertical. 80% height to width aspect ratio in a font that is legible,
preferably Arial or straight block font of similar type.
Item 4 Clarification regarding backfill/embedment requirements: Sand cushion
shall be 12" above top of top conduit.
Item 5 Addition: Contractor shall furnish and install conduit plugs in all conduits
in manholes and pull boxes.
Item 6 Deletion: Remove rebar on details for concrete encasement.
Item 7 Addition: The attached Stormwater Pollution Prevention Plan (SWPPP)
shall be added to the Contract Documents. Contractor shall submit the
Notice of Intent to comply with the requirements of the SWPPP along with
the Town.
Item 8 Clarification: Contractor will be required to provide protective fencing
around trees that are not marked for removal that are in close proximity to
the work area. This is a subsidiary item.
END OF ADDENDUM NO. 5
RECEIPT OF THIS ADDENDUM SHALL BE ACKNOWLEDGED IN THE
APPROPRIATE SPACE IN THE CONTRACTOR'S BID PROPOSAL
rdflfflg.
FORMSALL BP MUSTCOMPLETED. SHALL REJECTED
IF ANY FORM IS NOT COMPLETED APPROPRIATELY.
DATE: 11/2/00
PROPOSAL OF Leigh Engineering, Inc.
A CORPORATION ORGANIZED AND EXISTING UNDER THE LAWS OF THE STATE OF
Texas
A PARTNERSHIP CONSISTING OF
AN INDIVIDUAL TRADING AS
TO: THE HONORABLE MAYOR AND BOARD OF ALDERMEN
TOWN OF WESTLAKE
WESTLAKE, TEXAS
GENTLEMEN:
THE PURSUANT TO THE FOREGOING NOTICE TO BIDDERS, THE UNDERSIGNED BIDDER
HEREBY PROPOSES TO DO ALL THE EQUIPMENT PMENRK DFURNISH T TO COMPLETE ALL THE WORK
LL NECESSARY
SUPERINTENDENCE, LABOR, MATERIALS, AN
UPON WHICH HE BIDS, AS PROVIDED BY THE ATTACHED SPECIFICATIONS AND SHOWN ON
THE PLANS AND BINDS HIMSELF ON ACCEPTANCE OF HIS PROPOSAL TO EXECUTE A
CONTRACT AND BOND, ACCORDING TO THE ACCOMPANYING FORMS, FOR PERFORMING
AND COMPLETING THE SAID WORK WITHIN THE COIME STATE, AND R THE FOLDOWING PRINTAINING CES, TO -WIT: ME AS
REQUIRED BY THE DETAILED SPECIFICATION
Addendum No. 5 BP -2
1.) THE TOWN WILL PROVIDE "BASIC' HORIZONTAL & VERTICAL CONTROL
(SEE SECTION 01051). THE TOWN WILL PROVIDE ONE TIME
CONSTRUCTION STAKING. SUBSEQUENT CONSTRUCTION STAKING WILL
BE THE RESPONSIBILITY OF THE CONTRACTOR. IN ADDITION, THE TOWN
WILL PERFORM FIELD SURVEYING TO TIE THE ACTUAL LOCATION OF THE
DUCT BANK. THE CONTRACTOR SHALL BE RESPONSIBLE FOR
COORDINATION WITH THE TOWN.
2.) ALL UNDERGROUND UTILITY LOCATIONS AS SHOWN ON THE PLANS ARE
APPROXIMATE. THE CONTRACTOR SHALL BE RESPONSIBLE FOR
DETERMINING THE EXACT LOCATIONS OF ALL UNDERGROUND UTILITIES
AND NOTIFYING THE VARIOUS UTILITIES BEFORE CONSTRUCTION. THE
DETERMINATION OF THE LOCATIONS OF THE UTILITIES SHALL NOT BE
CONSIDERED SUFFICIENT BASIS FOR CLAIMS FOR ADDITIONAL
COMPENSATION FOR EXTRA WORK OR FOR INCREASING THE PAY
QUANTITIES IN ANY MANNER WHATSOEVER.
3.) ALL GAS, TELEPHONE, CABLE AND POWER LINES TO BE ADJUSTED
SHALL BE ADJUSTED BY OTHERS.
4.) ALL ADJACENT PROPERTY DAMAGED BY THE PROPOSED
CONSTRUCTION SHALL BE RESTORED TO EQUAL OR BETTER CONDITION
THAN WHICH IT WAS FOUND BEFORE SUCH WORK WAS UNDERTAKEN
(NON -PAY ITEM).
5.) PAVEMENT REPAIR PAY QUANTITIES WILL BE LIMITED TO THE MAXIMUM
TRENCH WIDTH PLUS TWO FEET. ANY ADDITIONAL TRENCHING
REQUIRED FOR TRENCH SAFETY PURPOSES SHALL BE CONSIDERED
PART OF THE UNIT PRICE FOR TRENCH EXCAVATION.
6.) THE CONTRACTOR SHALL NOT BE PERMITTED TO HAVE ANY OPEN
TRENCHES AT THE END OF EACH WORKING DAY UNLESS APPROVED BY
THE ENGINEER.
7.) ALL CUT AND FILL SLOPES SHALL BE 4:1 EXCEPT AS NOTED ON THE
PLANS OR AS DIRECTED BY THE ENGINEER. CUT SLOPES MAY BE
STEEPENED TO PROTECT EXISTING TREES AND FENCES ONLY WITH
PRIOR APPROVAL OF THE ENGINEER. ALL PROPERTY ADJACENT TO THE
PROPOSED CONSTRUCTION SHALL BE GRADED AS DIRECTED BY THE
ENGINEER (NON -PAY ITEM).
01000-1
8.) TRENCH BACKFILL SHALL BE IN ACCORDANCE WITH "TRENCH BACKFILL"
SPECIFICATIONS AND DETAILS. NO WATER JETTING WILL BE ALLOWED.
A 2 INCH LAYER OF LEVELING SAND IS REQUIRED UNDER SIDEWALKS.
9.) THE CONTRACTOR SHALL PRESERVE ALL EXISTING PAVEMENT,
SHOULDERS, DRIVEWAYS AND SIDEWALKS. THE REMOVAL AND
REPLACEMENT OF THE SAID ITEMS SHALL ONLY BE DEEMED NECESSARY
IN ORDER TO COMPLETE THE PROJECT OR AS DIRECTED BY THE
ENGINEER. ANY DAMAGE NOT DEEMED NECESSARY FOR THE
COMPLETION OF SAID PROJECT SHALL BE REPLACED TO EQUAL OR
BETTER CONDITIONS AS A NON -PAY ITEM,
10.) WHERE APPLICABLE, THE CONTRACTOR SHALL PLACE RUBBER MATS OR
EARTH ON THE PAVEMENT TO PROTECT IT FROM TRACK MARKS AND/OR
CRACKING DURING CONSTRUCTION (NON PAY ITEM).
11.) THE TOWN OF WESTLAKE WILL NOT REIMBURSE THE CONTRACTOR FOR
ANY WATER USED TO PERFORM THE WORK AS REQUIRED IN THE
CONTRACT.
12.) ALL DISTURBED AREAS SHALL BE FINISHED TO GRADE, SMOOTHED WITH
A SUITABLE CEMENT FREE TOP SOIL (2" MINIMUM) AND SEEDED OR
SODDED AS OUTLINED IN THE SPECIFICATIONS OR DIRECTED BY THE
ENGINEER.
13.) ALL EXCAVATED MATERIAL DEEMED EXCESS OR UNSUITABLE FOR
BACKFILL SHALL BE DISPOSED OF BY THE CONTRACTOR AT A SPOIL SITE
DESIGNATED BY THE OWNER AT NO ADDITIONAL COST TO OWNER. THE
SPOIL SITE LOCATIONS SHALL BE ON-SITE AS DIRECTED BY THE TOWN
ENGINEER. THE LOCATIONS SHALL BE WITHIN 150 FEET AND ALONG THE
TEMPORARY CONSTRUCTION EASEMENT IN THE FUTURE PRECINCT LINE
RIGHT OF WAY.
