Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
Ordinance No. 9,162ORDINANCE NO. 9162
AN ORDINANCE AUTHORIZING AND DIRECTING THE CITY MANAGER
AND THE CITY CLERK OF THE CITY OF BAYTOWN TO EXECUTE AND
ATTEST TO AN INTERLOCAL AGREEMENT WITH THE CITY OF MISSOURI
CITY FOR THE ANNUAL CONCRETE RAISING SERVICES; AND PROVIDING
FOR THE EFFECTIVE DATE THEREOF.
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF BAYTOWN, TEXAS:
Section 1: That the City Council of the City of Baytown, Texas, hereby authorizes. and
directs the City Manager and the City Clerk of the City of Baytown to execute and attest to an
Interlocal Agreement with the City of Missouri City for the Annual Concrete Raising Services. A
copy of said Interlocal Agreement is attached hereto, marked Exhibit "A," and made a part hereof for
all intents and purposes.
Section 2: This ordinance shall take effect immediately from and after its passage by the
City Council of the City of Baytown.
INTRODUCED, READ and PASSED by the affirmative vote of the City Council of the City
of Baytown this the 24th day of May, 2001.
PETE C. ALFARO, Mayor
ATTEST:
OIL -
GAR W. S I T I-1, City Clerk
APPROVED AS TO FORM:
eTKT�ACIO RAMIREZ, S ., ity Attorney
d:\MyDocuments \Counci 1\ 00- 01- May \Authorizelnterloca]AgreementW ithMissouriCity
�- L"i
s �
CITY OF MISSOURI CITY
PO Box 666
Missouri City, TX 77459
Concrete Raising Corporation
Attn: Victor Parisian
10118 Moers
Houston, TX 77075
December 4, 2000
Re: IFB #9899 -149 Concrete Street Raising Services
Greetings:
(281) 2614249
(281) 208 -5539 Fax
Email: puragt@ci.mocity.tx.us
I have received your email regarding your counter -offer renewal of the above referenced
contract on its anniversary date of December 1, 2000. I have discussed the issue with
Sharon Valiante, and she is in agreement with your offer. The City hereby accepts your
offer to renew for the period of December 1, 2000 through November 30, 2001 for unit
pricing as follows:
Raise of Linear Foot
949 ©O! moo .01 —6" $ 15.68
,W oo/ 0000 a 6.01" plus 21.50
Please sign and return one copy of this letter to my office by December 15th. Thank you
for your interest in continuing to do business with the City. Purchase orders will be
issued for work as needed. If you have any questions, please feel free to call.
P les you
Oberrender, CPPB
Purchasing Manager
Encl
I accept thus o .7 to en per the terms described herein.
Vich'or PA sia`n"
Concrete Raising Corporation
1ACHARLESMORMRENEWAL.DOC 12/5/00 L++""° A
a ,
s
INVITATION. FOR BIDS
IFB #9899 -149
Term Contract
for
CONCRETE PAVEMENT RAISING SERVICES
CITY OF MISSOURI CITY
FORT BEND COUNTY, TEXAS
SPECIFICATIONS
Honorable Allen Owen, Mayor
City Council
Eddie Fair Buddy Jimerson Brett Kolaja
Frank Yonish Jerry Wyatt Eunice Reiter
City Manage James Thurmond
Director of Public Works - David L. "Lee" Dorger
for Bid:
Wendell L. Barnbs, P.E.
7tee 4
David L. "LeeTborger
Director of Public Works
i" 4'� ie I
•
INVITATION FOR BIDS
0
Term Contract
for
CONCRETE STREET RAISING SERVICES
BID # 9899 -149
ISSUED BY THE PURCHASING AGENT OF MISSOURI CITY, TEXAS
Sealed bids, subject to the terms and conditions of this Invitation for Bids, for the purchase of the
above referenced item(s) used by the City of Missouri City will be received by the City Secretary
of Missouri City, City Hall, 1522 Texas Parkway, P.O. Box 666, Missouri City, Texas 77459
until 2 PM (Local Time), October 15, 1999, at which time they shall be opened and publicly
read in the Council Chambers on the second floor of City Hall. Bids received after the specified
time will be returned unopened.
CaA0CA
/s /N 4 (O'i 0AO.e.4 Ti b .-�s
LEGAL NAME OF CONTRACTING COMPANY
74- o4+45;k`.
FEDERAL I.D. #(COMPANY OR CORPORATION)
1/1 C. To it �A P. I S 14 ..J
CONTACTPERSON
713-991— 1-2 77
TELEPHONE NUMBER
011 Y Mocks R'&.!, A401TW'y
COMPLETE MAILING ADDRESS
1011 X M 01RS K041�
COMPLETE STREET ADDRESS
SOCIAL SECURITY # (INDIVIDUAL)
y
TITLE
?13 g9/ G 5r�9
FACSIMILE NUMBER
14 o u s Te •J ; 7°X 7 7 omy--
CITY /STATE ZIP
14 005 To .J. Tx 7 70-7A-
CITY /STATE ZIP
THE UNDERSIGNED BIDDER, having examined the Specifications, General and Special
Conditions, and other proposed Contract Documents, and all Addenda thereto and being
acquainted with and fully understanding:
1. The extent and character of the work covered by this proposal;
2. The location, arrangement, and specified requirements for the proposed work;
3. The location, character, and condition of existing streets, roads, highways, pavements,
surfacing, walks, driveways, curbs, gutters, trees, sewers, utilities, drainage courses, and
Eel
_A
HEREBY PROPOSES to suppl
perform all necessary labor and
all work stipulated in, required 1
Specifications, and other docun
addenda thereto) for and in cons
S
which may affect or be affected by the
and the type, character, and general condition
f excavated materials, including the construction of
or probable dewatering requirements, if appropriate;
>rk which might be caused by storm and flood water;
nsportation, hauling and rail delivery facilities; and
ting or which may be affected by the work.
all required materials, supplies, equipment, tools, and plant; to
upervision; and to construct, install, erect, equip, and complete
r, and in accordance with the contract documents and the Plans,
:nts referred to therein (as altered, amended, or modified by all
leration of the prices Nd.
i
Signature of orized Representative
V, C--r" R L -PA IS /*IA✓
Printed Name
Date
A -2
other installations, both surface and
proposed work;
4.
The nature and extent of work to be
of materials involved;
5.
Necessary handling and rehandling
fills and embankments, if appropria
6.
The location and extent of necessar
7.
The difficulties and hazards to the v
8.
Local conditions relative to labor, tr
9.
All other factors and conditions affe
HEREBY PROPOSES to suppl
perform all necessary labor and
all work stipulated in, required 1
Specifications, and other docun
addenda thereto) for and in cons
S
which may affect or be affected by the
and the type, character, and general condition
f excavated materials, including the construction of
or probable dewatering requirements, if appropriate;
>rk which might be caused by storm and flood water;
nsportation, hauling and rail delivery facilities; and
ting or which may be affected by the work.
all required materials, supplies, equipment, tools, and plant; to
upervision; and to construct, install, erect, equip, and complete
r, and in accordance with the contract documents and the Plans,
:nts referred to therein (as altered, amended, or modified by all
leration of the prices Nd.
i
Signature of orized Representative
V, C--r" R L -PA IS /*IA✓
Printed Name
Date
A -2
J #
city of missoud c
Piechasbig Diuisian
[280 261-0249
October 14, 1999
1522 Texas ParkM
1280 2614341
41
PA. Box 666 ossoe:i CB,I,Texas 71459
Fax:1281403 -0661 RNI: ptraW@dM0CI -Usti(
ADDENDUM # 1
The City of Missouri City Purchasing Division has issued Addendum # 1 for IFB
9899 -149 Concrete Pavement Raising Services. This addendum has been issued to
make revisions to the bid document.
Revisions
1) Estimated quantity of services to be purchased under the contract term is 1,750 LF
(curb) of pavement to be raised. This is an estimate only as the City makes no
guarantee as to the actual amount purchased under this IFB.
2) Clarification of ."New Cracking" - New cracking is defined as cracking that occurs
during the pavement raising process performed under this contract. Previous, or "old"
cracks already present are not covered.
Bid Opening
The bid opening HAS BEEN CHANGED to 2 PM, October 22, 1999.
Please review the changes in specifications and prepare your bid accordingly. This
addendum must be signed and attached to your bid document when submitted.
Any questions may be directed to my attention at (281) 261 -4249.
With Regards,
Charles Oberrender, CPPB
Purchasing Manager
I have received and read this
Signed:
dum
Printed Name: t�i- 70ooZ - �'��5�'�•t/
a_
0
1
n
U
ADDENDU
F;i-5,
Bidders acknowledge receipt of the foil
Addendum #1 Dated 10
Addendum #2 Dated
Addendum #3 Dated
Addendum #4 Dated
ACKNOWLEDGMENT
mg Addenda:
F Received .
Received
Received
Received
I/We understand that this Bid cannot be withdrawn on or after the closing time and the date for
acceptance of bids as defined above.
In submitting this bid, I/We ' do so with the understanding that all Contract Documents,
Drawings, Specifications and Addenda are completely understood and that there is not doubt as
to the intent and scope of the work to be accomplished.
I/We Agree and understand that the City of Missouri City, Texas, reserves the right to reject any
or all bids and/or to accept any bid or section combination of bids considered advantageous.
ATTEST:
(Sea] if Bidder is
a Corporation)
A -3
Cp.`I t RF Tt /1 lsli✓rs I Grt04
(Company Name)
BY:
TITLE:—V4 Cc.. -?2 E.S.
DATE: /o —
ADDRESS: 10 11 I' M Of *.S
R�
lovS ToA�z % 7707Jf
1
TRENCH SAFETY CERTIFICATION
The Code of Ordinances of the City of Missouri City, Texas, Section 5- 2(d)(1) provides as
follows:
"(d) Trench Safety
(1) On all construction projects, public or private, within the boundaries of the
city in which a contractor is employed and in which trench excavation
exceeds a depth of five (5) feet the bid documents, if any, and the contract
shall contain:
(a) a reference to the Occupational Safety and Health Administration's
standards for trench safety that will be in. effect during the period
of construction of the project;
(b) a copy of any special shoring requirements, if any are required
under applicable state or local law with a separate pay item for
such special shoring requirements based on the square feet of
shoring used;
(c) a copy of any geotechnical information that was.obtained by the
owner for use in design of the trench safety system; and
(d) a separate pay item for trench excavation safety protection based
on the linear feet of trench excavated."
T4w s L . teef ?i.9 a hereby certify that I have complied
(print name)
with all the requirements of Section 5- 2(d)(1) of the Code of Ordinances of the City of Missouri
City pertaining to trench safety. Furthermore, I understand that the failure to so comply will
result in the withholding of building permits and the imposition of a fine up to $500.00 per day
such violation occurs.
BY: 061 7
Date: 16— Z ?r
Witness
A -4
I, the
d urnent
® awarded tj
such award
defined in t
(Si a
Name o iA a,o.,
�SUR4NC MISSpU�
lgned ggen RE QUI�ME CITY
cobeen e iered e , certify that �e AFFID``1 nT ntra Y me with insurance re h y the City the belo quire
funds valid . h', I will be w identified meets contai
's 1 it tlon for Bid Sance certificate toy within fiReenolsactor If a in this bid
the City meeti gall of days being oactor is
ire} �e re9uirementslfied of
Address o f ggenc yBroker
City /State/Zip;
KA
Agent Hargrave
�C� Insurance Ser �nntName)
22 �3 °ices
Roust Mangum Road 0100
Agent/Broker Telepho ne #; on' Texa s 7 7p92
13
Contractor's Name: cone 684_2500
rete Rals-in Core
o
Note: f Texas
If this time require
contract to the next lowest not met, the C•
concerning these re b'dder qty has th
Manager of the City meeting sPeciftc a might t0 reject
!ty °f nlissouri City at ontact Char eSns• You haVeis bid and away
(28I) 26I�249•pberrender� CPny 9ueshons d the
p8, purc"S
0 A_5
,0
UNWEIPSAL SURETY OF A ERICA
Bond No.: TX 093011000
950 Echo Lane, Suite 250 -
Houston, Texas 77024
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we Concrete Raising Corporation , 10118 Moers Road, Houston, TX 77075, as
Principal, hereinafter called the Principal, and UNIVERSAL SURETY OF AMERICA, 950 Echo Lane, Suite 250, Houston, Texas 77024,
as Surety, hereinafter called the Surety, are held and firmly bound unto City of Missouri City , as Obligee, hereinafter called
the Obligee, in the sum of 5.00% of the amount of this bid not to exceed One Thousand Seven Hundred Fifty and No /100 * ** Dollars
($1,750.00) for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our
heirs, executors, administrator, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the principal has submitted a bid for Raising of concrete streets, to eliminate standing water at curbs .
