DUD0901-CS090504(12I7I2009) Ken Griffin -Fwd: L090230 - St. Joseph's Village -Emergency Slide Stabilization - COINC Proposal Page 1
From: Keith Marvin
To: Griffin, Ken
Date: 5/4/2009 3:58 PM
Subject: Fwd: L090230 - St. Joseph's Village -Emergency Slide Stabilization - COINC Proposal
Attachments: L090230 - 09.05.04 -PROPOSAL -City of Coppell - CR.pdf
Here is the Olden Proposal.
Keith
»> "Robertson, Chris" <crobertsonC~craigoldeninc.com> 5/4/200910:06 AM »>
Mr. Marvin,
Please find attached our proposal for the emergency slide stabilization
at St. Joseph's Village in Coppell, Texas.
Feel free to contact us with any questions.
Chris Robertson
Construction Operations
Craig Olden, Inc.
661 Shahan Prairie Road I Little Elm, TX 75068
0 972.294.5000 I D 469.287.6109 I F 972.294.2664
M 214.226.7208 I E crobertsonCalcraigoldeninc.com
<mailto:crobertsonCalcraigoldeninc.com>
This e-mail (including any attachments to it) is intended solely for the use of the individual(s) or entity
named above. It may contain confidential or privileged information. If you are not the intended recipient,
you are hereby notified that any dissemination, distribution or copying of this communication is strictly
prohibited. If you have received this communication in error, please notify the sender immediately and
delete the original message.
OLDEN
Craig Olden, Inc.
L
N
L
0
i
.~
y~
OC
z
W
The City of Coppell
255 Parkway Boulevard
Coppell, Texas 75019
Phone: 972.304.3681
Fax: 972.304.3570
Cell: 469.579.0664
Email: kmarvin~ci.coppell.tx.us
Attn: Mr. Keith Marvin, P.E.
RE: St. Joseph's Village -Emergency Slide Stabilization
Coppell, Texas
Target No. L090230
Mr. Marvin:
May 4, 2009
We appreciate the opportunity to work with you and to provide a proposal, complete and in-place, subject
to the Notes listed below, the attached General Conditions, the attached preliminary drawings prepared by
Craig Olden, Inc., dated May 4, 2009, and in accordance with the direction of Mr. Keith Marvin, P.E. of The
City of Coppell, for the following work at the above referenced site:
1.0 Engineering $ 8,000.00
2.0 Mobilization $ 10,000.00
3.0 Reinforced Gabion Slope Stability Structure 150 000.00
Total $168,000.00
Notes:
1. Engineered plans prepared by Craig Olden, Inc., a Texas Registered Professional Engineering
firm, shall be furnished by COINC prior to commencing the work.
2. This proposal based upon the field conditions as of the site visit by Joel Clark, P.E. and Ryan
Watson, E.I.T. of Craig Olden, Inc. on April 16, 2009. Any changes in field conditions prior to
beginning the .work which require alteration to the scope of work and cost shall be cause for
equitable adjustment of the contract amount. This provision shall not apply to changes in field
conditions and resultant changes in the scope of work caused by COINC's negligence, willful
misconduct, or intentional acts.
3. Suitable access and an acceptable staging location for the work shall be provided by others.
4. COINC shall excavate as required to facilitate the work.
5. Replacement or repair of damages to irrigation system due to slide movement shall be by others.
6. Replacement of vegetation, if required, shall by others.
7. This proposal is based on one (1) mobilization. Additional mobilizations are $10,000.00 each.
8. This proposal contingent upon acceptable contract documents. This proposal including the General
Notes shall be attached as a part of the contract documents. In the event of conflict between the
contract documents and the proposal, the terms and conditions of the proposal shall have
precedence.
9. This proposal is good for thirty (30) days.
Craig Olden, Inc.
Chris Robertson
Construction Operations
Attachment: General Conditions -Public
P.O. Box 5000, Little EIm,TX 75068 • 972.294.5000 • 1.800.422.4667 Fax 972.294.2664 • www.oldeninc.com
SF-GCP
Rev. 09.05.04 CR
GENERAL CONDITIONS
Public Work
1. Final contract amount shall be actual quantity of work complete and in-place when applicable.
2. All permits, approvals, or agreements including any temporary underground easements for anchors/nails from
any city, county, state, federal agency, or any other entity shall be secured and paid for by others.