PAVEMENT,14.) ALL EXISTING ,D GUTTER, AND SIDEWALKTO BE
DISPOSEDREMOVED SHALL BE R•
15.) THE CONTRACTOR SHALL PRESERVE ALL TREES, SHRUBS, SPRINKLER
SYSTEMS, FENCES, MAIL BOXES AND OTHER PROPERTY OWNER
IMPROVEMENTS NOT NOTED FOR REMOVAL. THE REMOVAL AND/OR
REPLACEMENT OF THE SAID PROPERTY OWNER IMPROVEMENTS BY THE
CONTRACTOR SHALL BE CONSIDERED AS A NON -PAY ITEM UNLESS A
PAY ITEM EXISTS FOR THE SPECIFIC IMPROVEMENT. THE CONTRACTOR
SHALL COMPLY WITH THE TREE PROTECTION ORDINANCE.
01000-2
16.) THE CONTRACTOR SHALL GIVE THE TOWN, RESIDENTS AND BUSINESSES
AFFECTED BY ANY ANTICIPATED WATER OR SEWER SERVICE
DISRUPTIONS AT LEAST FORTY EIGHT (48) HOURS PRIOR NOTICE.
17.) THE CONTRACTOR IS RESPONSIBLE TO PROTECT ALL WATER AND
SEWER LINES AND PRIVATE UTILITIES CROSSING THE PROJECT. THE
CONTRACTOR SHALL REPAIR ALL DAMAGED LINES IMMEDIATELY. ALL
REPAIRS OF EXISTING WATER MAINS, WATER SERVICES, SEWER MAINS,
AND SANITARY SEWER SERVICES SHALL BE CONSIDERED A NON -PAY
ITEM.
18.) TESTING SHALL BE PERFORMED BY THE TOWN OF WESTLAKE. THE
CONTRACTOR SHALL BE RESPONSIBLE FOR COORDINATION WITH THE
TOWN'S TESTING FIRM. THE TESTING SHALL BE IN ACCORDANCE WITH
REQUIREMENTS OF THE NORTH CENTRAL TEXAS COUNCIL OF
GOVERNMENTS.
19.) CLEARING AND GRUBBING NECESSARY FOR THE CONSTRUCTION OF
THE DUCTBANK SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR.
PRIOR TO TREE REMOVAL, THE ENGINEER MUST APPROVE THE
REMOVAL.
20.) TREE MITIGATION SHALL BE PERFORMED BY THE TOWN.
21.) THE PERMANENT AND TEMPORARY CONSTRUCTION EASEMENTS ARE
SHOWN ON THE CONSTRUCTION PLANS.
22.) THE STORMWATER POLLUTION PREVENTION PLAN (SWPPP) SHALL BE
PREPARED BY THE TOWN AND IS PART OF THE CONSTRUCTION PLANS.
THE CONTRACTOR SHALL JOINTLY WITH THE TOWN SUBMIT THE NOTICE
OF INTENT (NOI) AS PER FEDERAL REGULATIONS.
23.) PAYMENT, PERFORMANCE AND MAINTENANCE BONDS SHALL BE
REQUIRED OF THE CONTRACTOR. THE FORMS ARE INCLUDED WITH THE
SPECIFICATIONS.
24.) A CASHIER'S OR CERTIFIED CHECK OR BID BOND IN THE AMOUNT OF 5%
OF THE GREATEST AMOUNT BID SHALL BE SUBMITTED WITH THE BID.
25.) THE TOWN SHALL PROVIDE INSPECTION FOR THE PROJECT.
26.) IN THE CASE ROCK IS ENCOUNTERED IN THE TRENCH EXCAVATION, THE
CONTRACTOR SHALL SUBMIT A REQUEST FOR CHANGE ORDER TO THE
TOWN.
01000-3
27.) THE CONTRACTOR SHALL DEVOTE BOTH MANPOWER AND EQUIPMENT
TO THE PROJECT ON A CONTINUOUS BASIS EACH AND EVERY WORKDAY
IN SUFFICIENT QUANTITY TO BRING THE PROJECT TO COMPLETION
WITHOUT DELAY. IF IT IS DETERMINED THE CONTRACTOR HAS FAILED
TO DILIGENTLY PROSECUTE THE PROJECT, THE TOWN MAY ELECT TO
HAVE THE REMAINING WORK PERFORMED BY ANOTHER CONTRACTOR
AND DEDUCT WHATEVER IS PAID TO THE SUBSTITUTE CONTRACTOR
FROM THE CONTRACTOR'S CONTRACT. SUCH ACTION MAY BE A BASIS
FOR THE BOARD OF ALDERMEN REJECTING A FUTURE BID FROM SAID
CONTRACTOR.
01000-4
'11. ! •''_
The work to be performed under this contract consists of furnishing all concrete,
steel, appurtenances, tools, equipment, labor and incidentals necessary to install
telecommunications duct bank facilities for the Town of Westlake along future
Precinct Line Road, Kirkwood Boulevard and Sam School Road.
The Engineer shall have the authority to specify the sequence of work to be
performed for all work specified within the scope of the project.
The Contractor shall provide and maintain access at all times for all business
locations during the construction as a non -pay item.
The Town of Westlake shall not reimburse the Contractor for any water used to
perform the work as required in this contract.
The Contractor shall review and understand the requirements for solid waste
disposal (Section 01516).
1.2. JOB CONDITIONS
A. PROJECT LIMITS
1. The Contractor shall confine his operations to the limits of the right-of-way and
easements furnished by the Town.
2. The Contractor shall use extreme caution when working near adjacent
properties so as to minimize the inconvenience to the public caused by the work
herein.
3. When the Contractor is in doubt of the right-of-way or alignment, the Contractor
shall request and follow the directions of the Engineer.
4. Any property corner or right-of-way marker removed or destroyed shall be
replaced at the Contractor's expense.
B. EXPLOSIVES
The use of explosives will not be permitted on this project.
C. PROPERTY PRESERVATION
The Contractor shall be responsible for the preservation and protection of all trees,
shrubs, sprinkler systems, fences, mail boxes, and other property owner
improvements located within the limits of construction. The destruction or damage
of said property owner improvements by the Contractor designated for preservation
shall be replaced or repaired at the Contractor's expense.
D. TRAFFIC CONTROL
The Contractor shall route traffic and barricade all roads as required by the Town
of Westlake. The information concerning the traffic control requirement can be
obtained from the Engineer prior the bid opening. All barricades, signs and traffic
control devices required for the project shall be a non -pay item.
1.3. REFERENCE SPECIFICATIONS
A. Town of Westlake — Engineering Standards, latest edition
B. North Central Texas Council of Governments — Standard Specifications for
Public Works Construction, latest edition
C. Texas Department of Transportation — 1993 Standards for Construction of
Highways, Street and Bridges, with supplemental special provisions.
01010-2
EOTOTS ♦ •'
A. Contractor shall coordinate with all utility companies to field verify the horizontal
and vertical locations of all utilities which may conflict with the alignments shown
and shall notify the Engineer of any conflicts that may exist prior to construction.
01050-1
1. DESCRIPTION: This item shall consist of preparing ground, providing, and
planting seed, or a mixture of seeds, or the kind specified along and across such
areas as are designated by the project engineer.
2. MATERIALS: The type seed used shall be in accordance with COG
Specification, Section 3.10, and approved by the Engineer and Owner. All seed
must carry a Texas Seed Label showing purity and germination, name and type
of seed and that the seed meets all requirements of the Texas Seed Law. Seed
furnished shall be of the previous season's crop and the date of analysis shown
on each tag shall be within 9 months of the time of delivery to the project. Each
variety of seed shall be furnished and delivered in separate bags or containers.
A sample of each variety of seed shall be furnished for analysis and testing when
directed by the Engineer. Grass seed shall equal or exceed 95% purity and 90%
germination. The type seed shall be submitted to the Engineer for approval prior
to hydromulching. The following are additional requirements for grass:
a. Seed: Common Bermudagrass (Cynodon dactylon): Extra fancy, hulled
and treated lawn type seed with purity of 95% of better and germination of
85% or better, and per requirements of Texas Seed Law. Weed content
less than 1/2". No noxious weeds.
b. Virgin wood cellulose fiber for hydromulch - Weyerhauser or Conweb with
green color additive.