NOW, THEREFORE, If the contract be timely awarded to .the Principal and the Principal shall within such time as specified in the
bid, enter into a contract in writing, or, in the event of the failure of the Principal to enter into such Contract; 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.
PROVIDED, HOWEVER, neither Principal nor Surety shall be bound hereunder unless Obligee prior to execution of the final contract
shall furnish evidence of financing in a manner and form acceptable to Principal and Surety that financing has been firmly
committed to cover the entire cost of the project.
Signed and sealed October 22, 1999.
Concrete Raising Corporation
By:
Title: e- I FS
UNIVERSAL SURETY OF AMERICA
B i
Barbara A. Meyer
Attorney -in -Fact
• UNIVERSAL SURETY OF AMERICA
® P.O. BOX 1068 -Houston, Texas 77251 -1068
GENERAL POWER OF ATTORNEY - CERTIFIED COPY Bond Numbs
TX 0930110 00
Know All Men by These Presents, That UNIVERSAL SURETY OF AMERICA, a corporation duly organized and existing under the laws of
the State of Texas, and having its principal office in Houston, Texas, does by these presents make, constitute and appoint
Barbara A. Meyer
its true and lawful Attomey(s) -in -Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and
deliver bonds for:
Principal: Concrete Raising Corporation
Obligee: City of Missouri City
Amount: $1,750.00
and to bind the company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the
company and duly attested by its secretary, hereby ratifying and confirming all that the said Attorney(s)-in -Fact may do within the above stated
limitations. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of Universal Surety of
America at a meeting held on the 11 th day of July, 1984.
"Be It Resolved, that the President, and any Vice President, Secretary or any Assistant Secretary shall be and is hereby vested with full power
and authority to appoint any one or more suitable persons as Attomey(s) -in -Fact to represent and act for and on behalf of the Company."
"RESOLVED that the signature of any officer of the corporation, and the seal of the corporation may be affixed or printed by facsimilie to any
power of attorney of the corporation, and that such printed facsimilie signature and seal shall be valid and binding upon the corporation."
In Witness Whereof, Universal Surety of America has caused these presents to be signed by its President, Jack McReynolds and its
corporate seal to be hereto affixed this 2nd day of January, A.D., 1998.
UNIVERSAL SURETY OF AMERICA
,,NNIIIUIy„I,
'.%, uRETY
VW
PI =
'ssta 6�;a:
tc r Jack McReynolds President
State of Texas�°^�II�
ss:
County of Harris
On this 2nd day of January, in the year of 1998, before me Estela Leija, a notary public, personally appeared Jack McReynolds,
personally known to be the person who executed the within instrument as President, on behalf of the corporation therein named and
acknowledged to me that the corporation executed it.
E87EI A I.ELW �, O✓
W CMUSSl011 t2NO
owp�t 8, � Notary Public
1, the undersigned Secretary of Universal Surety of America, hereby certify that the above and foregoing is a full, true and correct copy of the
® Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in affect.
® GIVEN under my hand and the seal of said company, at Houston, Texas, this 22ND day of OCTOBER 19 99
As istant Secretary
For verification of the authority of this power you may telephone (713) 722 -4600.
BONDING COMPANY INFORMATION
LOCAL AGENT:
Company Name: UN y E R s I J S u A i T y c{ An ev
Individual Contact: Z3,4 ,t.4 4,2 4
Street Address: �j' ,�'Q CV C, 4 E 5 71 O.
Mailing Address: _SAA1
City, State, Zip: �,1.,/o u s To ,� , TX 7 7 O y
Phone Number: ( ) -7 13 7 Z z y `� o
A -8
7
4
BONDING COMPANY INFORMATION
LOCAL AGENT:
Company Name: UN y E R s I J S u A i T y c{ An ev
Individual Contact: Z3,4 ,t.4 4,2 4
Street Address: �j' ,�'Q CV C, 4 E 5 71 O.
Mailing Address: _SAA1
City, State, Zip: �,1.,/o u s To ,� , TX 7 7 O y
Phone Number: ( ) -7 13 7 Z z y `� o
A -8
7
n
C
STATEMENT OF QUALIFICATIONS OF THE BIDDER
i
The following information is unconditionally required of all bidders as called for in Section 3
Instructions to Bidders (#4) - attached to Bid Proposal submitted to the City.
Proposed Contractor: C c N C A i -re 'e,giseN % 4�2A#° -
Person in Charge: V,L -Mot Ii9-r2 Phone No. -7/ 3 991 /77,Z
I . PROJECT: S T'2 £ t T /P.9 is
CONTRACT AMOUNT: v �,4 C� �+ t 5 1
OWNER: C . —�/ o t fe)f -+As wove? ,. 7x
-
2
ARCHITECT/ENGINEER: C �: I- f ,�,� w•.w
SCOPE OF WORK: R,413;^-'!* (2o.y c,et n ?s %w
>✓ I r •.►� :.,.
S Tq ti a N w^ 77 A e C 600t d
G l o bw, 1, •u 3.
.S f A i A of 'ri m •vs A 'r �- 4s✓�t�l A ,1 -t
PROJECT: -S •etc r /P�lis�•�
`! �2yoo 5f��
CONTRACT AMOUNT; -�V A e ; - Mb ;+k
OWNER: e / r+i o /yv.vTl.t A C.t' If f If
ARCHITECT/ENGINEER:
SCOPE OFF WORK: f R A S -r.,e a rs.
�1 `u i w.: •�+ �✓!-C .5 Ti! .✓ � , .VV W
of VS It-
4 4A,.e.- S�w.r.1 G cowl r-941 I t'l-C .
3. PROJECT:
CONTRACT AMOUNT:
OWNER:
ARCHITECT/ENGINEER:
SCOPE OF WORK:
4.A,vt •f P;.vt
,lot. 54.oe fr P ;vty Pe:w.-r.
.SToe*tT S7"4,54 Ai3 i.I %-.
42- 1, S-b•= .
C;T ► lit
ro;++T _ f�/I,� t:o.Vs ?w•vGT�'o'v ��; /f 5 7KO9
A -9
A -10
LIST OF SUBCONTRACTORS
WORK SUBCONTRACTOR IS TO PERFORM
RESUME OF SUBCONTRACTOR
Unconditionally Required of all Bidders
Proposed Subcontractor:
--
Person in Charge:
Phone No.
Portion of Construction:
Resume of Subcontractor (list last three consecutive projects)
1. Project:
Amount:
Owner:
Engineer:
Prime Contractor:
2. Project:
Amount:
Owner:
Engineer:
Prime Contractor:
3. Project:
Amount:
Owner:
Engineer:
Prime Contractor:
A -10
C
1
Attach to Bid as necessary for the number of subcontractors anticipated on this project. It is
expressly understood that the use of any subcontractor other than those listed with bid shall
require written approval from the Owner.
A -11
BID SHEET
1. Lifting and Stabilizing Concrete Street Pavement, as Specified Herein, Priced
per Cubic Yard of Fill:
Bid Price
A. 0.01- 6.00" raise per linear foot ..............................$ /&os' /LF
B. 6.01 "+ raise per linear foot ...... ..............................$ ,Z /,5"O/LF
Note: Work orders will be issued as a request for proposed cost based on unit price bid.
Notice to proceed will be issued and become effective after approval of proposal.
Estimated days to completion of each work order, based on 1000 LF work orders:
/o — y Days
A -12
�M
® IMPORTANT POINTS
Note: Detailed explanation of each of these points is provided in the TERMS AND
CONDITIONS and INSTRUCTIONS TO BIDDERS sections.
SCOPE
It is the intent of the City of Missouri City to contract with one (1) vendor to provide concrete
street raising services for purpose of eliminating swales, birdbaths and related pavement failures
on various concrete thoroughfares as designated throughout the City of Missouri City.
CONTRACT LENGTH
The contract awarded will be for a period commencing the date of award through November 30,
2000. The contract may be subject to renewal for an additional year through November 30,
2001, if agreeable with both parties. Work orders will be issued in increments of approximately
1000 LF work on as needed basis.
PRE -BID CONFERENCE
Not applicable.
BID AWARD
The award of this bid by City Council is expected to be made on November 18, 1999.
Notification of intent to award will be sent to all bidders prior to award date. After approval by
City Council, successful bidder will be contacted to sign contract documents that shall comprise
a binding contract between the City and bidder. A notice to proceed and a purchase order shall
be issued to the successful bidder upon execution of the contract.
POINT OF CONTACT REGARDING THIS INVITATION FOR BID
Specification Clarification: Sharon Valiante, Project Manager, (281) 261 -4338.
Bidding Process: Charles Oberrender, CPPB, Purchasing Manager, (281) 261 -4249.
PAYMENT
Invoices are to be submitted to the following address:
City of Missouri City
Attn.: Accounts Payable
PO Box 666
Missouri City, TX 77459
A -13
C!
All invoices must reference the purchase order number. Payment will be made within thirty (30)
days upon receipt of correct invoice by Accounts Payable and approval of said invoice by the
Public Works Department. The City takes advantage of all term discounts given and such
discounts may be a factor in the awarding of the bid.
STATEMENT OF QUALIFICATIONS
Required.
STATEMENT OF FINANCIAL CONDITION
Required.
BID BOND
Required
PERFORMANCE BOND
Not Required
PAYMENT BOND
Not Required
MAINTENANCE BOND
Required.
RETAINAGE
Not Required
TERMS AND CONDITIONS
These conditions apply unless superseded by the bid specifications.
1. GENERAL CONDITIONS
Bidders are required to submit their bids based upon the following expressed conditions:
(a) Bidders shall thoroughly examine the drawings, specifications, schedule,
instructions and all other contract documents.
(b) Bidders shall make investigations necessary to thoroughly inform themselves
A -14
•
ti
0
regarding plant and facilities for the delivery of material and equipment as
required by the bid conditions. No plea of ignorance by the bidder of conditions
that exist or that may hereafter exist as a result of failure or omission on the part
of the bidder to make the necessary examinations, or failure to fulfill in every
detail the requirements of the contract documents, will be accepted as a basis for
varying the requirements of the City or the compensation to the vendor.
(c) Bidders are advised that all City contracts are subject to all legal requirements
provided for in the City Charter and/or applicable City ordinances, state or federal
statutes. Any bid, after being opened, becomes subject to the Open Records Act.
(d) No officer or employee of the City shall have a financial interest, direct or indirect
in any contract with the City, or shall be financially interested, directly or
indirectly, in the sale to the City of any materials, supplies or service, except on
behalf of the City as an officer or employee.
(e) Bid must be submitted on this form in its ENTIRETY. Bids not submitted on
this form may be disqualified.
(f) All entries must be typed or printed in ink.
(g) DO NOT TELEPHONE THE PURCHASING /AP MANAGER FOR BID
RESULTS. All vendors will be notified in writing of bid results.
2. BID CRITERIA
Bids will be prepared in accordance with the following:
(a) The contract will be binding only when awarded by City Council and all required
documents have been submitted to and accepted by the City.
(b) Where there is an error in extension of price, the unit price shall govern.
(c) Proposed days to completion shall be calendar days.
(d) The City of Missouri City is a tax - exempt governmental entity.
3. DESCRIPTION OF BIDS
Any catalog or manufacturer's reference used in describing an item is merely descriptive,
and not restrictive, unless otherwise noted. Bidders are required to state exactly what
they intend to furnish, otherwise they shall be required to furnish the items as specified.
0 4. SUBMISSION OF BIDS
(a) Bids must be submitted in a sealed envelope addressed to:
A -15
•
City Secretary of Missouri City
1522 Texas Parkway
PO Box 666
Missouri City, Texas 77459
with the date and hour of bid opening, bid number and the title of the Invitation
for Bid.
An authorized representative of the bidder must sign the cover sheet. This bid and
resultant contract will be binding only when awarded by City Council and all required
documents have been submitted to and accepted by the City. Bids shall be submitted
upon the forms provided, or copies thereof. The bids shall be prepared in compliance
with the requirements of these instructions and any instructions printed on the prescribed
forms. No change shall be made in the phraseology of the bid item.
Bidder must sign his bid in the space provided on the Bid Form; unsigned bids will not be
accepted. If the bid is submitted by a partnership or corporation, the name and address of
the partnership or corporation must be shown, together with the name and address of the
partners or corporate officers. Bids submitted by a sole proprietorship must be signed by
the proprietor.
The Bidder's name shall appear on the outside of the envelope. Bids will not be
considered unless accompanied by a Bid Bond, Statement of Qualifications, and
Statement of Financial Condition, if so required in the Special Conditions section.
(b) Samples, when required, must be submitted with the time specified, at no expense
to the City. Samples not used will be returned upon request at the bidder's
expense.
(c) By submittal of this bid, the bidder certifies that all information is true and correct
to the best of his knowledge.