3. No performance and payment bonds are included.
4. All staking of the line and grade of proposed work shall be by others. COINC shall not be held liable for
inaccurate or incomplete staking.
5. All testing other than anchors shall be secured and paid for by others.
6. Storm Water Pollution Plan, if required, shall be secured, implemented, and maintained by others.
7. Sanitary facilities shall be furnished and maintained by others.
8. Barricades shall be furnished and maintained by others.
9. Suitable access to the worksite shall be provided and restored by others.
10. Restoration or establishment of vegetation or turf shall be by others.
11. Existing lines, wires, pipes, or other underground structures or improvements shall be located and marked by
others. COINC shall repair any damage caused by COINC to marked locations. Repairs or replacement of any
unmarked locations of the foregoing, or relocation if conflicting with the proposed work, shall be by others.
12. COINC shall furnish valid certificates of insurance evidencing general liability, auto liability, worker's
compensation and umbrella coverage, prior to commencing work.
13. Progress payments shall be monthly in the amount of the same percentage as per the OWNER's Contract with
the MUNICIPALITY for work completed and materials delivered. All monthly and final payments including
retainage shall be due within five (5) days of MUNICIPALITY'S receipt of payment. For work under this contract
with a total value less than fifteen-thousand dollars ($15,000.00), no retainage will be withheld. It is understood
that payment in full does not constitute acceptance of the work until final acceptance by the OWNER. Prior to or
at the time of receipt of each payment, COINC shall furnish a notarized waiver of lien. All payments past the due
date shall have interest added at the rate of twelve percent (12%) per annum. If the MUNICIPALITY should fail
to make payments in accordance with this agreement, said agreement may be terminated by COINC for material
breach by the MUNICIPALITY following the delivery of a three (3) day written notice of termination to the
MUNICIPALITY.
14. In the event MUNICIPALITY defa ults in the performance of any of the terms, covenants, agreements, or
conditions of the Contract and COINC seeks to enforce all or any part of this Contract, MUNICIPALITY agrees to
pay COINC's reasonable attorney's fees, whether or not suit is actually filed.
15. MUNICIPALITY agrees that any employee or former employee of COINC or any firm related to COINC shall not
be solicited for employment nor employed in any manner, including part-time employment or consultation, by the
MUNICIPALITY or any of its parent or affiliated companies, successor companies, or principals of the foregoing
during the course of this agreement and for a period of one (1) year from the final acceptance date by the owner
for the work in this agreement.
16. MUNICIPALITY understands that work methods, techniques, information, equipment, and apparatuses of COINC
are proprietary to COINC. MUNICIPALITY agrees not to disclose any of the above by any methods including,
but not limited to: verbally, drawings, videolphotographic, or electronic imaging.
17. The drawings and other documents prepared by COINC accompanying this bid proposal or submitted
subsequently are the property of COINC. COINC is the author of these drawings and documents and shall retain
all common law, statutory, and other reserved rights, including the copyright. The drawings and specifications
shall not be used by the MUNICIPALITY on other projects or for completion of this project by others unless
COINC is adjudged to be in default of this agreement. Submission of documents to meet official regulatory
requirements of for similar purposes in connection with the project is not to be construed as publication in
derogation of COINC's reserved rights.
18. WARRANTY - COINC will warrant that the referenced work will be free from defects on materials and
workmanship for a period of one (1) year from the date of final billing. Warranty period for temporary shoring, if
included as an item in the contract, shall be for the period as specified for duration of temporary shoring. This
warranty is in lieu of all other warranties, whether express or implied, including, without limitation, any warranty of
merchantability orfitness for a particular purpose. COINC's sole remedy for a breach of the warranty will be the
replacement or repair of the defective materials or workmanship and in no event will COINC be liable for any
consequential or special. damages.
19. Venue for any legal proceedings, or for any other cause, shall be Dallas County, Texas. This Contract shall be
governed, construed, and enforced in accordance with the laws of the State of Texas.
20. This document constitutes the entire agreement between the parties. No previous oral statements or previous
written documents shall form a part of the agreement.
W N
C~ ~
Q 0
T
O
U
Z~
~~ W O
_ ~
~ ~ Q O
_
U
J °~
0
°
o
X
~'
W
~
W ``
~0
z
O ~ WZ
~
-
c Q
O ~
U ~U
ZZ m 0
~y, ~ 0 ~
`~ ~
~
o z
~0
X
c}n J
W J
W W
p~
Q
W
V ~~ X J ~
__ ~~_ W ~ ~
~
~ ~ J_ ~ v!