3. PLANTING SEASON: Planting of hulled bermuda grass seed shall be done
between the months of April through September. The density of seeds planted
shall be 80 pounds per acres. A blend of 30 pounds Rye grass and 40 pounds
unhulled bermuda may be used between the months of February through April, if
approved by the project engineer. Seeding to be used between September and
February will be 50 pounds per acre of rye grass if approved by project engineer.
4. CONSTRUCTION METHODS: The designated areas shall raked, leveled and
fine graded as necessary to provide a smooth uniform grade, free of ruts,
depressions, humps and objectionable soil clods, prior to seeding. The area
shall also be free of weeds, rubbish, and building materials. Any low areas shall
also be filled to prevent ponding. All particles in the seed bed shall be reduced to
less than one inch (1") in diameter or they shall be removed. The area to be
seeded shall be loosened or disked prior to placement of seed in areas that
appear to be overly compacted or to destroy existing vegetation at the direction
of the Project Engineer or authorized representative. The cost of any chemical
01160-1
treatment to the soil in order to establish a uniform stand of grass will be
subsidiary to "Hydromulch Seeding". Seeding of the type specified shall be
performed in accordance with the requirements in COG Specification 3.10 except
as hereinafter described:
a. Watering: The seeded areas shall be watered as necessary (including
temporary irrigation) to establish grass as described in Establishment
and Acceptance of Seeding.
b. Hydro -Mulch Seeding: In accordance with COG Specification 3.10.7
Alternate methods for placement of seed may be used if approved by the
Engineer.
5. MEASUREMENT: Work and acceptable material for "Seeding" will be measured
by the lump sum, complete in place.
6. PAYMENT: The work performed and materials furnished will be paid for in the
lump sum, which price shall be full compensation for furnishing all materials and
for performing all operations necessary to complete the work, including fertilizer.
Once a "uniform stand of grass" is provided, the City will provide payment for the
seeding. See definition of "uniform stand of grass" below.
7. ESTABLISHMENT AND ACCEPTANCE OF SEEDING: Regardless of
unseasonable climatic conditions or other adverse conditions affecting planting
operations and the growth of the grass, it shall be the sole responsibility of the
Contractor to establish a uniform stand of grass as herein specified. When
adverse condition such as drought, cold weather, high winds, excessive
precipitation, or other factors prevail to such an extent that satisfactory results
are unlikely, the Owner may, at his own discretion, stop any phase of the work
until conditions change to favor the establishment of grass. The Contractor shall
be responsible for mowing until acceptance by Owner.
Uniform Stand of Grass: A uniform stand with complete coverage of the specified grass
shall be defined as not less than one hundred fifty (150) growing plants per square foot
seeded. Growing plants shall be defined as healthy grass plants of two blades or more
at least 2 inches tall.
POST -PLANTING MAINTENANCE: Maintenance shall begin immediately after each
portion of grass area is planted. It will be the Contractor's responsibility to maintain the
existing grades and leave them in a true and even condition after planting. The
Contractor may also, at the sole expense of the Contractor, establish temporary turf to
provide erosion control. All planted areas will be protected and maintained by watering,
weed control, mowing, and replanting as necessary for at least thirty (30) days after
initial planting and for as much longer as necessary to establish a UNIFORM STAND
WITH COMPLETE COVERAGE OF THE SPECIFIED GRASS.
FERTILIZER (Subsidiary to SeedingItem
1. Uniform composition.
2. Pelletized.
3. Containing following minimum percentage of plant food by weight*
a. Nitrogen- 16% or Nitrogen: 15%
b. Phosphoric Acid- 4% or Phosphoric Acid- 5%
C. Potash: 8% or Potash: 10%
4. The fertilizer shall be delivered to the site in bag or other convenient containers,
each fully labeled, conforming to the applicable state fertilizer laws, and bearing
the name, trade name or trademark, and warranty of the producer.
MULCH
1 Maximum Moisture Content...............................12% ± 3%,
\/TM -47
2. Cellulose Fiber Content ............................98.6% ± 2%, ASTM
D-586
3. Ash Content ................................ 1.6% MAXIMUM, ASTM D-
586
4. PH ............................................................
6.5 ± 1
5. Minimum Water Holding Capacity .................... 90% MINIMUM,
VTM-46
6. Mulch shall be dyed green with a biodegradable dye that does not inhibit plant
growth.
7. Wood fiber mulch shall be packaged in units not exceed 100 lbs. The package
shall contain current labels, the manufacturer's name and the net weight.
01160-3
TACKIFIER:
1. Terra Tack AR or Terra Tack 11 as manufactured by Grass Growers, 424 Cottage
Place, Plainfield, New Jersey, 02060.
Water: Potable, available on-site. Contractor shall furnish temporary hoses and
connections as required. Contractor shall pay for all water until Final
Acceptance.
APPLICATION (Hydromulch Seed Only)
A. Apply hydromulch material with an approved spray applicator equipment suitable
for the seed, mulch and stabilizer specified.
B. Apply materials at the following rates or as approved by the Landscape Architect.
1. Mulch with Tackifier 1,600 pounds per acre (36.75 lbs/1000 sf.)
2. Fertilizer: 523 pounds per acre (12.0 lbs./1000 sf).
3. Hulled Common Bermuda Grass: 87 pounds per acre (2 lbs/1000 sf).
4. Tackifier: as specified by manufacturer.
C. Water all hydromulched areas to a minimum depth of 4 inches
01160-4
1.1. DESCRIPTION
The Contractor shall prepare a progress and a schedule bar chart based upon
date of notice to proceed. This chart shall list the major items in sequence of
construction and their estimated times of completion. An updated chart shall be
submitted each month.
1.2. SUBMITTAL
A preliminary schedule chart shall be submitted at or before the pre -construction
conference. The Contractor shall submit an updated progress and schedule bar
chart each month prior to the scheduled date that the Town processes the
Contractor's monthly estimate for the duration of the contract.
01320-1
1.1, DESCRIPTION
The Contractor shall be required to furnish a water meter for metering all water
used on this project. The Contractor shall pay for all water used on this project
directly to the Town of Westlake when the job is completed and before final
acceptance by the Town Engineer.
11110721MINI
•
1.1. DESCRIPTION
The Contractor shall dispose of all refuse at a Texas Department of Health
(TDH) approved landfill.
A list of all landfills having a TDH permit is available at the Arlington Office of
TDH. The North Central Texas Council of Governments (NCTCOG) has
prepared, for sale, a list of all landfills in the NCTCOG regrow. The D/FW landfill
is listed in the telephone book "yellow pages".
Alternately, the Contractor may arrange with a Commercial waste firm to simply
supply a roll -off bin for disposal purposes. Several private regional landfills are
available in the NCTCOG area. The contractor shall determine which method
best fits the project requirements.
01516-1
1.1. DESCRIPTION
The work as specified in this section includes such signs, flagmen, flares,
torches, or light as deemed necessary for public safety.
1.2. MEASUREMENT AND PAYMENT
No separate payment will be made for any items of work, materials, parts,
equipment, supplies, or related items required to perform and complete the
requirements of this section.
1.3. RELATED WORK DESCRIBED ELSEWHERE
FLAGMEN SECTION 01572
PART 2 - PRODUCTS
2.1. MATERIALS
A. All signs and barricades shall be constructed, painted and maintained in
accordance with the applicable requirements on pages BC -1 through BC -6.
B. The Contractor shall contact the Engineer to coordinate all signs and barricades
and will be required to provide standard barricades, markers, beacons, warning
signs, etc., as listed below:
PAGE
TYPE
DESIGNATION
"Observe Warning Sign"
R10-8
BC -3
"Road Work Ahead
CW21-4
BC -5
"Right Lane Closed Ahead
CW20-5DR
BC -4
"Single Lane Ahead
CW20-6D
BC -4
"Barricade (w/flasher)
Type III
BC -1 &2
"Barricade (w/flasher)
Type I
BC -1 &2
Cones (18" min. ht.)
None
Beacons (for Traffic
separation)
None
,Slow"
CW13-4
BC -6
"End Road Work"
C20-3
BC -3
01533-1
The Contractor shall provide and maintain such other signs as may be deemed
necessary by the Engineer. The Contractor shall also provide and maintain such
other signs as may be deemed necessary by the Texas Department of
Transportation (TXDOT) if the construction is within TXDOT right-of-way.