5. REJECTION OF BIDS
(a) The City may reject a bid if
The bidder misstates or conceals any material fact in the bid; or
2. The bid does not strictly conform to the law or the requirements of the
bid. Non - responsive bids shall be those which contain any omission,
alteration, erasure, addition, or change of any nature, or which do not
include prices for each and every bid item (excluding optional terms).
Further, any bid in which the prices are obviously unbalanced, or which
A -16
r1
u
E
fails in any manner to conform to the bidding procedures as set forth, shall
also be considered non- responsive; or
3. The bid is conditional, except that the bidder may qualify the bid for
acceptance by the City on an "All or None" basis or a "Low Item" basis.
An "All or None" basis bid must include all items upon which bids are
invited.
(b) In the event that a bidder is or subsequently becomes delinquent in the payment of
his or its City taxes, including state and local sales tax, such fact shall constitute
grounds for rejection of the bid, or if awarded the bid, for cancellation of the
contract. However, the City reserves the right to deduct any delinquent taxes
from payments that the City may owe to the delinquent bidder as a result of such
contract.
(c) The City may, however, reject all bids whenever it is deemed in the best interest
of the City to do so, and may reject any part of a bid unless the bid has been
qualified as prefaced in 5(a)3 above. The City may also waive any minor
technicalities or irregularities in any bid, to include failure to submit sufficient bid
copies, failure to sign all bid copies, failure to submit literature or similar
attachments, or business affiliation information.
6. MODIFICATIONS OR WITHDRAWALS OF BIDS
Bids may be modified or withdrawn prior to the time set for bid opening, but bids may
not be withdrawn after the time set for the bid opening, unless approved by the City
Council.
7. DISCOUNTS
(a) Prompt payment discounts will be considered in making the award provided the
period of the discount offered is sufficient to permit payment within such period
in the regular course of business (minimum ten days).
(b) In connection with any discount offered, time will be computed from the date of
receipt of supplies or services or from the date a correct invoice is received,
whichever is the later date. Payment is deemed to be made on the date of the
mailing of the check.
8. AWARD OF CONTRACT
a. Unless the City of Missouri City elects to reject all bids, the City of Missouri City
will award the Contract within ninety (90) days after the bid opening. The City of
Missouri City reserves the right to reject any or all bids if in the Owner's
judgment the bids are excessively high or if irregularities exist. The City of
A -17
Missouri City reserves the right to award separate contracts for individual sections
or combinations of sections at the sole discretion of the City of Missouri City.
The City of Missouri City reserves the right to increase, decrease, or delete
individual line items and/or quantities at the sole discretion of the City of
Missouri City. I
b. It is the intent of the City of Missouri City to award the Contract to the qualified
and responsible bidder(s) submitting the lowest bid based on each Bid Section or
combination of Sections.
C. If the lowest base bid exceeds the available funds, the City of Missouri City may
reject all bids or may award the contract on the base bid, less items of work which
are listed in the Bid Form as required to produce a net contract amount which is
within the available funds.
d. When a contractor cannot abide by the terns and conditions in fulfilling his
contract, contractor must supply service or supplies from other sources at the
contract price. If contractor delays in the above, the City reserves the right to
purchase on the open market and charge the contractor the difference between the
contract and the purchase price.
e. Prices must be quoted FOB Missouri City with all transportation prepaid, unless
otherwise specified.
f. Delivery time and prompt payment discounts, including time allowed for payment
will be considered in tabulation of bids.
9. ASSURANCE OF COMPLIANCE - EQUAL EMPLOYMENT OPPORTUNITY
AND SMALL /OR MINORITY BUSINESS ADVOCACY REQUIREMENTS
It is the policy of the City of Missouri City that small and/or minority enterprises shall
have the maximum practical opportunity to participate in the performance of public
contracts. Bidder agrees that if this bid is accepted, he /she will not engage in
employment practices which have the effect of discriminating against employees or
prospective employees because of race, color, religion, national origin, sex, age, handicap
or political belief.
10. PAYMENT
The City will pay for the requested goods and/or services as promptly as possible, but in
any event, no later than thirty (30) days after: (1) receipt of the goods; or (2) the day the
service is complete; or (3) the day the City of Missouri City Finance Department receives
the invoice for the goods, and/or whichever is later.
A -18
0 0
11. ESCALATION CLAUSE (applicable to term contracts only)
Contractor may apply for a price increase not more than once during the initial contract
period. In addition, if a renewal offer is made by the City, an escalation request may be
made by the contractor, but only prior to both parties' agreement to renewal. After the
renewal agreement is made, an escalation request may not be made for at least ninety
(90) days and not more than once during the subsequent renewal period. Furthermore,
price for any product may not increase without approval by the City.
Escalation request must be submitted in writing to the City Purchasing Agent and
supported by signed documentation from contractor's supplier explaining change in
pricing. The City will provide written response to escalation requests within thirty
(30) days of receipt.
12. CONTRACT
This bid, when accepted by the City of Missouri City will become a binding contract
between the City and the successful bidder upon execution of the City's contract
documents. Bidders who anticipate requiring their own contract be signed are advised
that this bid (and any subsequent contract prepared as an addition to this bid by the
City) is the only contract into which the City will enter. On matters where there is .
conflict between the terminology in this bid document and subsequent contract prepared
by the City, the wording in the contract rules.
INSTRUCTIONS TO BIDDERS
1. BID SECURITY: A Bid Bond from an acceptable Surety Company authorized to
transact business in the State of Texas, in the total amount of not less than five percent .
(5 %) of the maximum amount of the bid payable without recourse to the City of Missouri
City, Texas, must accompany each bid as a guarantee that if awarded the contract, the
bidder will promptly enter into a contract and execute required bonds on the forms
provided. The bid security will be forfeited to the owner by the Bidder as liquidated
damages if the bidder fails to execute and deliver a contract and bonds as required. The
Cashier's Check or Certified Check or Bidder's Bond shall be enclosed in a separate
envelope clearly marked and attached to the envelope containing the Bid. Bid securities
will be returned within ten (10) working days after bid opening upon request except the
bid security of the three lowest acceptable bidders will be retained until a contract is
executed. Unsuccessful bid securities will be returned within ten (10) days thereafter.
IMPORTANT: Surety companies executing BONDS must appear on the Treasury
Department's most current list (Circular 570 as amended) and be authorized to transact
in the State of Texas.
2. STATEMENT OF QUALIFICATIONS: A statement of the qualifications of the
bidder must be submitted on the required form. The Owner may make investigations as
necessary to determine the ability of the bidder to perform the Contract Work. The
A -19
4
5.
C.1
Owner reserves the right to reject any bid unless evidence substantiates that the bidder is
properly qualified to carry out contractual obligations. Bids will be considered only from
qualified bidders.
STATEMENT OF FINANCIAL CONDITION: A Financial Statement of the
financial condition of the bidder as reflected by his most recently prepared statement is
required. The statement shall be submitted in a sealed envelope and will be examined
only if the bidder's bid is actively considered for award, otherwise it will be returned
unopened after award of the Contract.
STATE OF TEXAS SALES TAX: The Cost of the sales tax shall not be included in
the bid. This contract is issued by an organization which qualifies for exemption
pursuant to the provisions of Article 20.04(F) of the Texas Limited Sales, Excise and Use
Tax Act as codified in Section 151.309 of the Texas Tax Code, as amended.
The Contractor performing this contract may be exempt from certain sales tax in the
purchasing,_ renting or leasing of materials, supplies, equipment used or consumed in the
performance of this contract by issuing to his supplier an exemption certificate complying
with State Comptroller's administrative rules, including Rules 3.2.91 and 3.357, and by
complying with applicable State law including Chapter 351 of the Texas Tax Code.
BONDS: With the execution and delivery of the contract, the Contractor shall furnish
and file with the O r ' o s ire , r act following surety bonds:
RVTORTANT: Sur o s u.'r g u appear on the Treasury
Department's most it 7 e e d be authorized to transact
business in the state of Texas.
a. PERFORMANCE BOND: A good and sufficient performance bond in an amount
equal to one hundre
and faithful executi
protection of the O,
contract,
negligence of the Contractor, or improper execuiion of
materials.
aranteemg the full
ntract, and for the
e by reason of
work, or use of inferior
b. PAYMENT BO : A se arate ayment bond in an amount equal to one hundred
percent (100 %) o f o o c a s tee the payment of all
labor, materials i t e i n tf the work, and shall
remain in full force and effect fora period of one e 4 er the date of completion
and acceptance by the Owner.
EXAMINATION OF PLANS, SPECIFICATIONS AND SITE OF THE WORD:
Prospective bidders shall make a careful examination of the site of the project, soil and
water conditions to be encountered, improvements to be protected, disposal sites for
surplus materials not designated to be salvaged materials and as to methods of providing
ingress and egress to private properties, and methods of handling traffic during
W11
e •
® q prior to submitting an bid, to
construction,oftbe entire project. Bidders are required, p g Y
read the specifications, bid, contract and bond forms carefully, to visit the site of the
work, to examine carefully local conditions, to inform themselves by their independent
research, tests and investigations of the difficulties to be encountered and judge for
themselves of the accessibility of the work and all attending circumstances affecting the
cost of doing the work or time required for its completion, and to obtain all information
required to make an intelligent bid. No information given by the Owner or any officials
thereof, other than that shown on the plans and contained in the specifications, bids and
other documents, shall be binding upon the Owner. Bidders shall rely upon their own
estimates, investigations, tests and other data which are necessary for full and complete
information upon which the bid may be based. It is mutually agreed that submission of a
bid is evidence that the bidder has made the examinations, investigations and tests
required herein.
7. INTERPRETATION OF CONTRACT DOCUMENTS, TECHNICAL
SPECIFICATIONS AND CONTRACT PLANS: No oral explanation or oral
instructions will be given before the award of the Contract. Discrepancies, omissions, or
doubts as to the meaning of Contract Documents, Technical Specifications or Contract
Plans shall be communicated in writing to the Engineer for interpretation or explanation,
prior to seventy -two (72) hours before the bid opening. Any interpretation or explanation
in response to communications from bidders will be forwarded to all Bidders and receipt
by the Bidder shall be acknowledged on the bid form. Any interpretation of the bid, if
made, will be made only by addendum duly issued. It is the responsibility of the Bidders
to ascertain if they have received all such addenda. No other interpretation or explanation
will be considered as official or binding.
8. FUNDS: The Owner agrees to ensure that sufficient funds are available to pay the
Contractor by check, in accordance with provisions of the Contract.
9. FACILITY SERVICES: The Contractor shall furnish the facilities, electricity, and
water for building purposes. He shall erect a temporary privy for workmen's use, keep
same clean and remove upon completion of his contract.
10. SUBCONTRACTORS: The successful bidder shall submit to the Owner, with bid, a
schedule of names of subcontractors he will use and subcontract values on the appropriate
forms.
11. MATERIALS: Where a material is named in the specifications or on the drawing, it is
not the intention to discriminate against the products of other manufacturers. It is
mentioned as a standard. It is expected that the Contractor's bid is based upon the use of
these materials or their approved equal as determned by the City Engineer
A -21
12. CONDITIONS:
a. The Contract may be let to one or more contractors or firms and he, or they, shall
perform the work in accordance with the plans and specifications.
b. The Contractor shall furnish all materials. This shall be the best of its class as
herein described.
C. The Contractor shall not let or transfer this contract, nor any part thereof
(excepting only for the delivery of material), without the consent of the owner.
No subcontract shall, under any circumstances, relieve the Contractor of his
liabilities and obligations under this contract, should such subcontractor fail to
perform the work undertaken by him in a satisfactory manner.
d. The Contractor is responsible for seeing to it that all work is done in accordance
with the building, sanitation, and other laws in force in the State of Texas and in
the area the project is being done. Such laws are hereby made a part of this
specification, and the same as if written in full herein.
The Contractor shall verify all lines, levels and dimensions shown on the
drawings. He will be held responsible for the correctness of setting out work.
The drawings and specifications are to be considered as cooperative, and any
work shown on the plan and not described in the specifications, or vice versa, or
any work obviously necessary to complete the work as planned is to be considered
a part of the contract. The Owners shall be present at the site at the time of
staking out the work.
f. The Owner may at any time during the progress of the work make any additions
or deletions from the original plans and specifications. These changes shall in no
way affect or make void the original contract. In making these changes or
deletions, the Owner shall first make an agreement with the Contractor in regard
to the cost of the change or deletion. It will then be put in writing, setting forth
the cost of the work added or deducted from the original contract price. This
written agreement shall be signed by Owner and Contractor. These changes,
however, must be designated in writing by the Owner at the time of laying out the
work involved.
g. The Contractor shall, from time to time, remove all rubbish and waste materials.
He shall, at all times during the progress of the work, keep the premises clean and
safe. The Contractor shall be held responsible for damages to adjoining property.