0
~
aQ
z~
..
~ ao J
. ~ cn ~
Q W
~ ~ U ~
m °C ~ ~ o
z z
00 N
~
m~ w
U O
J
~N ~
~ J ~
O Wm
UQ
~
.~
~ ~ ~
oW
Q ~
W
~ Z° O r
O
~ W J
~ ~
N
w Q
~
W
LL
J
O
O
M J
0
W_ z
~ ~ Q
z z (n Z
~ O
J J
a W -
~ ~
T
W ~
N N
v
~
Q ~ r .
J ~
~~
Z ~ ~
~ ~+ N
~
~ ~
W
Q ~ ro
4~ m
~ ~
~
~
p
~ U
~~
m ~_ C
LLoL
3
J
W 0 ~
0
~
~ o~~
N
~ c c
~ J
Q
~ o
~ x ~QCQ > ~ '~ a
~~~~
Q ~ ~ ~
.,
~ o
V ~
~o~~ I ~
.~0~3 ~
W
U ~~~~
z~~~~~
°~- W Cn
Z
U
W .~ ~ ~ ~ C
Q
~ ~
~ ~ O
Q
Q
~ O 0 O
SS30~y NOI1~~a1SN00 U ~ ~ ~ U ~
Q °~ o~~ O
J
N
~~~
U ~oo.~'o
~
~
o m~ ~ ~'~
o ~ o~._ m
N ~ Q L 3 ~
~ ~ N ~ O
O~a~~c~
J
J
a
z
z
w
U
U_
m
Z
~_
X
w
a
a
D
0
VJ
J
a
w
a
~
~ ~ ;
~~~ ~
z
x
~ ~_~
(~
~
I ~ ~ ~ X
w~
I~ ~ Q a
~ ~
}
~ ~ ~ z ~~
~ ~\ ~ 0z
~ ~ ~ w~
~ ~ \ ~ OC }
\ J Z ~
\ ~ W Q
U~ ~
~~ ~ J `
~ ~ a
~ ~
W~ ~-
o -
~
1
~ oC ~
¢ ~ w
a
1 ~ c~
\ ~ J O
~ ~
1 \ aQ w
1 \ XO °w ~
~ w ~ cn
0 ~
w
1
1 ~
~ ~ 0
X
~
~ ~
~ ~
~
~ 1 o
T I
I
W
2
I ^
rr
VJ
\
~ I
`
~~ U
`~
~
/ 0
~
~ ~~
~
~ ~
\
~ m
~
~ ~ ~
\ ~~ \ ~
~ ~
~
~
~ .
o
~ ~ ` ~
O
~
~ ~ ~ _
~~ _°
~ ~ ~
~
W _ ~ ~
~
. , ~
o -~~ ~
~
~
~
~~
a
~ ~
~~, - ~ - ~
~
`I
Zw ~~
~~
~
~
Q
C'3 ~ ~
~ ~ ~ \
~~
0~
Z
m
w
~ ~ .
~
z
~
~
XW
~ Q ~ N
~~
J ~ X
Q
O
O
c~ ~
~Z
0
U
Z~
.~
z
0
Jo
W~
O
Z
O
U
W
J
Q
U_
z
W
J
U
~ N
~ ~ c
a~ c ~
L O L
0~~3
~~.~~
~,~~,~ ~
a~~°~
~~~~
~o~~
~.N ~~
~~m3
? ~ c~ ~ ~
U O ~ _
W.~~~~c
p ~~ QOM
~ ~~0~0
~ ~-?~~
(~ ~ U •-
c~ ~}' ~
Q °U o~U
N
c~c
U ~oo.~'o
o ~~ ~ ~~
o~o~._m
N O Q L 3~
~ ~ N ~ O
~ ~ Q~ ~ U
~I~I
w o
Q o
o ~
0
ml~l
VJ
Q W
X J U)
W Q ~
~ ~ z
J
J
W ~
~ U
W N
O O o
0
U ~J
O
W
Q
J
Z
Q
Cn Z
~0
w-
T
pN .
N . v
r J ~
. ~
i
ro
WQ ~~
~ ~~
Q ~ ~
Jw 0`~
J
. 0 ~~
> _ ~~ a
J ~ ~`~
Cn (n ~ o
V ~
I ~
W
W~
O
O
~ O
O
~~ J