�M:IhiIIIISITTAI
The Contractor shall provide, construct, and maintain barricades and signs as
shown on the plans or as directed by the Engineer. The Contractor shall provide
Class "D" barricades on both sides of each street entering the project.
The Contractor's particular attention is directed to the necessity of providing and
maintaining a sufficient number of lights of flares at barricades and points of
danger; for the protection of vehicular or pedestrian traffic. Lights and flares
shall be placed in number and spacing as directed by the Engineer and shall be
maintained between sunset and sunrise.
3.2. The Contractor shall provide in writing, names, addresses and emergency phone
numbers to the Engineer.
3.3. The Contractor shall maintain a minimum of the barricades as indicated on the
plans and place the barricades according to the phases of construction sheet in
the plans according to the phasing of the project.
01533-2
1.1. DESCRIPTION
When directed by the Engineer, the Contractor shall sprinkle areas where dusty
conditions create a nuisance or hazard within the limits of this project.
1.2. MEASUREMENT AND PAYMENT
A. No separate measurement and payment will be made for sprinkling.
01562-1
1AWe[ey,100�
1.1. DESCRIPTION
A. The Contractor shall provide and maintain flagmen at such points and for such
periods of time as may be required to provide for the safety and convenience of
public traffic and Contractor's personnel, and as directed by the Engineer.
1.2. QUALITY ASSURANCE
A. Qualifications:
Flagmen shall be English speaking, courteous, well informed, physically and
mentally able effectually to perform their duties in safeguarding and directing
traffic and protecting the work and shall be neatly attired and groomed at all
times, when on duty.
1.3. MEASUREMENT AND PAYMENT
No separate payment will be made for traffic control.
1.4. RELATED WORK DESCRIBED ELSEWHERE
BARRICADES
.j, Lei 011
SECTION 01533
Flagmen, when directing traffic, shall use the standard flags and signals shown
in a pamphlet entitled, "1980 TEXAS MANUAL ON UNIFORM TRAFFIC
CONTROL DEVICES FOR STREETS AND HIGHWAYS", a publication of State
Department of Highways and Public Transportation, Austin, Texas.
01572-1
j a • y p
1.1. DESCRIPTION
A. The Contractor shall perform such clean-up work as is deemed necessary by the
Engineer.
B. The work shall at all times, present a neat and orderly appearance, and all
cleaning up shall be completed and all construction machinery and equipment,
surplus materials, supplies and debris shall be removed from the street or right-
of-way prior to acceptance of the final work by the Engineer. The Contractor
shall be responsible for final clean-up, which may be necessitated by his
operations on the right-of-way outside the limits of his work.
C. The Contractor shall maintain all drainage structures within the project location.
All drainage structures shall remain free and clear of debris, mud, etc. during
construction and shall be thoroughly cleaned at the end of said construction. All
disturbed drainage ditches, road side ditches or earthen channels shall be
reshaped or graded to provide the necessary drainage to match originals
contours. No pay item is provided for cleaning of drainage structures or
restoration of same.
1.2. MEASUREMENT AND PAYMENT
No pay item is provided for clean-up. If, in the opinion of the Engineer, the
Contractor is not providing adequate clean-up, 10% of the total work performed
may be withheld, for the purpose of clean-up. This is to assure the Owner that
acceptable clean-up follows as soon as possible after the installation of said
improvements. At the completion of clean-up, the 10% withheld for said purpose,
will be released. The 10% retained for clean-up is in addition to the normal
retainage for all items in the project.
r• �
01710-1
Sand backfill shall be used to backfill the trench to the dimensions shown on the details
in compliance with COG specifications 2.1.5 and 6.2.10. The sand shall consist of
durable particles; free if thin or elongated pieces, lumps of clay, soil, loal or vegetable
matter. The material shall not have particles large enough to damage the pipe. In
addition, the Contractor must be able to achieve the required density. The appropriate
gradation of the marterial shall be the following:
Passing No.
4 sieve
4.75 mm)
100%
Passing No.
16 sieve
1.18 mm
80 to 100%
Passing No.
50 sieve
300 um
20 to 60%
Passing No.
100 sieve
150 um
10 to 40%
Passing No.
200 sieve (75 um) 1
0 to 10%
02200-1
X",
ADDENDUM NO. 4
to the
SPECIFICATIONS
AND
CONTRACTS DOCUMENTS
FOR
TELECOMMUNICATIONS DUCTBANK
OCTOBER 20, 2000
TOWN OF WESTLAKE
SCOTT BRADLEY
MAYOR
BOARD OF ALDERMEN
FRED HELD — MAYOR PRO TEM
DON REDDING
BUDDY BROWN
LARRY SPARROW
BILL FREY
TRENT O. PETTY
TOWN MANAGER
W. JEFF WILLIAMS, P.E.
TOWN ENGINEER
TURNER ENGINEERS, INC.
g9�Eot'
`
CONSULTING ENGINEERS
TWO ENERGY SQUARE
m
4849 GREENVILLE AVE., SUITE 1200.................p,
WILLIAMSe
DALLAS, TEXAS 75206-4130
p �:, t�4 .................... �F
�
PHONE: (214) 378-5200
1�®�,e
j®N AL
GRAHAM ASSOCIATES, INC.
2v
CONSULTING ENGINEERS & PLANNERS
• • • • •Rllllll
Bids to be opened Thursday, November 2, 2000 at 2:00 p.m.
October 20, 2000
The following modifications, clarifications, additions, or deletions shall be made to the
appropriate sections of the Contract Documents:
Clarification:
It is the intent of the Town of Westlake to issue theStormwater Pollution Prevention Plan
and Tree Protection details at or before the October 25, 2000 mandatory pre-bid
conference.
Modification: Insert the attached bid proposal in the appropriate section of the contract
documents previously provided under Addendum No. 3.
Clarification: Work required by the plans or called for in the specifications for which no
pay item has been provided or which is listed as a non -pay item shall be considered
subsidiary. No additional payment will be made for such items.
Modification/Clarification:
The plans issued with this addendum supersede previous plans included with the
contract documents.
RECEIPT OF THIS ADDENDUM SHALL BE ACKNOWLEDGED IN THE
APPROPRIATE SPACE IN THE CONTRACTOR'S BID PROPOSAL
11/UZ/ZUUU 7riU U1i; 34 PA -k VIZI IU10UU
11/01/2000 12:11 FAR 2146309819 I1002
rY0 F IN SURANCL
I have discussed fhis• project with my insurance provider and
have supplied thern= with, the. �ion of the Ins�i°ii�tiat�s''t�':�3itid'eas that contains the insurgnqe
specification. I understand that• a failur'i to provide the insurance coverades required and pm'of of
same is ground8 for rejecting rny'bid.
CONTRACTOR
By
NAND
Trrl,E _
I HAVE REVIEWED THE INSURANGF:z REQUIRIEMENTS
�\CCyJ3 'iyp"AINEC�, : ►N h.BiDr,��-.
AND DETERMINED THAT OUR AGENCY CAN !��ROV[DE B k6�EE[JED_`
COVERAGF-S. I WILL EXECUTE AN UNMODiI )ED CERTIFICATE..OF— INSURANCE'--
REFLECTING THE REQUIRED COVERAGES ONCE THE CONTRACTOR H�Ls ACQUIRE6�YEI�_ _--
COVERAGES FROM CTS.
Al
Print dame - Title �gnature '7� �� SFr.
InsLtT'a ce C€) �3�n}P
Addendum No. 5 BP -6
INDEMNIMATION BY CONTRACTOR
Town shall not be liable or responsible for, and shall be saved and held harmless by Contractor from and
against any and all suits, actions, losses, damages, claims, or liability of any character, type, or description,
including all expenses of litigation, court costs, and attorney's fees for injury or death to any person, or injury to
any property, received or sustained by any person or persons or property, arising out of, or occasioned by,
directly or indirectly, the performance of Contractor under this agreement, including claims and damages
arising in part from the negligence of Town, without; however, waiving any governmental immunity available to
the Town under Texas law and without waiving any defenses of the parties under Texas law. The provisions of
this indemnification are solely for the benefit of the parties hereto and not intended to create or grant any
rights, contractual or otherwise, to any other person or entity.