Upon completion, the Contractor shall deliver the project in a clean condition.
h. Each contractor shall give his personal direction to the work and also keep. a
competent and authorized foreman on the job at all times.
A -22
C
Ll
13. EXECUTION OF CONTRACT AND BONDS: Within fifteen (15) days after written
notification of award, the Bidders shall execute and furnish to the Owner the contract per
the contract conditions:
0a SA Perform ance Bond.
DE e t , ea pLyte full amount of the Contract Price, executed by a
Surety Company or Surety Companies authorized to execute Surety Bonds under
and in accordance with the laws of the State of Texas.
C. A Certificate of Insurance which conforms to contract and specification
requirements.
14. CONSTRUCTION SCHEDULE: Prior to Notice to Proceed by the Engineer, the
Contract t c edule to the City for review and
approval. s 1 1 s e mpletion of the job within the number
of total days s e d e a b mitted as required in specifications and
on the plans.
15. FAILURE TO EXECUTE CONTRACT AND BONDS: Should the Bidder to whom
the Contract is awarded refuse or neglect to execute and file the Contract, Bonds, and
Certificate of Insurance within fifteen (15) days after written notification of award of the
Contract, the bid guarantee filed with the bid shall become the property of the Owner, not
as a penalty, but as liquidated damages.
16. INSURANCE REQUIREMENTS: Special attention is called to the section of the City
of Missouri City Construction Contract pertaining to Insurance Requirements.
17. NOTICE TO PROCEED: The City of Missouri City may wait up to ninety (90) days
after awarding the bid to give the Contractor a Notice to Proceed.
18. SITE PREPARATION: The Contractor will be required to do all necessary grading and
excavation: The Contractor shall remove all trees, shrubs, stumps, etc., from the site.
The Contractor will be responsible for surface water drainage from the site at all times
and he will do all finish grading. The Contractor shall back fill the earth he excavates and
furnish any additional fill, if required, for proper drainage. Seeding and fertilization is
required on all areas disturbed by construction operations.
A -23
DEFINITION OF TERMS
DEFINITIONS: Wherever in these specifications or on the plans, the following terms, or
pronouns in place of them are used, the intent' and meaning shall be interpreted as follows:
1. CITY: The City of Missouri City, Texas.
2. CITY COUNCIL: The duly elected members of the Council of the City of Missouri
City, Texas.
3. DEPARTMENT: The Department of Public Works, City of Missouri City, Texas.
4. DIRECTOR OF PUBLIC WORKS: The Department Head of the Department of
Public Works.
5. ENGINEER: The City Engineer or his duly authorized representative either or both
being a duly authorized representative of the City of Missouri City.
6. INSPECTOR: The authorized representative of the City of Missouri City assigned to
inspect any or all parts of the project and the materials to be used therein.
7. BIDDER: An individual, partnership, corporation, etc., submitting a proposal.
S. CONTRACTOR: The individual, partnership, corporation, etc., with which the
Contract is made to the City.
9. SUPERINTENDENT: The representative of the Contractor authorized to receive and
fulfill instructions from the inspector and who shall supervise and direct the construction.
10. LABORATORY: The testing laboratories of the City or any other testing laboratory
that may be designated or approved by the Director of Public Works.
11. PROPOSAL: The offer of the Bidder, made out in duplicate on the prescribed forms,
giving prices for performing the work described in the Bid Documents.
12. BID DOCUMENTS: The Bid Documents include the Concept Drawings,
Specifications, and any changes thereto.
13. SPECIFICATIONS: The directions, conditions and requirements contained herein,
supplemented by such "Change Orders" as may be issued or made pertaining to the
method and manner of performing the work or to quantities and qualities of materials to
be furnished under the contract. Where phrases, "directed by ", "ordered by" or "to the
satisfaction of 'the Engineer "' or "the Inspector" occur, it is to be understood that the
directions, orders, or instructions to which they relate are within the limitations of, and
authorized by the contract. Where reference is made to specifications of A.S.T.M.,
AASHTO, Texas Highway Department Standard Specification, etc., it shall be construed
to mean the latest standard in effect on the date of the proposal.
B -1
0 0
14. _ CHANGE ORDERS: Written agreements entered into between the Contractor and the
City, properly executed, covering alterations, changes, additions or deletions to the
approved plans which are necessary for the proper completion of the work.
15. CONTRACT: The agreement between the City and the Contractor covering the
furnishing of material and performance of the work. The contract will include the Bid
Documents, Contract Bonds and Change Orders.
16. THE WORK: The work shall include the furnishing of all Construction Submittal
Drawings, labor, materials, equipment and other incidentals necessary or convenient to
the successful completion of the project and carrying out of all of the duties and
obligations.
17. PROJECT: The specific phase, section or sections of the project with all appurtenances
and construction to be performed thereon under the contract.
18. WORKING DAY: As outlined and set forth in the General Conditions and Special
Conditions of these specifications.
19. INSTRUCTIONS TO BIDDERS: Instructions of a general nature outlining the duties
and responsibilities of a bona fide Bidder.
20. GENERAL CONDITIONS: Additional instructions to the Bidder, of a more specific
nature, pertaining to his responsibilities.
21. SPECIAL CONDITIONS: Detailed instructions to the Contractor setting forth his
responsibility and the City's responsibility for proper execution of the work.
22. WAGE RATES: The general prevailing wage rate of the City of Missouri City, a copy
of which is included and shall become a part of these specifications.
23. SEQUENCE OF CONSTRUCTION: The logical and proper order in which the work
shall be accomplished, by stages and phases, by the Contractor unless ordered to do
otherwise by a properly executed Change Order.
24, TECHNICAL CONDITIONS: The specific instructions to the Contractor as to the
manner, quality, methods and procedures of labor and materials to be employed in the
execution of the various items of work.
25. SUPPLEMENTAL SPECIAL CONDITIONS: Detailed instructions to the Contractor
setting forth his additional responsibilities of a special nature particular to an individual
project not covered elsewhere.
26. A.S.T.M.: American Society for Testing and Materials.
27. AASHTO: American Association of State Highway and Transportation Officials.
28. TXDOT TEST METHOD: Texas Department of Transportation Materials and Test
Division Manual outlining testing methods and procedures.
29. TNRCC: Texas Natural Resource Conservation Commission: The ultimate State
regulatory authority to which all components of the project must comply.
30. NEC: 1993 or latest edition of National Electric Code.
31. CONCEPT DRAWINGS: Drawings prepared by Missouri City to reflect the desired
project performance requirements. The Concept Drawings includes the project outline
which details required construction items, work breakdowns, alternative features and will
be used by the Contractor in the preparation for and performance of the project.
32. CONSTRUCTION SUBMITTAL DRAWINGS: Drawings which detail the various
components of construction and the interrelations between them for the purpose of
verifying compliance with building codes and construction standards. Construction
Submittal Drawings for this project include foundation, wall, plumbing, roofing,
electrical components and others as required or specified by the Engineer.
33. OWNER: The City of Missouri City, Texas.
34. CONCRETE PAVEMENT: That which constitutes any portion of the concrete street or
roadway, concrete driveway approach and /or concrete sidewalk located within the public
right -of -way.
•
IM
ENGINEER'S CONDITIONS
THE CONTRACT: The bidder to whom an award is made shall execute a written
contract with the owner, and if bond is required, furnish good and approved bond within
fifteen (15) days after notice of award. If the bidder to whom an award is made fails to
enter into a contract as herein provided, the award will be annulled, and an award may be
made to the bidder whose bid is next most acceptable to the owner, and such bidder shall
fulfill every stipulation embraced herein, as if he were the party to whom the first award
was made.
A corporation to which an award is made will be required, before the contract is fully
executed, to furnish certificate: "of its corporate existence and evidence that the officer
signing the contract for the corporation is duly authorized to do so.
2. TRANSFER AND SUBLETTING: The Contractor shall not let or transfer this
contract, nor any part thereof (excepting only for the delivery of material), without the
consent of the owner.
No subcontract shall, under any circumstances, relieve the Contractor of his liabilities and
obligations under this contract, should such subcontractor fail to perform the work
undertaken by him in a satisfactory manner.
3. COORDINATION OF PLANS AND SPECIFICATIONS: The specifications and the
approved plans, special provisions, referenced documents, and supplemental agreements
are essential parts of the contract and a requirement occurring in one is as binding as
though occurring in all. They are intended to be cooperative and to describe and provide
for a complete work. In cases of disagreement, figured dimensions shall govern over
scale dimensions, plans shall govern over specifications, and special provisions shall
govern over both specifications and plans.
4. ENGINEER: On all questions concerning the acceptability of material or machinery,
the classification of material, the execution of the work, conflicting interests of
Contractors and performing related work, and determination of costs, the decision of the
Engineer shall be final.
Inspectors are required to see that all the provisions of the contract and specifications are
faithfully adhered to. Any inspector may, if authorized by the Engineer, stop the work
entirely if there is not sufficient quantity of suitable and approved material on the ground
to carry it on properly, or for any other good and sufficient cause. Any work done in the
absence of an inspector may be ordered opened up for thorough examination, and must be
rebuilt or replaced at the Contractor's sole expense. But no approval by an inspector shall
be construed into an acceptance of defective or improper work or material, which must be
rebuilt or properly replaced whenever discovered, at any stage of orders or directions
C -1
under any possible circumstances, except as herein defined and provided, and* on
authority of the Engineer.
CONTRACTOR: The word "Contractor" used in these specifications means the person,
firm or corporation with whom the contract is made. The Contractor shall at all times`be
represented on the work in person or by a foreman or duly designated agent. Instructions
and information given by the Engineer to the Contractor's foreman or agent on the work
shall be considered as having been given to the Contractor. When two or more
contractors are engaged on installation or construction work in the same vicinity, the
Engineer shall be authorized to direct the manner in which each shall conduct his work,
so far as it affects other Contractors.
6. SAMPLES OR SPECIMENS: The Contractor shall submit samples or specimens or
such materials to be furnished or used in the work as the City may require.
7. MATERIAL AND WORKMANSHIP: All materials must be of the specified quality
and equal to approved samples, if samples have been submitted. All work shall be done
and completed in a thorough, workmanlike manner, notwithstanding any omission from
these specifications or drawings. A ll materials furnished and all work done must be
satisfactory to the Engineer. Work not in accordance with these specifications, in the
opinion of the Engineer, shall be made to conform thereto. Unsatisfactory material will
be rejected, and, if so ordered by the Inspector, shall at the Contractor's expense, be
immediately removed from the vicinity of the work.
Materials delivered along the line of the work shall be neatly, safely and compactly piled
up along the right of way in such manner as to cause the least inconvenience and damage
to property owners and to the general public, and shall not be closer than three feet to any
fire hydrant. Public and private drives and street crossing shall be kept open. Shade trees
and other improvements shall be protected from any damage by stone, earth or otherwise.
Injury to lawns, sidewalks, streets or other improvements must be made good by the
Contractor to the satisfaction of the Engineer.
8. DELAYS: The Contractor shall receive no compensation for delays or hindrances to the
work. Application for extension of time must be approved by the owner, and such
extension of time shall not release the surety from his obligations which shall remain in
full force until the discharge of the contract.
9. SUSPENSION OF CONTRACT: If the Contractor fails to begin the delivery or
commence work as provided in the contract, or fails to make deliveries of materials
promptly as ordered, or to maintain the rate of delivery of material or progress of the
work in such a manner as in the opinion of the Engineer to insure a full compliance with
the contract within the time limit, or if in the judgment of the Engineer, the Contractor is
not carrying out the provisions of the contract in their true intent and meaning, and in
accordance with terms of this contract and of the plans and specifications, written notice
may be served by the Engineer on such Contractor, or his agent or representative, to
C -2
e s
provide within a specified time for a satisfactory compliance within the contract, and if
said Contractor neglects or refuses to comply with such notice, the owner may cancel or
suspend the operation of all or any part of the contract and of the work hereunder, or it
may, in its discretion, after such notice, purchase, any or all of the material without
suspending the contract. Upon the suspension of a contract for furnishing material or
machinery, the owner may purchase the material or machinery necessary in the opinion of
the Engineer at the complete cost and expense thereof to the Contractor and his surety.
Upon suspension of contract for construction of installation, the owner may, in its
discretion, take possession of all or any part of the machinery, tools, appliances, animals,
materials and supplies used on the work covered by the contract, or that have been
shipped or delivered by or on account of the Contractor for use in connection therewith,
and same may be used either directly by the owner, or the owner may, employ or purchase
the material contracted for in such a manner as it may deem proper, or hire such force and
buy such machinery, tools, appliances, materials and supplies of the Contractor's, as may
be necessary, in the opinion of the Engineer, for the proper conduct and completion of the
work. If, in the opinion of the Owner, there is an emergency for the furnishing of certain
material, or the performance of certain work, in order to insure compliance with the terms
of the contract, and if the Contractor fails to furnish such material or to perform such
work within a reasonable time fixed by written notice from the Engineer, to the
Contractor,'then the owner shall have the power to and it may at its election furnish such
material and/or to perform such work at the expense of the Contractor and his
subcontractor, who shall be liable therefor. In the determination of the question whether
there has been such non - compliance with the contract as to warrant its suspension or the
furnishing of material, or the performance of work by the owner as herein provided, the
decision of the owner shall be final.