It is the expressed intent of the parties to this Agreement that the indemnity provided for in this section is an
indemnity extended by Contractor to indemnify and protect Town from the consequences of Town's own
negligence, provided, however, that the indemnity provided for in this section shall apply only when the
negligent act of Town is a contributory cause of the resultant injury, death, or damage, and shall have no
application when the negligent act of Town is the sole cause of the resultant injury, death, or damage, unmixed
with the legal fault of another person or entity.
Contractor further agrees to defend, at its own expense, and on behalf of Town and in the name of Town, any
claim or litigation brought in connection with any such injury, death, or damage.
The Contractor will secure and maintain Contractual Liability insurance to cover this indemnification agreement
that will be primary and noncontributory as to any insurance maintained by the Town for its own benefit,
including self-insurance. In addition, Contractor shall obtain and file with Town a Town of Westlake Certificate
of Insurance evidencing the required coverage.
Leigh Engineering, Inc. _
Com any Name (Contractor)
l�
Signat e
_ Troy Butt
Name (Please Print)
_ Division rianager
Title
Addendum No. 5 BP -7
PRICES TO BE WRITTEN IN WORDS
ITEM ESTIMATED
NO. QUANTITY ITEM DESCRIPTION
UNIT PRICE
FURNISH, CONSTRUCT, AND INSTALL COMPLETE IN PLACE
SCHEDULE A — PRECINCT LINE DUCTBANK (FROM SOUTHERN TOWN LIMIT TO SH114)
TOTAL
PRICE
A-01. 8,334 LF CONSTRUCT TELECOM. DUCTBANK AS DETAILED
ON PLANS AND AS PER ALIGNMENT SHOWN
ON CIVIL DRAWINGS.
Fifty-four
DOLLARS Thirtv
CENTS PER L.F. $ 54.30 $ 452.536.20
A-02. 12 EA. MANHOLES
Seventeen Thousand Eight Hundred Twenty-six
DOLLARS No
CENTS PER EA. $ 17.826.00 $ 213.912.00
A-03. 5 EA. PULL BOXES
Eight Thousand Twelve
DOLLARS No
CENTS PER EA. $ 8.012.00 $ 40.060.00
A-04. 100 LF. ADDITIONAL DEPTH (<5 VERTICAL
FEET) OF DUCTBANK BEYOND DEPTH
SHOWN ON THE DRAWINGS, AS
DIRECTED BY THE ENGINEER
A-05. 142 LF
A-06. 1 LS.
DOLLARS Fifty
CENTS PER LF. $ 6.50 $ 650.00
ASPHALT PAVEMENT REMOVAL &
REPLACEMENT
Eighty
DOLLARS Ninety-eight
CENTS PER LF. $ 80.98 $ 11,499.16
IMPLEMENTATION OF THE STORMWATER
POLLUTION PREVENTION PLAN FOR
SCHEDULE A ONLY
Twenty-three Thousand Five Hundred Fifty
DOLLARS No
CENTS PER LS. $ 23.550.00 $ 23 550.IX0
SUB -TOTAL SCHEDULE A $ 742 207.36
Addendum No. 5 BP -8
SCHEDULE B — KIRKWOOD BLVD DUCTBANK (FROM PRECINCT LINE TO SH114)
ITEM ESTIMATED TOTAL
NO. QUANTITY ITEM DESCRIPTION UNIT PRICE PRICE
FURNISH, CONSTRUCT, AND INSTALL COMPLETE IN PLACE
B-01.
5,819
LF
CONSTRUCT TELECOM. DUCTBANK AS DETAILED
ON PLANS AND AS PER ALIGNMENT SHOWN
ON DRAWINGS.
Sixty-two
DOLLARS Thirty-nine
CENTS PER L.F.
$
62.39
$
363,047.41
B-02.
9
EA.
MANHOLES
Seventeen Thousand Eight Hundred Twenty-six
DOLLARS No
CENTS PER EA.
$
17,826.00
$
160,434.00
B-03.
5
EA.
PULL BOXES
Eight Thousand One Hundred Two
DOLLARS No
CENTS PER EA.
$
8,102.00
$
4051 0.00
B-04.
36
LF.
ASPHALT PAVEMENT REMOVAL &
REPLACEMENT
Sixty-three
DOLLARS Nineteen
CENTS PER LF.
$
63.19
$
2.274.84
B-05.
100
LF.
ADDITIONAL DEPTH (_<5 VERTICAL
FEET) OF DUCTBANK BEYOND DEPTH
SHOWN ON THE DRAWINGS, AS
DIRECTED BY THE ENGINEER
Six
DOLLARS Fifty
CENTS PER LF.
$
6.50
$
650.00
B-06.
174
LF.
CONCRETE PAVEMENT REMOVAL &
REPLACEMENT
Fifty-four
DOLLARS Two
CENTS PER LF.
$
54.02
$
9.399.48
B-07.
1
LS.
IMPLEMENTATION OF THE STORMWATER
POLLUTION PREVENTION PLAN FOR
SCHEDULE B ONLY
Six Thousand Ninety-five
DOLLARS No
CENTS PER LS.
$
6,095.00
$
6.095.00
SUB -TOTAL SCHEDULE B $ 582 410.73
Addendum No. 5 BP -9
SCHEDULE C — SAM SCHOOL RD. DUCTBANK (FROM KIRKWOOD TO TOWN LIMIT)
ITEM
NO.
ESTIMATED
QUANTITY
ITEM DESCRIPTION
UNIT PRICE
TOTAL
PRICE
FURNISH, CONSTRUCT, AND INSTALL COMPLETE IN PLACE
C-01.
2,343
LF
CONSTRUCT TELECOM. DUCTBANKAS DETAILED
ON PLANS AND AS PER ALIGNMENT SHOWN
ON DRAWINGS.
Sixty-one
DOLLARS No
CENTS PER L.F.
$ 61.00
$ 142,923.00
C-02.
4
EA.
MANHOLES
Seventeen Thousand Eight Hundred Twenty-six
DOLLARS No
CENTS PER EA.
$ 17 826.00
$
71.304.00
C-03.
100
LF.
ADDITIONAL DEPTH (_<5 VERTICAL
FEET) OF DUCTBANK BEYOND DEPTH
SHOWN ON THE DRAWINGS, AS
DIRECTED BY THE ENGINEER
Six
DOLLARS Fifty
CENTS PER LF.
$ 6.50
$
650.00
C-04.
300
LF.
CONCRETE PAVEMENT REMOVAL &
REPLACEMENT
Fifty-four
DOLLARS Two
CENTS PER LF.
$ 54.02
$
16.206.00
C-05.
50
LF.
BRICK PAVER REPAIR
Seventy-two
DOLLARS No
CENTS PER LF.
$ 72.00
$
3 6x0.00
C-06.
1
LS.
IMPLEMENTATION OF THE STORMWATER
POLLUTION PREVENTION PLAN FOR
SCHEDULE C ONLY
Three Thousand Nine Hundred Ninety
DOLLARS No
CENTS PER LS.
$ 3,990.00
$
3.990.00
SUB -TOTAL SCHEDULE C
$ 238,673.00
MISCELLANEOUS ITEMS
ITEM ESTIMATED TOTAL
NO. QUANTITY ITEM DESCRIPTION UNIT PRICE PRICE
FURNISH, CONSTRUCT, AND INSTALL COMPLETE IN PLACE
D-01. 190 CY CONCRETE ENCASEMENT OF TELECOM
DUCTBANK
One Hundred Twenty-three
DOLLARS No
CENTS PER CY $_______123 00 $ 23.370.00
D-02. 16,496 LF TRENCH SAFETY SYSTEM, INCLUDING
DESIGN & IMPLEMENTATION
One
DOLLARS Eleven
CENTS PER LF $ 1.11 $ 18,310.56
SUB -TOTAL MISCELLANEOUS ITEMS $ 41 680.56
Addendum No. 5 BP -11
Subtotal Schedule A
Subtotal Schedule B
Subtotal Schedule C
Subtotal Miscellaneous
TOTAL BASE BID (Schedules A+B+C+Misc.)
Bid Calendar Days (Only if less than 150 days)
Receipt is acknowledged of the following addenda:
$ 742 207.36
$ 582 410.73
$ 238 673.00
$ 41 680.56
$ 1,604,971.65
Addendum No. 1
X
Addendum No. 2
X
Addendum No. 3
X
Addendum No. 4
X
Addendum No. 5
X
Addendum No. 6
X
Addendum No. 5 BP -12
THE UNDERSIGNED BIDDER AGREES TO COMMENCE WORK WITHIN TEN (10) DAYS AFTER
THE DATE OF WRITTEN NOTICE
CN 150 CALENDAR
AND TO CALENDAR SUBSTANTIALLYAYSAS
COMPLETE THE WORK ON WHICH HE HAS BID W TH
PROVIDED IN THE GENERAL CONDITIONS OF AGREEMENT.
ENCLOSED
FOR
WITH THIS PROPOSAL IS A CASHIER'S OR CERTIFIED CHECK
ro/ r.„ +004 Amnitnf Rini
($ 5% GAB ) DOLLARS, OR A PROF'U5AL bUwu IN i nc JUvI .J1 k i
DOLLARS, WHICH IT IS AGREED SHALL BE COLLECTED AND RETAINED BY THE OWNER AS
LIQUIDATED DAMAGES IN THE EVENT THIS PROPOSAL IS ACCEPTED BY THE OWNER
WITHIN SIXTY (60) DAYS AFTER THE DATE ADVERTISED FOR THE RECEPTION OF BIDS AND
THE UNDERSIGNED FAILS TO EXECUTE THE CONTRACT AND THE REQUIRED BOND WITH
THE OWNER, UNDER THE CONDITIONS HEREOF, WITHIN TEN (10) DAYS AFTER THE SAID
PROPOSAL IS ACCEPTED BY THE O ANL BEAND RECEIVED BY THE RET RETURNED TO THE UNDERSiGNED1 UPON
OTHERWISE, SAID CHECK OR BOND
DEMAND.
THE UNDERSIGNED HEREBY DECLARES
CAREFULLY EXAMINED THE CONTRACT DOCUMENTS RELATIVE TO THE WORK COVERED
BY THE ABOVE BID.
SEAL - IF BIDDER A CORPORATION
RESPECTFULLY SUBMITTED:
Leigh Engineering, Inc.
8908 Ambassador Row
Dallas, Texas 75247
' :!:i�4 -� , -a-
BY:
U
Troy Butt
Division Manager
Addendum No. 5 BP -13
0 . i
List of projects bidder has successfully completed:
Amount of
Contract Award
Date
Type of Work Accepted
Name and Address
of Owner
$ 941,000
15KV Electrical Duct Bank 5/1/00
Texas Instruments - Richardson
$1,200,000
DMOS6 Electrical Duct Bank
Texas Instruments - Richardson
$ 800,000
DMOS5 Electrical Duct Bank
Texas Instruments - Richardson
List of projects bidder is now engaged in completing:
Amount of
Date
Name and Address
Contract Award
Type of Work Accepted
of Owner
$130,000
Above Ground Fuel Tank Install
City of Plano
$164,488
Electrical Duct Bank
Texas Instruments - Richardson
$ 14,900
Storm Drain Install 9/20/00
Rogers -O'Brien Construction - Dallas
$ 26,715
Backflow Prevention Replacement 9/30/00
Texas Instruments - Richardson
List of Surety Bonds in force on the above uncompleted work:
Amount of Amount of Name of Surety
Contract Award Bond Company
$130,000 McQueary Henry Bowles Troy, L.L.P.
$164,488 McQueary Henry Bowles Troy, L.L.P.
Acknowledgment on next page must be filled in.
Addendum No. 5 BP --14
a partner
Submitted by: Leigh Engineering, Inc. an individual
a corporation
with principal office at 8908 Ambassador Row Dallas Texas 75247
TO BE FILLED IN BY CORPORATION
Date Incorporated 1972
Under the Laws of Texas
(State
Executive Officer
Richard Leigh
TO BE FILLED IN BY PARTNERSHIPS:
Date Formed
State whether partnership is
general limited or associated.
List of Members:
State of Texas
County of Dallas , being duly sworn, deposes and says that he is the
—��."S�je"I�- Of Leigh Engineering, Inc.
(Title) (Name of Organization)
and that the answers to the foregoing questions on the attached forms and all statements herein are
true and correct; that the experience record is made a part of this affidavit as through written in full
herein, and all statements and answers to questions given in the above mentioned experience record
are true and correct.
(Signature)
Sworn to before me this 2nd day of Novemb_e
20 oo .
My Commission Expires:
(Seal)
�2�-2-11-V I
Notary Public
CHA MARIE SMITH
t"=
NAY COMMISSION EXPIRES
July 22, 2001
o,
Addendum No. 5 BP -15
CONTRACTOR COMPLIANCE TO TEXAS SALES TAX CODE
The Contractor shall comply with all requirements of the Texas Sales Tax Code. The Contractor hereby
certifies that the Contract Amount is divided as follows:
Material incorporated in the Project
(resold to the Owner as defined in Tax Code)
All other charges and costs
Total *
* The total must equal the total amount of the Contract.
$ 920,929.00
$ 683,717.00
$ 1,604,646.0
CONTRACTOR
Leigh Engineering, Inc. By:
Company (signature of mthorized person)
8908 Ambassador Row
Address
Dallas TX 75247
City State Zip
Title: President
THIS FORM SHALL BE EXECUTED AT THE TIME OF EXECUTION OF THE CONTRACT AND
MADE A PART OF THE CONTRACT.
Addendum No. 5 BP -16
THE AMERICAN INSTITUTE OF ARCHITECTS
AIA Document A310
F -0019i i •
KNOW ALL MEN BY THESE PRESENTS, that we Leigh Engineering, Inc 8908 Ambassador Row, Dallas,
Texas 75247
as Principal, hereinafter called the Principal, and United States Fire Insurance Company
a corporation duly organized under the laws of the State of New York
as Surety, hereinafter called the Surety, are held and firmly bound unto Town of Westlake, 3 Village Circle, Suite
207 Westlake Texas 76262
as Obligee, hereinafter called the Obligee, in the sum of Five Percent (5%) Of The Greatest Amount Bid.
Dollars ($5%GAB),
for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our
heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid for Telecommunications Ductbank
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract
with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the
bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for
the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the
Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference
not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the
Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation
shall be null and void, otherwise to remain in full force and effect.
Signed and sealed this 2nd day of November, 2000.
( itness)
/ ( itness)
AIA DOCUMENT A310 • BID BOND • AIA qD • FEBRUARY 1970 ED • THE AMERICAN
Leigh Engineering, Inc.
(%rind i) (Seal)
(Title
n' States it lnsurance Com any
ur ty) (Seal)
Ka i ons, Attorney -in- act
POWER!ATTORNEY
UNITED
` COMPANY
'' 9, �,
53
PRINCIPALOFFICE, ! •
KNOW ALL MEN BY THESE PRESENTS: That the UNITED STATES FIRE INSURANCE COMPANY a Corporation duly
organized and existing under the laws of the State of New York, and having its administrative offices in the Township of Morris, New
Jersey, has made, constituted and appointed, and does by these presents make, constitute and appoint Donald E. Bowles, Jr., Bill
Henry, John D. Fulkerson, Jane Passino, Kae Gibbons, Michele Degnon, and Donnie Doan of Dallas, Texas, each
its true and lawful Agent(s) and Attorneys) -in -Fact, with full power and authority hereby conferred in its name, place and
stead, to execute, seal, acknowledge and deliver: Any and all bonds and undertakings---------------------------------------- -
and to bind the Corporation thereby as fully and to the same extent as if such bonds had been duly executed and
acknowledged by the regularly elected officers of the Corporation at its offices in Morris Township, New Jersey, in their
own proper persons.
This Power of Attorney limits the act of those named therein to the bonds and undertakings specifically named therein,
and they have no authority to bind the Company except in the manner and to the extent therein stated.
This Power of Attorney revokes all previous powers issued in behalf of the attomey(s)-in-fact named above.
IN WITNESS WHEREOF the United States Fire Insurance Company has caused these presents to be signed and attested
by its appropriate officers and its corporate seal hereunto affixed this 5t' day of October. 2000.