10. CHANGES: The Engineer may, without notice to the surety on the Contractor's bond,
make such changes in the designs of materials or machinery or plans for installation or
construction, or in the quantities or character of the work or materials required as he may
deem advisable. These changes in plans for installation or construction may also include
modifications of shapes and dimensions of structures, and the shifting of locations and
grades to suit conditions disclosed as work progresses If such changes result in an
increase or decrease of cost to the Contractor, the Engineer will make such additions or
deductions on account thereof, as he may deem reasonable and proper, and his action
thereon shall be final. Extra work or material shall be charged for as hereinafter
provided.
11. EXTRA WORK, MATERIAL, AND EQUIPMENT RENTAL: In connection with
the work covered by these specifications and the contract of which they are a part, the
owner may order work and materials and equipment rental not covered by the plans and
specifications. When such items are ordered in writing by the Engineer, the Contractor
shall be paid for these items at the price agreed to.
12. CHANGES AT CONTRACTOR'S REQUEST: If the Contractor, on account of
conditions developing during the progress of the work, finds it impracticable to comply
C -3
strictly with these specifications, and applies in writing for a modification of structural
requirements or of methods of work, such change may be authorized by the Engineer, if
not detrimental to the work, and is without additional cost to the owner.
13. INSPECTION: All materials furnished and work done under this contract will be '
subject to rigid inspection. The Inspector shall at all times have access to all parts of the
shop where material under his inspection is being manufactured. Material that does not
conform to the specifications, accepted through oversight or otherwise, may be rejected at
any stage of the work. Whenever the Contractor on installation or construction is
permitted or directed to do night work, or to vary the period during which work is carried
on each day, he shall give the Inspector due notice, so that inspection may be provided
for. Such work shall be done without extra compensation and under regulations to be
fizrnished in writing by the Inspector.
14. ERRORS AND OMISSIONS: The Contractor will not be allowed to take advantage of
any error or omission in these specifications and/or plans. Suitable instructions will be
given when such error or omission is discovered.
15. CONTRACTOR'S FINANCIAL OBLIGATIONS: The Contractor shall promptly
make payments to all .persons supplying labor and materials in the execution of the
contract, and a condition to this effect shall be incorporated in the Contractor's bond.
16. EXPERIENCE: Bidders, if required, shall present satisfactory evidence that they have
been regularly engaged in furnishing material and machinery and constructing such work
as they propose to execute, and that they are fully prepared with necessary capital,
machinery and material to begin the work promptly and to conduct it as required by these
specifications.
17. SPECIFICATIONS AND DRAWINGS: The Contractor shall keep on the work site a
copy of these specifications and drawings, and shall at all times give the Engineer access
thereto. Any drawings or plans listed in the detail specifications shall be regarded as part
thereof and of the contract. Any thing mentioned in these specifications and not shown in
the drawings or shown in the drawing and not mentioned in these specifications, shall be
done as though shown or mentioned in both. The Engineer will famish from time to time
such detail drawings, plans, profiles and information as he may consider necessary for the
Contractor's guidance.
18. LOCAL CONDITIONS: Bidders shall satisfy themselves as to local conditions
affecting the work, and no information derived from the maps, plans, specifications,
profiles or drawings, or from the Engineer or his assistants, will relieve the Contractor
from any risk or from fulfilling all of the terms of this contract. The accuracy of the
interpretation of the facts disclosed by borings or other preliminary investigation is not
guaranteed. Each bidder or his representative should visit the work site and familiarize
himself with local conditions; failure to do so when intelligent preparation of his bids
C -4
0 •
depends on a knowledge of local conditions may be considered sufficient cause for
rejecting a bid.
19. DATA TO BE FURNISHED BY THE CONTRACTOR: The Contractor shall furnish
the Engineer reasonable facilities for obtaining such information as he may desire
respecting the character of the materials and the progress and manner of the work,
including all information necessary to determine its cost, such as the number of men
employed, their pay, the time during which they worked on the various classes or phases
of construction, etc.
20. DAMAGES: The Contractor will be held responsible for and required to make good, at
his own expense, all damages to persons or property caused by carelessness or neglect on
the part of the Contractor, his agents or employees.
The Contractor will hold the owner harmless from any and all liabilities whatever
growing out of any injury or damage to property or persons, because of any neglect or
fault of said Contractor, his agents or his employees, in the execution of said contract, or
in any manner connected therewith or related thereto, and will be required to pay the
judgment, with costs, which may be obtained against the owner, growing out of such
injury or damage.
The Contractor shall employ and erect all day and night guardsmen, barricades and lights,
and shall use all due and proper precaution to maintain the security of all persons and
property. All traffic control devices (barricades, signs, etc.) shall conform to the Texas
Manual on Uniform Traffic Control Devices, latest edition.
The Contractor will be held responsible for any damages to the water, gas or drainage
pipes, sidewalks, conduits, etc.
The cost of removing obstructions, removing, repairing and replacing sidewalks, erecting
barricades, posting notices, unless otherwise provided, etc., shall be included in the unit
price bid for the various parts of the improvements.
21. CHARACTER OF WORKMEN: The Contractor shall not allow his agents or
employees to trespass on premises or lands in the vicinity of the work. None but skilled
foremen and workmen shall be employed on work requiring special qualifications, and
when required by the Engineer, the Contractor shall discharge any person who commits
trespass, or is in the opinion of the Engineer, disorderly, dangerous, insubordinate,
incompetent, or otherwise objectionable. Such discharge shall not be the basis of any
claim or compensation or damages against the owner.
22. DISPUTES: In all cases of misunderstanding and disputes, verbal arrangements will not
be considered, but Contractor must produce written authority in support of his
contradictions.
23. STAKING OUT WORD: The Contractor shall furnish and maintain all lines and
grades, and stake out. all work based upon the base line and bench mark established by the
C -5
Engineer. The Contractor shall employ a Registered Public Surveyor to provide all lines
and grades and to offset all horizontal control monumentation and maintain said
monumentation in its original undisturbed location. The Registered Public Surveyor shall
submit signed copies of the field book- information to the Engineer before commencing
the work. Prior to staking out the work, the Contractor shall satisfy himself in regard to
the relationship between the base line and bench mark established by the City and the
work to be performed under the Contract. The bench mark to control the elevation of the
construction is shown on the plans.
All stakes will be color coded with flagging in accordance with the following schedule:
Primary Control
Orange and Yellow
Boundary Points
Green and White
Traverse Points
Green and Yellow
Block and Lot Corners
Blue and Yellow
Clearing Stakes
White and Yellow
Drainage and Storm Sewer
Red
Water and Appurtenances
White
Sanitary Sewer and.
Appurtenances
Blue
The Engineer will have the right but not the duty to occasionally check the lines and
grades and will report any errors or inconsistencies to the Contractor, who shall take
immediate steps to correct them and all work involved so that it shall be in conformity
with the drawings and specifications. The Contractor shall be fully responsible for the
accuracy of this work and the correction of it as required. All construction costs to
correct any errors due to faulty layout by the Contractor shall be at his expense. The
Engineer will furnish final measurements when required to verify final quantities.
The Contractor shall give. the Engineer at least seventy -two (72) hours notice in writing
before staking out any new portion of the works, and he shall clearly state in such notice
the exact locality or localities where such stakes are to be set.
The Contractor must satisfy himself, before commencing work, as to the meaning or
correctness of all stakes or marks, and no claim will be entertained by the owner for or on
account of any alleged inaccuracies, or for the alterations subsequently rendered
necessary on account of such alleged inaccuracies. The Contractor will be held
responsible for the preservation of all such stakes and marks in their position, and in case
any of them are lost or destroyed after having once been given, all expense incurred by
the owner in replacing the same shall be charged against he Contractor and paid by him
before completion and final acceptance of the work. As the stakes and marks will not in
all cases represent the grades, lines, angles, and changes of surface in the finished work,
the Contractor must be careful to see that they are taken in connection with the. plan,
details, specifications, and Engineer directions except only when he may discover errors
in the same, in which case he shall at once discontinue work thereon until such errors are
C -6
0
rectified, but no claim shall be made or allowed on account thereof, on an account of any
delay occasioned thereby.
24. NOTICE BEFORE COMMENCING WORK: The Contractor shall give the Engineer
at least forty-eight (48) hours notice before commencing work on any portion of the
contract, renewing work at any place where work has been stopped for any cause. He
shall also give the same notice to all authorized inspectors, superintendents, or persons in
charge of gas or water pipes, or railroads affected by his operations. Any work done
contrary to the provisions of this clause must be taken up and rebuilt immediately upon
order from the Engineer.
25. METHODS AND APPLIANCES: The methods and appliances adopted by the
Contractor shall be such as will, in the opinion of the Engineer, secure a satisfactory
quality of work and will enable the Contractor to complete the work in the time agreed
upon. If at any time the methods and appliances appear inadequate, the Engineer may
order the Contractor to improve their character or efficiency and the Contractor shall
conform to such order; but failure of the Engineers to order such improvement of
methods of efficiency will not relieve the Contractor from his obligations to perform
satisfactory work and to finish it in the time agreed upon.
26. CLIMATE CONDITION: The Engineer may order the Contractor to suspend any work
that may be damaged by climatic conditions. When delay is caused by an order to
suspend work given on account of climatic conditions that could have been reasonably
foreseen, the Contractor will not be entitled to any extension of time on account of such
order.
27. QUANTITIES AND UNIT PRICES: The quantities noted in the schedule or bid are
approximations for comparing bids, and no claim shall be made against the owner for
excess or deficiency therein, absolute or relative. Payment at the prices agreed upon will
be in full for the completed work, and will cover materials, supplies, labor, tools,
machinery and all other expenditures incident to satisfactory compliance with the
contract.
28. REMOVAL AND REBUILDING OF DEFECTIVE WORK: The Contractor shall
immediately remove and rebuild at his own expense any part of the work that has been
improperly executed, in the opinion of the Engineer, even though it has been included in
the monthly estimates. If he refuses'or neglects to replace such defective work, it may be
replaced by the Owner at the Contractor's expense.
29. PROTECTION OF WORK AND CLEANING UP: The Contractor shall be
responsible for any material furnished him and for the care of all work until its
completion and final acceptance, and he shall, at his own expense, replace damaged or
lost material and repair damaged parts of the work. He shall take all risks from floods
and casualties, and he shall, at his own expense, replace damaged or lost material and
C -7
0 0
repair damaged parts of the work. He shall iake all risks from floods and casualties, and
shall make no charge for delay from such causes. He may, however, be allowed a
reasonable extension of time on account of such delay, subject to the conditions herein
before specified. The Contractor shall remove from the vicinity of the completed work
all plant, buildings, rubbish, unused material, concrete forms, etc., belonging to him or
used under his direction during construction.
30. BENCH MARKS AND SURVEY STAKES: Bench marks and survey stakes shall be
preserved by the Contractor, and in case of their destruction or removal by him or his
employees, they will be replaced by the Contractor.
31. SANITATION: The Engineer may establish sanitary rules and regulations for all forces
employed under this contract; and if the Contractor fails to enforce these rules, the
Engineer may enforce them at the expense of the Contractor.
32. USE OF STREETS: Before making any excavation in any street, if required by the
Engineer, the Contractor shall deliver a sufficient quantity of material upon the line of the
work, between any two intersecting streets, in advance of the construction, and such
material shall be so placed as to offer the least inconvenience to traffic. As soon as the
work on any block is completed, unless otherwise directed by the Engineer, each block
shall be opened for public use, and all accumulated or surplus rubbish removed. The use
of any portion of such street shall not be deemed or held to constitute an acceptance of
any part of the work.
Travel upon the street or upon any intersecting alley or street shall not be hindered or
needlessly inconvenienced for more than two (2) blocks at any one time, except in special
cases, where a greater space may be allowed by the Engineer. Whenever a street is
closed, the Contractor shall cause a plain, to be placed, with proper barricade, at the
nearest street corner'on both sides of such obstruction. Access shall be maintained to all
properties at all times.
Ditches, inlets, fire hydrants, etc., shall not be blocked by the Contractor, and if it is
necessary to put boxes, temporary drainage or any other sort of structures to take care of
drainage, the same must be done at Contractor's expense without extra compensation.
33. TIME OF COMPLETION: Contractor to submit number of working days on the bid
form where indicated.
34. DEFINITION OF WORKING DAYS: A working day is defined as a calendar day not
including Sundays or legal holidays in which weather or other conditions not under the
control of the Contractor will permit the performance of the principal unit or a majority of
the work under way for a continuous period of not less than seven (7) hours between 7:00
a.m. and 6:00 p.m., or for a period of seven (7) hours in the aggregate between the above
named hours.
C -8
35. CONTRACTOR'S RESPONSIBILITY: During the progress of the work, and until
one year after the date of the acceptance of the same by the Engineer, the whole work
done under this contract will be at the Contractor's risk, and he shall assume the risk of
and be responsible for any and all damages to the work, or to persons.or property, caused
by or in any way resulting from said Contractor's negligence or the negligence of his
employees.
36. PATENTS AND TRADE SECRETS: All fees for any patented invention, article or
arrangement that is used upon or in any manner connected with the construction, erection
or maintenance of the work, or any part thereof embraced in the contract and these
specifications shall, unless otherwise provided by the contract, be included in the price in
the price stipulated in the contract for said work.
37. USE OF WATER: The Contractor will not be allowed to draw any water from the
public fire hydrants, except by special permit and license thereof, by the proper officials,
and must pay the owner for same at the usual rate.
38. FINAL ACCEPTANCE: On completion of the contract, all portions of the work shall
be reviewed by the Contractor personally, or by a member of the firm or an officer of the
corporation holding the contract, who shall satisfy himself that every item is completed
and all defects made good, and that all surplus materials, refuse, dirt, or rubbish is cleared
up and removed or disposed of as the Engineer may direct, and that the whole work is in
a finished, satisfactory, neat and tidy condition, and ready in all respects for acceptance
by the owner. A sworn statement that the condition of the work is as just stated will be
required from the Contractor, in addition to the report of the Engineer, before the work
will be accepted by the owner.
39. ESTIMATES FOR PAYMENTSIRETAINAGE: Periodically during the term of the
contract, the Contractor may make and provide the Director of Public Works an estimate
of the portion of the work which has been completed from the last day of the preceding
billing to the end of the current billing period. This shall be in the form of a billing for
the amount earned by the Contractor which will be subject to payment less a five percent
(5 %) retainage (if indicated in IMPORTANT POINTS) as based upon the unit prices bid.
Said billing estimate will be approximate only, and no attempt will be made to make
exact measurement until the final completion of the work, when, according to the terms
of the contract, the Engineer shall proceed with all due diligence to measure up the work
and to inspect all work and materials, and shall render to the owner and to the Contractor
a final estimate of all work performed and materials furnished.
40. EXTENSION OF TIME: If, during progress of the work, weather conditions or other
circumstances beyond the control of the Contractor should prevail to the extent that the
work cannot be executed and completed within the time specified in the contract, the
Contractor shall file with the Engineer within twenty (20) days of the occurrence of such
delay a request for a credit on the time of completion. However, the Contractor accepts
this undertaking at his own risk, as far as weather conditions are concerned, and the
C -9
owner shall in no way be bound to grant such an extension. When, in the opinion of the
Engineer, weather or other conditions are such that the utility of the project might be
endangered if the work were continued, he may order cessation of work during such time.
Delay in completion of contract, due to such ordered cessation of work, shall not be
charged against Contractor's specified time of completion.
41. PRICE OF MATERIALS: The bidder shall show on his bid (if requested on the BID
SHEET) an amount in dollars and cents indicating the bid price of all materials and other
tangible personal property included in the total bid. The amount to be shown has
reference to all of such.materials and other tangible personal property as are actually
incorporated into the final result of the work covered by, seen, weighed, measured, felt or
touched or which is in any other manner perceptible to the senses.
C -10
•
® SPECIAL CONDITIONS
1. LOCATION AND DESCRIPTION OF WORK
The location of the work is in the CITY OF MISSOURI CITY, FORT BEND COUNTY,
TEXAS. The scope of the work is covered by Plans and Specifications.
2. TIME OF COMPLETION
It is important that this work be completed in a timely manner. The Contractor shall
commence work within ten (10) days after the day the written notice to do so has been
given him and shall pursue the work to its completion within the working days as
specified on the Proposal.
3. PROJECT PLAN SHEETS
DESCRIPTION SHEET N0.
One se 'd a p d yuments.
TT
4. CONTRACTOR RESPONSIBLE FOR SAFETY
Contractor will maintain and provide adequate ingress- egress for traveling public during
construction operations and overnight. The Contractor shall be responsible for the safety
of himself, his employees and other persons during construction. All work shall be done
in accordance with Occupational Safety and Health Regulations of the United States
Government for construction, State of Texas laws and regulations, Fort Bend County
Regulations and.Missouri City ordinances.
5. LIQUIDATED DAMAGES FOR DELAYS
It is understood and agreed between the parties .hereto that time is of the essence of this
contract d hat for each day of delay beyond the completion date of the contract and
(after d o o e i Rd s provided in the contract) the Contractor shall pa i ui s for each day of such delay the sum as
stated in the contract. It emg and Pst een the parties hereto that such sum shall
be treated as liquidated damages and not as a penalty, and the owners may withhold from
the Contractor's compensation such sum as liquidated damages.
6. FACILITIES FOR CONSTRUCTION
The Contractor shall familiarize himself as to the working conditions at the site; to
roadway, railway, or other approaches to the site available to him; to the availability and
® accessibility of utilities; and to the space available for storage, for working and other
factors pertinent to construction.
D -1
• •
E
7. PERMITS
Permits, fees and licenses necessary for the pursuit of the work shall be obtained and paid
for by the Contractor. There will be no charge for City of Missouri City permits.
8. COORDINATION WITH THE ENGINEER
A temporary office building, telephone, and sanitary facilities SHALL NOT BE
REQUIRED to be provided by the paving contractor. He and all other. contractors, if any,
shall be required to keep in daily contact with the Director of Public Works and shall
have someone on the. job site in responsible charge who can communicate with the
Director of Public Works in English, at all times, to whom the instructions of the Director
of Public Works may be given.
9. MAINTENANCE OF SITE AND CLEANUP
The work site shall be kept reasonably clean at all times. Surplus materials shall be
disposed of by the Contractor. In final cleanup operations all equipment, scrap materials,
temporary structures shall be removed and the site left clean.
10. PROTECTION AND REPLACEMENT OF PROPERTY
Driveways, culverts, storm sewer inlets and laterals, and other public or private property
that is destroyed or removed during the construction shall be replace by the Contractor at
no extra pay.
Suitable temporary bridges shall be placed across trenches blocking driveways in cases
where undue hardship to the property owner would result.
Temporary drainage is to be provided as necessary.
11. PROTECTION OF TREES, PLANTS AND SHRUBS
Care shall be exercised to prevent damages to trees, plants and shrubs along the work site
unless otherwise directed by the engineer. No trees, plants or shrubs shall be removed
unless it interferes unduly with the construction work. Permission for such removal must
first be obtained from the Engineer. Any trees, shrubs, grass, landscaping, etc., damaged
by Contractor shall be replaced in equal quality and kind by Contractor at no expense to
owner.
12. BARRICADES, WARNING AND DETOURS
Adequate barricades and warning devices shall be provided along the work site by the
contractor. Lights shall be provided between sunset and sunrise when necessary in the
opinion of the Owner. Adequate detours shall be established for streets blocked to traffic.
All traffic control shall conform to Manual of Uniform Traffic Control Devices, latest
edition.
El
D -2
......... __...._
13. REPAIR OF STREET SURFACES
The Contractor shall repair street surfaces to the satisfaction of the Engineer except as
noted in the plans, specifications and bid proposal. Compaction of the subgrade up to the
surface is to be made by the Contractor. Driveways are considered street surfaces.
14. SUB - SURFACE EXPLORATION
The Contractor is responsible, for locating underground obstacles. It is not represented
that the Plans show all sewers, water lines, gas lines, telephone lines, and other
underground obstacles.
15. PREFERENCE IN EMPLOYMENT
Preference of employment shall be given to resident citizens of the area where such
persons are available and fully qualified to perform the work to which the employment
relates.
16. ANTI - KICKBACK REGULATIONS
The Contractor shall comply with the Copeland Act 48, Statute 948 and all amendments
or modifications of the original act of June 13, 1934.
17. INTERRUPTION OF UTILITY SERVICES
Do not interrupt utility services unless and until necessary. The Contractor is to repair
and replace all water, sewer, gas and other utility lines as crossed. The Contractor will
contact the utility company concerned before cutting or removing services. No
residential services shall be disconnected overnight or during weekends.
18. PROGRESS PAYMENTS
The owner shall make payments on account of the contract as provided in the contract.
19. ACCEPTANCE AND FINAL PAYMENT
Upon written notice that the work is ready for final inspection and acceptance, the
Engineer shall promptly make such inspection, and when he finds the work acceptable
under the contract fully performed, he shall promptly issue a final certificate, over his
own signature, stating that the work provided for in this contract has been completed and
is accepted by him under the terms and conditions thereof, and the entire balance found to
be due the Contractor including the retained percentages, shall be paid to the Contractor
at the office of the owner within fifteen (15) days after the date of said final certificate.
The Contractor shall submit satisfactory evidence to the Engineer that all payrolls,
material bills and other indebtedness connected with the work have been paid, before
final certificate is issued.
The making and acceptance of the final payment shall constitute a waiver of all claims by
the owner; other than those arising from unsettled liens, from faulty work appearing after
final payment or from requirements of the specifications, and of all claims by the
Contractor, except those previously made and still unsettled. If after the work has been
substantially completed, full compensation thereof is materially delayed through no -fault
D -3
of the Contractor, and the Engineer, and without terminating the contract, make payment
of the balance due for the portion of the work fully completed and accepted. Such
payment shall be made under the terms and conditions governing final payment except
that it shall not constitute a waiver of claims.
20. RIGHT OF ENTRY
It is agreed by the Contractor that the Engineer shall be and is hereby authorized to
appoint from time to time subordinate Engineers, supervisors, or inspectors as the said
Owner may deem proper to inspect the material furnished and the work done under this
agreement, and to see that the said material is furnished and said work is done in
accordance with the Specifications thereof. The Contractor shall furnish all reasonable
aid and assistance required by the subordinate engineers, supervisors, or inspectors for the
proper supervision and inspection and examination of the work and all parts of the work.
The Contractor shall regard and obey the directions and instructions of any subordinate
engineers, supervisors, or inspectors so appointed; when such directions are consistent
with the obligations of this Agreement and the accompanying Specifications, provided,
however, that should the Contractor object to any order by any subordinate engineer,
supervisor, or inspector, the Contractor may within six (6) days make written appeal to
the Engineer for his decision. Except as herein before provided, the authority of
subordinate engineers, supervisors, or inspectors shall be limited to the rejection of
unsatisfactory work and materials and to the suspension of the work, until the questions
of acceptability can be referred to the Engineer.
21. ESTIMATED QUANTITIES_
This Agreement, including the Specifications, Plans and Estimate, is intended to show
clearly all work to be done and material to be furnished hereunder. The estimated
quantities of the various classes of work to be done and material to be furnished under
this Contract are approximate and are to be used only as basis for estimating the probable
cost of the work and for comparing the proposals offered for the work. It is understood
and agreed that the actual amount of work to be done and material to be furnished under
this Contract may differ somewhat from these estimates, and that the basis for payment
under this Contract shall be the actual amount of such work done and the material
furnished.
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 furnished under this Contract and the estimated quantities contemplated
and contained in the Proposal.
22. SAMPLES AND TESTING
The City will select the testing laboratories for the different tests which must be
accomplished in a laboratory such as soils, flexible base materials, concrete, etc. and the
City will pay for these services directly. Tests conducted in the field, such as hydrostatic
testing, will be performed by the Contractor at his expense. The Contractor shall pay for
all retesting.
D -4
�J
At the option of the Engineer, the source of supply of each of the materials shall be
approved by the Engineer before delivery is started and before such material is used in
the work. Representative samples of materials shall be submitted by the Contractor for
testing or examination as described by the Engineer.
All tests of materials famished by the Contractor shall be made in accordance with
commonly recognized standards. of national organizations and such methods and tests as
are prescribed in these Specifications.
23. AS BUILT DRAWINGS
At the completion of the work, and before the final acceptance, the Contractor shall
provide th c mlete set of "As Built Drawings ". The Contractor shall,
during the r 1@ee a Writs marked to show the final locations,
final grad le u a ill tes. This set of prints shall be furnished
to the Engineer before final acceptan ce o wor . As Built plans shall show elevations of
top curbs at P.V.I.'s, and inlets, top of manholes, flow lines of pipes, elevations at the 100'
stations of all regraded ditches, etc. and shall be signed by the Registered Public Surveyor
responsible for the information.
24. GUARANTEE
The work shall be guaranteed to be free from defects due to faulty workmanship or
materials for a period of one year from the date of issue to the Certificate of Acceptance.