Attest:
Assistant Secretary
Herbert H. Linder
a - ,
�4iyB'E'N YoF�
_ `Z ..�����r
STATE OF NEW JERSEY)
ss.:
COUNTY OF MORRIS )
UNITED,S TES FIRE SURANCE COMPANY
—2VS for Vice President
Peter J. Daly
On this5`� day of October, 2000, before the subscriber, a duly qualified Notary Public of the State of New Jersey, came
the above-mentioned Vice President and Assistant Secretary of United States Fire Insurance Company, to me personally
known to be the officers described in, and who executed the preceding instrument, and they acknowledged the execution
of the same, and being by me duly sworn, deposed and said, that they are the officers of said Company aforesaid, and that
the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate Seal and their
signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction
of the said Company.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my seal at the Township of Morris, the day and
year first above written.
(Sig
(Seal) Notary Public
Catherine A Sincavage
Notary Public of New jerw
MY Commission Expires July 12,
This Power of Attorney is granted pursuant to Article IV of the By -Laws of the UNITED STATES FIRE INSURANCE
COMPANY as now in full force and effect.
ARTICLE IV Execution of Instruments. "The Chairman of the Board, Vice -Chairman of the Board, President, or any
Vice -President, in conjunction with the Secretary, or any Secretary, if more than one shall be appointed by the Board, or
an Assistant Secretary, shall have power on behalf of the Corporation:
(a) to execute, affix the corporate seal manually or by facsimile to, acknowledge, verify and deliver any contracts,
obligations, instruments and documents whatsoever in connection with its business including, without limiting the
foregoing, any bonds, guarantees, undertakings, recognizances, powers of attorney or revocations of any powers of
attorney, stipulations, policies of insurance, deeds, leases, mortgages, releases, satisfactions and agency agreements;
(b) to appoint, in writing, one or more persons for any or all of the purposes mentioned in the preceding
paragraph (a), including axing the seal of the Corporation."
This Power of Attorney is signed and sealed under and by the authority of Article III, Section 9 of the By -Laws of the
UNITED STATES FIRE INSURANCE COMPANY as now in full force and effect.
ARTICLE III Section 9 Facsimile Signatures. "The signature of any officer authorized by the Corporation to sign any
bonds, guarantees, undertakings, recognizances, stipulations, powers of attorney or revocations of any powers of attorney
and policies of insurance issued by the Corporation may be printed facsimile, lithographed, or otherwise produced ...
The Corporation may continue to use for the purposes herein stated the facsimile signature of any person or persons Who
shall have been such officer or officers of the Corporation, notwithstanding the fact that he may have ceased to be such at
the time when such instruments shall be issued."
State of New Jersey
County of Morris
I, the undersigned, Assistant Secretary of UNITED STATES FIRE INSURANCE COMPANY, DO HEREBY CERTIFY
that the foregoing POWER OF ATTORNEY remains in full force and effect and has not been revoked and furthermore
that tb.e above quoted abstracts of Article IV and Article III, Section 9 of the By -Laws of the Corporation are now in full
force and effect.
Ip Te�irnony ereof, I ave hereunto subscribed my name and affixed the corporate seal of the said Company, this
By --I \k -�s-.1
Assistant Secretary
Herbert H. Linder
•� 1
i + i • : + ' IN
Bids to be opened Thursday, November 2, 2000 at 2:00 p.m.
•• •
November 1, 2000
The following modifications, clarifications, additions, or deletions shall be made to the
appropriate sections of the Contract Documents:
The attached coring logs are provided for informational purposes. Their general
locations are shown on the attached location map.
Item 1 Clarification: The required opening size for manholes and pull -boxes
shall be 36", except for Manholes T-002 and T-005, which shall be 42".
Item 2 Clarification: The mechanism for locking covers shall be capable of
preventing un -authorized entry, such as a special head bolt (other than 5
or 6 sided), or insertion key to release a spring mechanism.
END OF ADDENDUM NO. 6
RECEIPT OF THIS ADDENDUM SHALL BE ACKNOWLEDGED IN THE
APPROPRIATE SPACE IN THE CONTRACTOR'S BID PROPOSAL
LEGEND
Approximate Coring Location
NORTH
TERRA-MAR Sam School Road PLAN OF COR(NGS FIGURE
Westlake, Texas
11050 Ables Lane
Dallas, Texas 75229 Drawn by Date Revised Scale Project No.
(972) 488-8800 AKH 30OCT2000 '" Not to Scale DE00-187
Project: Sam School Road - Westlake, Texas
Date: 10/30/2000 Elev.: 596.5± Location: See Figure 1
Depth to water at completion of boring: Dry (Backfilled)
Depth to water when checked: NIA
Depth to caving when checked: NIA
Project No.: DE00-187
was: NIA
was: N/A
ELEVATIO Nf
DEPTN
(feet)
SOIL SYMBOLS
SAMPLER SYMBOLS
& FIELD TEST DATA
DESCRIPTION
MC
%
LL
X
PL
%
PI
-200
X
DO
pcf
P.PEN
of
UNCON
W
Strain
%
o
------------------------
8" Concrete
596-
p Y.v b
-
FILL - Brown sandy CLAY w/ trace gravel (CL)
2
594
Box culvert encountered at 2.67' from top of existing
pavement.
3
593-
4
592-
-5
591-
6
590-
7
589
Notes: Completion Depth: 2.67'
TERRA -MAR, INC.
Project: Sam School Road -Westlake, Texas
Date: 10/30/2000 Elev.: 589.5± Location: See Figure 1
Depth to water at completion of boring: Dry (Backfilled
Depth to water when checked: N/A
Depth to caving when checked: N/A
Project No.: DE00-187
was: N/A
was: N/A
ELEVATIONI
DEPTH
(feet)
SOIL SYMBOLS
SAMPLER SYMBOLS
& FIELD TEST DATA
DESCRIPTION
MC
%
LL
%
PL
%
PI
'200
%
DD
pcf
P.PEN
tsf
UNCON
tsf
Str6.
%
o '.a �,a'
----------------------------
6.5" Concrete
y do'
c,q•
589-
_________.._._
______________________________________________
.... ....._
.............._.._....__._..__._.
_..__.__._
_ ._
FILL - Brown sandy CLAY w/ trace gravel (CL)
588
l
Box culvert encountered at 1.54' from top of existing
pavement.
2
587-
-3
I
580
A
i
I
585
5
584
6
{
583
I
I
7
,
582
1
Notes: Completion Depth: 1.54°
TERRA -MAR, INC.
Symbol Description
Strata symbols
Concrete
_
:� c a
n�a�.�Tv
Pavement
p e _is
CLAY
L sandy
Soil Samnlers
11 Auger
1. Exploratory borings were drilled on dates indicated using truck
mounted drilling equipment_
2. Water level observations are noted on boring logs.
3. Results of tests conducted on samples recovered are reported on the
boring logs. Abbreviations used are:
DD = natural dry density (pcf) LL = liquid limit (°s)
MC = natural moisture content (o) PL = plastic limit (1)
Uncon.= unconfined compression (tsf) PI = plasticity index
P.Pen.= hand penetrometer (tsf) -200 = percent passing #200
4. Rock Cores
REC = (Recovery) sum of core sample recovered divided by length
of run, expressed as percentage.
RQD = (Rock Quality Designation) sum of core sample recovery 4"
or greater in length divided by the run, expressed as
percentage.
TERRA -MAR, INC.
FIGURE 41
(Must be signed by the Contractor)
The Town of Westlake wishes to thank you in advance for bidding on this project. Please be aware of
the following requirements for bidding Town of Westlake work. It is important that you read and understand
these qualification factors in order to achieve a rapid and smooth completion of the process. Correctly
completing the forms (such as CG 25 03 11 85 form, if it's required) will affect how quickly the order "to
proceed and to start the project" will be issued. All pertinent documents required by law and these
instructions must be correctly completed. A successful completion of them, will not only benefit the Town of
Westlake, but also you as the contractor, because among other things, the money reserved for the project will
be ready to be used in your project and prompt scheduled payment may be made without any further delays. If
you are unable to comply with formal requirements or fail to exercise due diligence in completing the required
contract forms, the contract may be awarded to the next lowest bidder for the reason time is of the essence in
these projects.
BASIC FORMSREQUIRED BY THE TOWNOF WESTLAKE
THE FOLLOWING FORMS MUST BE COMPLETED BY THE CONTRACTOR AND IT'S INSURANCE
COMPANY:
1. Proposal (to be completed by the contractor)
2. Experience Record (to be completed by the contractor and must be notarized)
3. Standard Form of Agreement (to be completed by the contractor)
4. Corporate Acknowledgment; or
Single Acknowledgment; or
Partnership Acknowledgment
NOTE: Which ever is applicable to the contractor, just one must be completed, and shall be
notarized.