Work found to be improper or imperfect shall be replaced or redone without cost to the
Owner within the one year guarantee period. Neither the Certificate of Acceptance, final
payment, nor any provision of the contract comments shall free the Contractor from this
guarantee. Failure to repair or replace faulty work entitles the Owner to repair or replace
the same and recover the costs from the Contractor and/or his Surety.
25. MAINTENANCE
Contractor is required to provide a maintenance bond extending..from the date of final
acceptance for one year to insure the good condition and repair of the project.
26. COORDINATOR
The Contractor shall be responsible for all coordination with the appropriate utility
companies, ambulance, police and fire departments to minimize problems in access.
27. SURFACE RESTORATION
At the end of all construction projects the Contractor shall restore existing facility (i.e.
property) equal to or better than existing site conditions prior to construction.
28. The Contractor shall furnish all materials, equipment, and labor for excavation,
installation, backfilling of water mains and sanitary sewers and related appurtenances as
shown on the plans and/or described in the specifications.
29. The Con e . 1 ng and storing of all water, storm sewer,
and sanit %D5f t sh tractor's responsibility to examine such
material t e ' an re ec 1 defective material. The Contractor shall
replace the defective material with sound material at his own expense.
30. The loadin and unloading of all pipe, valves, hydrants, manholes and other accessories
shall o i e s recommended practices and shall at all
times t i age to the material. The Contractor shall
locate an p a the necessary s orage areas for materials and equipment.
31. All v t b r t at they are protected from freezing. All pipe
shal b o o e y damage relating to the coating of the
vari f r art at s shall be repaired.
32. STORAGE AND PROJECT SAFETY
The Contractor shall be responsible for safeguarding and protecting all material and
equipment stored on the job site. The Contractor shall be responsible for the storage of
materials in a safe and workmanlike manner to prevent injuries, during and after working
hours, until project completion.
33. All materials and workmanship shall conform to the Texas State Department of
Highways and Public Transportation Standard Specifications, 1982, and Texas Manual
on Uniform Traffic Control Devices, 1980, and any revisions thereto.
34. TRENCH SAFETY
Contractor shall provide sheeting, shoring and bracing as necessary to protect workmen
and existing utilities during all phases of construction, as per O.S.H.A. requirements.
35. MATERIAL TESTING
All testing procedures used on this project shall conform to the City of Missouri City
standards. The initial testing expense shall be borne by the contractor. If any of the test
results do not meet the testing standards, it shall be the Contractor's responsibility to
remove or replace such material so that the testing standards can be met. Additional
testing to comply with these standards shall be at the Contractor's expense.
36. All finished grades shall vary uniformly between finished elevations shown.
37. Contractor shall uncover existing utilities at all "Points of Crossing" to determine if
conflict exists before commencing any construction. Notify the Engineer at once of any
conflict.
38. The Contractor shall not unload any Track Type construction machinery on any existing
pavement or cross over any existing pavement or curb during any project. Any damage
resulting from this type of activity shall be immediately removed and replaced at
Contractor's sole expense.
O
39. The Contractor shall contact and Missouri City Engineering Division at (281) 261 -4280
prior to any construction.
40. At least 72 hours before excavating in the street right -of -way, or easements, call the
Utility Coordinating Committee at 223 -4567, and DIG -TESS at 1- 800 - 344 -8377.
41. The Contractor must submit a propos d c nstruction schedule for approval prior to
iss SON ad. T I all be updated and resubmitted in printed form
to h ct o a thly basis concurrent with all pay applications.
If an updated and revised schedule is not submitted along with the monthly pay
application, it will be considered incomplete.
42. Any construction items shown on the plans but not listed as a separate proposal item shall
be installed as indicated with the cost to be included in the price bid for the related
construction item. It is also understood that all items subsidiary to the construction items
complete in place and for which there is not a specific pay item are included in the unit
bid price for the various construction items.
43. All construction shall conform to the City of Missouri City Standard Detail Sheets.
44. s al P V.C. pipe, C -900, Class 200 P.S.I. All water .
ReSel.
d er al -900, Class 150 P.S.I. or as specified by W.C.I.D.
422
45.
50ES v N&Tt ty shown on plans and set 3' (three feet) behind back
46 Ae of 4' (four feet) cover from proposed top of curb
s e i ay and 4' (four feet) cover from finished grade when
OnE Se. i PnPLY
AFinPdiYg the extreme event. 47. Pich9s sanitary sewer manholes located within roadside
or
a j
48. Eai o h r e Feli m}4n horizontal clearance of 9' (nine feet) between
ater s s end manholes.
49. A i g e' a v opening and all flushing valves to be
'
o 'n Pe�si' be located opposite property line or right -of- -way
line extended unless dtherwiseh(Wh.
50. Contractor shall be responsible for verifying location of all existing utilities prior to
excavation.
l01%
51. On this project it is permissible to use a backhoe for trench excavation in lieu of a
trenching machine.
52. A i R�t e 3/4" or 1" at discretion of Engineer. All double
w t s a e i?$e - 2" at discretion of Engineer. All water service
lead o si e 1 at common lot line unless otherwise shown on
plans.
53. o o n i water lines until all proposed water lines have
1 e d, i cted and approved by the Engineer.
54. A t i 1 t u 11 bell, unless otherwise noted (mortar lined).
55. Al e a a 1 e 4" x 4" buried timber which will extend 2'
( pin d blue.
56. All returns shall have a twenty -five (25) foot radius at back of curb unless otherwise
noted.
57. All st e ( in r to be Reinforced Concrete Pipe A.S.T.M.
C -76 s e lea ffcr s under existing or proposed pavement, unless
otherwise noted, and shall have "0" ring joints.
58. Reinforced concrete pipe storm sewer shall be installed, bedded, and backfilled in
confo i v i . o ifs ouri City Standard Detail Sheets. Backfill under or within
one f o f o e t th cement stabilized sand (1 -1/2 sack per
cubic ) t . i s b ding and/or back fill or installation under or
within one foot of pavement shall be consi ered as subsidiary to the pay item for pipe and
shall not be paid for directly. All normally submerged storm sewer pipe shall be rubber
gasketed.
C
59. A F vn r Wo 1 sli 1 Missouri City Type "C" unless otherwise
nUbt..,V three feet back of curb.
60. Ali
&JU Ci f Dr1 o i 61. Fi y "C" unless otherwise noted.
'd roadside ditches shall mean adin ditches
n xi g ink s� a' gr g suc n�o oldr P , vatea no extra pay.
62. The following specifications shall be considered a part of these specifications as if
attached:
a. Texas Department of Transportation 1983 - Standard, Specifications for
Construction of Highways, Streets and Bridges as currently amended. 0
IM
r1
LJ
b. Texas Department of Transportation - 1980 - Texas Manual on Uniform Traffic
Control Devices for Streets and Highways as currently amended.
C. Texas Department of Transportation - 1980 - Standard Highway Sign Designs for
Texas as currently amended.
d. Excavating and Trenching Operations - U.S. Department of Labor Occupational
Safety and Health Administration 1985 (Revised) OSHA 2226 - as currently
amended.
e. Texas Department of Health - Water Hygiene Division - Rules and Regulations
for Public Water Systems adopted 1978 as currently amended.
f.
9.
h.
I.U.D. Rules and Regulations
rrently amended.
WD -3, D -6, etc. as currently
63. All water c i ' fected, tested, etc., as per Texas
Departmen oh W ie les and Regulations for Public Water
Systems ad t 1 1 de .
64. The cost of removal and/or salvage of all existing items such as existing culverts, asphalt
pavement and base, fire h drants gate valve boxes, concrete paving, driveway
material, t e t is of a em provided, shall be included in the
related p c t `m . o a shall verify with the Director of Public
Works pnor to disposal if Missouri City desires to keep any of the items removed. If the
Director of Public Works desires to keep any of the salvaged items, Contractor shall
deliver these items to a location within Missouri City Limits as directed by the Director
of Public Works.
65. The construction area may contain private electrical, irrigation systems, .etc. Contractor
shall protect, maintain and/or relocate as necessary to accommodate proposed
construction. At no extra pay.
66. Prior to commeh �g�on ` b1oh —T Al field locate all existing water and
I a k ...:
sanitary seweriiser: ce ead 0 le z3 a iol, size and depth. Contractor shall then
submit for ty� ri ''ri rg appt'ovhl {proposed re ocation diagrams such that all service
lines are reconstructed to accommodate proposed construction.
67. Elevations shown ofidhe plansy4or fop of iiMol& are for the Contractors convenience.
Should finished .grade vary from elevations sfib A , Contractor shall make final field
D -9
•
0
adjustments to manhole tops, fire hydrants, valve boxes, etc., as necessary to fit final
grade at no extra pay.
68. The Contractor shall satisfy himself as- to the amount of material to be excavated to
provide the finished grades shown on the plans since he will only be paid for the quantity
sho the s "r a i ".
69. Brick u t p e for storm sewer.
70. Where proposed utilities cross existing driveway or roadway paving Contractor may open
cut or bore and jack pipe at his option. Should Contractor elect to open cut, trench shall
be ba e M,o il' RII ottom of proposed pavement and travel
surfac 1 e a ilized base and 1 -1/2 inch type "C"
H.M. ct s ntain open and unobstructed access until
permanent paving surface is constructed. The cost of the above shall be included in the
unit price bid for water main, sanitary sewer and storm sewer.
71. The paving contractor shall be issued two separate work orders for paving. The first
work order shall be issued for all paving items except the proposed concrete paving. The
second work order shall be issued for the proposed concrete paving after the contractor
has constructed two concrete pavement test panels a minimum of 25'x 40' in size at a
purpose of
satisfaction
Director of Public Works). The
actor's placement techniques to the
these panels fail what the Director
of Public Works would consider final acceptance inspection, the panels will be removed
and replaced. The cost of the above phase of construction shall be included in the unit
price bid for final concrete pavement placed and accepted at no extra pay.
72. The onl r e th s i fa t of concrete, based solely on the City
Enginee o can I nRo Aa rTreLlayement at no extra pay.
73. The unit 'c i - emo a alvage and re- install existing fences shall include the cost
to remov v -i e_ Ila aterials, posts, gates, etc., to a location
at or behi dot g �t may AVg a uality as good as or better than now
exists.
74. The cost to %s fft plans including seeding.and
fertilizing pnbli' as fIorii t h "b' �ankshall be included in the unit price bid
for storm sewer.
75. Contractor shall coordinate with Director of Public iWorks to allow for removal and
salvage by Missouri City of any existing trees or other landscaping materials prior to
clearing and grubbing or removal and disposal of these items.
D -10
r
o 0
76. Seeding and feet' ' 1 i f n areas from right -of -way line to
right -of -way lin o t str its of paving construction. Areas
outside these li * t d o a shall receive seeding and
fertilizer with the cost included in the related construction item. No extra pay.
77. No "City DOESe @TIAP ttanhole tops, grates, etc.
78. All Topping, Paving, Structural Construction, etc., shall conform to the S.D.H.P.T. 1982
Standard Specifications for Construction of Highways, Streets and Bridges;
Divis I EJ; lb
Division c c Ao RaY
Division IV Structures
Division V Incidental Construction
Division VI Lighting and Signing
Except as specifically instructed in writing by the Director of Public Works.
79. In addition to the insurance required in paragraph "F" of the Construction Contract, the
Paving Contractors shall obtain Excess Liability Umbrella Form P.I. & P.D. combined
for a minimum of $2,000,000.00 total coverage.
80. The beddin . o o ij �n i shall consist of encasing the pipe in
six inches - i ' d � remaining trench will natural soil to
95% density of the standai`d roctdr.
81. The contractor shall submit a traffic control plan, for approval by the City, prior to
commencing work.
82. The contractorphal•a i cr ritl er 1 remove the septic tank and properly
dispose of it ofd s 1 l Ae i Llwith cement- stabilizied sand and
abandon in pla t
D -11
n
CTI'Y OF MISSOUR
PREVAILING WAGE
j FEBRUARY, 1
CLASSIFICATI
Air Tool Man
Asphalt Heaterman
Asphalt Raker
Asphalt Shoveler j
Carpenter Rough
Carpenter Helper, Rough
Concrete Finisher (Paving)
Concrete Finisher Helper (Paving)
Concrete Finisher (Structures)
Concrete Finisher Helper (Structures)
Concrete Rubber
Electrician
Electrician Helper, Junior
Form Builder (Structures)
Form Builder Helper (Structures)
Form Liner (Paving and Curb)
Form Setter (Paving and Curb)
Form Setter Helper (Paving and Curb)
Form Setter (Structures)
Form Setter Helper (Structures)
Laborer, Common
Laborer, Utility Man
Manhole Builder, Brick
Mechanic
Mechanic Helper
Oiler
Painter (Structures)
Painter Helper (Structures)
Piledriverman
Pipe Layer
Pipe Layer Helper
�I
E -1
i
CITY •
RATES
RATE
7.50
7.05
7.39
6.88
9.87
7.95
9.08
7.04
9.08
7.16
7.05
13.90
9.34
9.26
6.93
8.00
7.63
6.69
7.84
6.83
5.86
6.75
9.43
10.50
8.39
7.67
10.00
6.50
10.30
7.58
6.36
v
E -2
i
Power Equipment Operators
Asphalt Distributor
7.85
Asphalt Paving Machine
9.01
Bulldozer, 150 HP
8.49
Bulldozer, Over 150 HP
9.00
Concrete Paving Curbing Machine
8.68
Concrete Paving Finishing Machine
9.57
Concrete Paving Form Grader.
9.39
Concrete Paving Joint Sealer
8.93
Concrete Paving Saw
8.72
Concrete Paving Spreader
9.00
Crane, Clamshell, Backhoe, Derrick, Dragline
Shovel (less than 1 1/2 CY)
9.12
Crane, Clamshell, Backhoe, Derrick, Dragline
Shovel ( 1 1/2 CY and Over)
10.50
Elevating Grader
10.05
Foundation Drill Operator, Truck Mounted
9.00
Front End Loader (2 1/2 CY and Less)
7.81
Front End Loader (Over 2 1/2 CY)
8.96
Mixer (Concrete Paving)
9.35
Motor Grader Operator, Fine Grade
9.72
Motor Grader Operator
9.01
Roller, Steel Wheel (Plant -Mix Pavements)
7.39
Roller, Steel Wheel (Other - Flatwheel or Tamping)
7.00
Roller, Pneumatic Self- Propelled
6.83
Scrapers (17 CY or Less)
7.64
Scrapers (Over 17 CY)
7.80
Tractor (Crawler) 150 HP and Less
9.67
Tractor (Crawler) Over 150 HP
10.50
Trenching Machine, Heavy
9.50
Reinforcing Steel Setter (Paving)
7.31
Reinforcing Steel Setter (Structures)
9.15
Reinforcing Steel Setter Helper
7.03
Steel Worker (Structural)
10.00
Steel Worker Helper (Structural)
7.50
v
E -2
Electrical Workers 13.00
i
The City of Missouri City shall not be responsible for increased cost to contractor for wages paid
for overtime or holiday work.
7
E -3
III • ,-
Truck Drivers
I
Single Axle, Light
7.07
Single Axle, Heavy
7.67
Tandem Axle or Semi - Trailer
! 7.79
Lowboy - Float
8.85
Welder
9.21
Welder Helper
8.00
Serviceman
7.87
i
Water Wells
Water Well Driller
9.75
Water Well Driller Helper
8.50
Water Well Derrickman
8.45
Deep Well Turbine Pump Rig Operator
9.80
Deep Well Turbine Pump Rig Helper
8.80
Boilermakers
12.50
Bricklayers
11.37
Carpenters
10.50
Carpet and Floor Cover
11.80
Cement Masons
10.00
Electrical Workers 13.00
i
The City of Missouri City shall not be responsible for increased cost to contractor for wages paid
for overtime or holiday work.
7
E -3
r1
u
ATTACHMENT "A"
INSURANCE
SECTION A. Prior to the approval of this contract by the City, Contractor shall furnish a
completed insurance certificate to the Purchasing Agent, which shall be completed by an agent
authorized to bind the named underwriter(s) to the coverages, limits, and termination provisions
shown thereon, and which shall furnish and contain all required information referenced or
indicated thereon. CITYSHALL HAVE NO DUTY TO PAY OR PERFORM UNDER THIS
CONTRACT UNTIL SUCH CERTIFICATE SHALL HAVE BEENDELIVERED TO THE
CITY, and no officer or employee of the City shall have authority to waive this requirement.
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, 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 projects - 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
City.
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, independence 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 food/beverage vendors, office supply deliveries, and
delivery of portable toilets.
B. 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.
F-1
C. The Contractor must provide a certificate of coverage to the Purchasing Agent.
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 Purchasing Agent.
E. The contractor shall obtain from each person providing services on a project, and provide
to the City:
(1) a certificate of coverage, prior to that person beginning work on the project, so the
City of Missouri City will have on file certificate 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 current
certificate of coverage ends during the duration of the project.
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 City 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;
F -2
C
® A
(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 City 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.
By signing this contract or providing or causing to be provided a certificate of coverage,
the contractor is representing to the City 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 City to declare the contract void if the contractor does
not remedy the breach within ten days after receipt of notice of breach from the City.
INSURANCE COVERAGE REQUIRED
SECTION B. CITY reserves the right to review the insurance requirements of this section
during the effective period of the contract and to adjust insurance coverages and their limits
® when deemed necessary and prudent by CITY based upon changes in statutory law, court
decisions, or the claims history of the industry as well as the CONTRACTOR.
F -3
I
2
TYPE
Worker's Compensation
and
Employers Liability
Commercial General (public)
Liability insurance including
coverage for the following:
a.
Premises operations
b.
Independent contractors
C.
Products /completed operations
d.
Personal injury
e.
Advertising injury
f.
Contractual liability
g.
Medical payments
h.
Underground hazard*
i.
Explosion and collapse hazard*
j.
Liquor liability*
k.
Fire legal liability*
1.
City's property in Contractor's*
care, custody, or control
AMOUNT
Statutory
$100,000/500,000/100,000
Combined single limit for
bodily injury and property
damage of $500,000 per
occurrence or its equivalent.
* Optional, depending on the exposure of the contracted work.
0
3. Comprehensive Automobile Combined single limit for
Liability insurance,including bodily injury and property
coverage for loading and damage of $500,000 per
unloading hazards, for: occurrence or its eqivalent.
a. Owned/leased vehicles
b. Non -owned vehicles
C. Hired vehicles
ADDITIONAL POLICY ENDORSEMENTS
CITY shall be entitled, upon request, and without expense, to receive copies of the policies and
all endorsements thereto and may make any reasonable request for deletion, revision, or
modification of particular policy terms, conditions, limitations, or exclusions (except where
policy provisions are established by law or regulation binding upon either of the parties hereto or.
the underwriter of any of such policies). Upon such.request by CITY, CONTRACTOR shall
F -4
exercise reasonable efforts to accomplish such changes in policy coverages, and shall pay the
cost thereof.
REQUIRED PROVISIONS
CONTRACTOR agrees with the respect to the above required insurance, all insurance contracts
and certificate(s) of insurance will contain and state, in writing, on the certificate or its
attachment, the following required provisions:
a. Name the City of Missouri City and its officers, employees, and elected
representatives as additional insureds, (as the interest of each insured may appear)
as to all applicable coverage;
b. Provide for 30 days notice to City for cancellation, nonrenewal, or material
change;
C. Provide for an endorsement that the "other insurance" clause shall no apply to the
City of Missouri City where CITY is an additional insured shown on the policy;
d. Provide for notice to City at the two addresses shown below by registered mail;
e. CONTRACTOR agrees to waive subrogation against the City of Missouri City,
its officers, employees, and elected representatives for injuries, including death,
property damage, or any other loss to the extent same may be covered by the
proceeds of insurance;
f. Provide that all provisions of this agreement concerning liability, duty, and
standard of care together wit the indemnification provision, shall be underwritten
by contractual liability coverage sufficient to include such obligations within
applicable policies.
g. For coverages that are only available with claims made policies, the required
period of coverage will be determined by the following formula: Continuous
coverage for the life of the contract, plus one year (to provide coverage for the
warranty period) and an extended discovery period for a minimum of 5 years
which shall begin at the end of the warrant period.
NOTICES
CONTRACTOR shall no CITY in the event of any change in coverage and shall give such
notices not less than 30 days prior to the change, which notice must be accompanied by a
replacement CERTIFICATE OF INSURANCE.
F -5
•
All notices shall be given to CITY at the following address:
City of Missouri City
Finance Department
Attn: Charles Oberrender
P.O. Box 666
Missouri City, Texas 77459
SECTION C. Approval, disapproval, or failure to act by CITY regarding any insurance
supplied by CONTRACTOR shall not relieve CONTRACTOR of full responsibility or liability
for damages and accidents as set forth in the contract documents. Neither shall the bankruptcy,
insolvency, or denial of liability by the insurance company exonerate CONTRACTOR from
liability.
F -6
SPECIFICATIONS
A. It is the intent of the City to obtain pricing for the concrete pavement raising services as
described herein. This is a turnkey project and bid shall include all labor, materials and
freight. Any deviation from the specifications must be clearly noted and is subject to
approval by the Purchasing Manager. Quantities are estimated and the City reserves the
right to increase or decrease as budgetary requirements dictate.
B. Project requires the lifting and stabilizing of concrete roadway in various locations
throughout the City. The deflection of grade varies widely from 3/4" to 9 ". The Center
line of street is considered on grade unless otherwise stated by the project manager.
C. Saw cutting, if required, will be incidental.
D. The City will provide water for mixing of materials and site cleanup. Water will be taken
from fire hydrants in the area. The City will provide a meter and backflow preventer.
E. Upon completion of concrete raising, new cracking in street will be routed and sealed in
accordance with City standards at no additional charge.
F. The City requires a one year warranty for the work performed.
Submit your bid on the bid sheet in Section A.
Specifications -1
e. 0
I •
SECTION 1.70
CLEANING AND ADJUSTING
ill =e011•�il
1.1 Responsibility
a. The Contractor is responsible for cleaning and adjusting the work. If the
Contractor fails to clean and adjust the work, the Owner may do so and
charge the resulting costs to the Contractor.
b. Detailed cleaning and adjusting requirements for specific trades or work
are specified in sections pertaining to that trade or work.
1.2 Requirements of Regulatory Agencies
a. Fire Protection. Store volatile waste in covered metal containers and
remove from premises daily.
b. Pollution Control. Conduct cleaning and disposal operations in
compliance with local ordinances and anti - pollution laws.
1. Burning or burying of rubbish and materials on the project site is
not permitted.
2. Disposal of volatile fluid wastes and other chemical wastes in
storm or sanitary sewer systems or into streams or waterways is not
permitted.
C. Safety Standards. Maintain the project in accordance with safety and
insurance standards.
2.0 PRODUCTS
Use only cleaning materials recommended by the manufacturer of the surface to be
cleaned. Employ cleaning materials as recommended by the cleaning material
manufacturer.
3.0 EXECUTION
3.1 During Construction
a. Oversee cleaning and insure that the premises are maintained free from
accumulation of waste material and rubbish. Do not allow waste
materials, rubbish and debris to accumulate and become unsightly or
170 -1
•
� w
create a hazard. Provide containers and locate on site for collection of
waste material, rubbish and debris.
b. At reasonable intervals during progress of work, collect and dispose of
waste material, rubbish and debris. Handle waste; in a controlled manner,
do not drop or throw materials from heights.
C. Remove waste materials, rubbish and debris from the site and legally
dispose at public or private dumping areas off the project site.
3.2 Final Cleaning and Adjusting
a. Use experienced workmen or professional cleaners for final cleaning.
b. Remove grease, dust, dirt, stains, paint, oil, labels, fingerprints and other
foreign materials from interior and exterior surfaces. Repair, patch and
touch up marred surfaces to match adjacent finishes.
C. Broom clean paved surfaces; rake clean other surfaces of grounds.
d. Clean and service all air filters and pipe strainers. Replace disposable air
filters if dirty.
e. If installed features of the work fail to operate or operate improperly, make
the necessary adjustments to permit and insure proper operation. Remove
and repair or replace maladjusted items if necessary for proper adjustment.
f. Remove all waste materials and rubbish from the project area, as well as
all tools, construction equipment, machinery, surplus materials and
temporary facilities.
g. Immediately prior to acceptance or occupancy, conduct a final inspection
of exposed interior and exterior surfaces to verify that the work is properly
cleaned. Maintain cleaning until the premises are occupied by the Owner.
3.3 Adjacent Areas
To the Owner's satisfaction, clean or repair adjacent areas affected by the
construction. Remove dust and debris in the adjacent area. Repair, patch and
touch up marred surfaces to match adjacent finishes.
170 -2
Q
r' - •
SECTION 2.12
WASTE MATERIAL DISPOSAL
1.0 GENERAL
1.1 Scope
Waste material disposal consists of disposal of trees, brush, vegetation, rubbish
and other objectionable matter from operations such as clearing and grubbing,
demolition, excavation and grading. Unless otherwise specified, the Contractor is
responsible for removal and disposal of waste material.
1.2 Payment
No separate payment will be made for work or materials performed under this
section.
2.0 PRODUCTS
Specific products are not required. Use equipment.-and materials necessary to properly
complete disposal of waste materials.
3.0 EXECUTION
3.1 Disposal Area
All items will be taken completely off the construction site and disposed of
properly. No extra pay.
2.12-1
C7