5. Bonds: Payment Bond; and Performance Bond; and Maintenance Bond
NOTE: The contractor and the surety's representative shall complete All applicable Bond
forms.
6. Power of Attorney or Certificate of Authority of Attorney(s) In -Fact (issued by the surety's company)
7. Town of Westlake Certificate of Insurance form (to be completed by the insurance company)
8. Affidavit Re Provision of Insurance (to be completed by the contractor and Insurance company)
Addendum No. 5 BP -4
9. Indemnification bvthe Contractor (to becompleted hvthe contractor)
Compensation (to bg completed hvthe insurance agent)
11. Amendment CG 25 03 11 85 (Per Project) (provided by the insurance company).
NOTE'Fnorn{�ctober1SS8 the forn�C{325O3O397Designated <�onstrucOooProject(s) ��enera\
-----'' te L�rn|t vviU �e a-' l\ab\a From that date, the Town of Westlake vvi|| accept such form,
��gQr�Qa available. ^~-----�u 'savaUab\ointhe mnarketinstead mf(�G25O311 85.
orth�rnostcunenrrnos�s
(n) All signatures —n—u—et- be originals. use) must be included ��
rt of the
`b' The form CG25 03 11 85 (or the most current one in
contract,
(if it was part ofthe General Provisions and Requirements mfthe Bid packaQe\'
Addendum No. 5 BP -5
I have read and I am aware of the . above Town of Westlake requirements for this project.
Having a full understanding of these requirements, I hereby submit my bid for the project
Telecommunications Duct Bank
. In case my bid is chosen for
this project, I UNDERSTAND I MUST HAVE ALL OF THE REQUIRED FORMS COMPLETED AND
DELIVERED TO THE TOWN OF WESTLAKE no later than 15 working days after the date of being
informed (via facsimile or telephone) or the date of receipt of the contract forms (which ever
occurs first) for this project. I further understand any failure in the completion and submission
of a specific form is reason to reject the bid of my company and the Town of Westlake may
select the next lower bidder.
Troy Butt
Contractor's name
(Please print)
Contr6gtor's signature
Leigh Flngineering-,—Inc.
Company , s name
11/2100
Date
Addendum No. 5 BP -3
j
to the
SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
TELECOMMUNICATIONS DUCTBANK
NOVEMBER 1, 2000
TOWN OF WESTLAKE
SCOTT BRADLEY
MAYOR
BOARD OF ALDERMEN
FRED HELD - MAYOR PRO TEM
DON REDDING BUDDY BROWN
LARRY SPARROW BILL FREY
TRENT 0. PETTY
TOWN 'MANAGER
W. JEFF WILLIAMS, P.E.
TOWN ENGINEER
TURNER ENGINEERS', INC.
CONSULTING ENGINEERS
TWO ENERGY SQUARE
4849 GREENVILLE AVE., SUITE 1200 ®•`"t� KE,-4`1 j
DALLAS, TEXAS 75206-4130
PHONE: (214) 378-5200
.........
DAVID .SMI
GRAHAM ASSOCIATES, INC. -� 82767
CONSULTING ENGINEERS & PLANNERS AFGtS.•
.
616 SIX FLAGS" •..
®R., SUITE 400 � ..ri�
ARLINGTON, TEXAS 76011
PHONE: (817) 640-8535
10/27/2000 11:46 9722411456
TERRA MAR
LOG OF BORING B-4
Project: Precinct Line Road Extension, Westlake, Texas
Date: 1 012 5/2 0 0 0 Elov.: Location: See Figure 1
Depth to water at completion of boring: Dry
Depth to water when checked: WA was: N/A
Depth to caving when checked: WA was: WA
PAGE 03
Project No.: DEOO-185
ELEVATION/
DEPTH
SOIL SYMBOLS
SAMPLER SYMBOLS
DESCRIPTIO!
MC
LL
PL
PI
-goo
0❑
P.
UN
Strain
{eal
& FIELD TEST DATA
X
X
94
Oct
far
at
teett
:4
°
Red &brown sandy CLAY w/iron staining & calcareous nodules
t Q
I .
70
3
a6
as
6
a6
CL`
Light brown & reddish -brown sandv CLAY w/ iron staining
ze oo• v
LAC" 3/5.69"
I
12
'{
9r.A6. 71
.5
:.
8.00't61860'
8
— — — — — — — — — — — — — — —
. .
i
Light brown & gray sil CLAY w/ iron staining
(CL)
4.5
z1
Notes: Completion Depth: 20-0'
TERRA -MAR, INC.
10/21/2000 11:46 922411456 TERRA MAR PAGE 04
LOG OF BORING B-9
Project: Precinct Line Road Extension, Westlake, Texas
Date: 10/26/2000 Etev.: Location: See Figure 1
Depth to water at completion of boring: Dry
Depth to water when checked: WA
Depth to caving when checked: N/A
Project No.: DEOO-185
was: N/A
was: N/A
ELEVATION/
SOIL SYMBOLS
MC
LL
PL
-200
DD
P.PEN
UNCON
Strain
DEPTH
SAMPLER SYMBOLS
DESCRIPTION
b:
X
};
PI
9:
pct
tsf
tsf
feet
& rIELD TEST OATA
0
Red & brown clayey SAND w/ iron staining
12.9,00' L
6.00" J/6.00'
I
2,8.00' Zr
6.00" 216.00"
3
2&'6D0 60/
(C Q
i 124`
_ _ _ — _ — — _ — _,_.
-
Cemented red & brown SAND
�ime40"SO/
a 00
8
:I
9
:I
;f
1
I
I
12&0"50 a sa
�: c
i.uo'
12
:: )
-
1
?5
I
�4ry640•sQ/
0 26'
18
:i
I
/
(S P)
wre.oa•
I
21
:I
Notes: Completion Depth: 21.5'
TERRA -MAR, INC.
FIGURE
10/27/2000 11:46 9722411456
TERRA MAR
LOG OF BORING -14
Project: Precinct tine Road Extension, Westlake, Texas
Date: 10/26/2000 Elev.: Location: See Figure i
Depth to water at completion of boring: Dry
Depth to water when checked: N/A was: N/A
Depth to caving when checked: WA was: NWA
PAGE 05
Project No.: DEDO-185
ELEVATION/
DEPTH
feat
SOIL SYMBOLS
SAMPLER SYPf DOLS
& FIELD TEST DATA
DESCRIPTION
MC
;,
LL
%
PL
%
PI
•240
°4
DO
pcf
P PEN
III
UNCON
isf
Strain
,.
°
Red & brown SAND w/ iron stone & iron staining, stiff w/ wealkly
cemented sand layers
boa 56.oc
i
y1716.40" 401
800. 212.60'
j �1 25'6.00' 501
13116.00, 501
j2s4•
• i
8
9
.. �t 2819 00" 501
4.00..
4::
t2
s�
15
,:•
' ♦
.::
' 85A0' 1C1
�I
(SP)
1216-00,321
21
A 00' 281
6 00,
Notes: Completion Depth: 21.5'
TERnA-IvtAR, INC.
Symbol Description
Strata symbols
CLAY,
sandy
U11 sit
sltt
y
Sandstone
a SAND
soil S§n2lers
Thin Wall
Shelby Tube
Standard
Penetration
Test
Notes:
1. Exploratory borings were drilled on dates indicated using truck
mounted drilling equipment.
2. Water level observations are noted on boring logs.
3. Results of tests conducted on sa_zaplea recovered are reported on the
boring logs. Abbreviations used are:
DD = natural dry density (pcf) LL - liquid limit t%)
NC = natural moisture content PL = plastic limit (56)
Uncon.= unconfined compression (tsf) PI = plasticity index
P -Pen.= hand penetrometer (taf) -200 = percent passing #200
4. Rock Cord
REC _ (Recovery) sum of core sample recovered divided by length
of run, expressed as percentage.
RQD - (Rock Quality Designation) sum of core sample recovery 4"
or greater in length divided by the run, expressed as
percentage.
FIGURE
TERRA -MAR, INC.