Gateway BP(2.4)-CN 940411CONSTRUCTION SPECIFICATI,
CONTRACT DOCUMENTS
FOR THE
C! Of COPPELL
MAN{:L "'0 FHE CITY OF COPPELL
THE GEt~I£RAL APPROVAL OOES NOT
RELIEVF :rile OWi~]ER: £NGINEEF~ OR
CONTRAC'.rO~' FRUt'v~ CUivlPLVING WITH
ALL SPECIFIL: ~EQUiR.F. IViLNTS rjr 'rilE
CITy OF COPPELL SUBDiVISiON OR-
GATEWAY BUSINESS PARK - GRAPEVI2qE CRE]
COPPELL, TEXAS
FOR
· CATELLUS DEVELOPMENT CORPORATION
prepared by:
HALFF ASSOCIATES, INC.
8616 NORTHWEST PLAZA DRIVE
DALLAS, TEXAS 75225
ENGINEERS
LANDSCAPE ARCHITECTS
AVO 12880
APRIL1994
rs
K
LANDSCAPING AND IRRIGATION IMPROVEMEb
PHASE IIC
A
TO: BIDDERS
LANDSCAPE AND IRRIGATION IMPROVEMENTS - PHASE
GATEWAY BUSINESS PARK - GRAPEVINE CRR~K
COPPEIJ~, TEXAS
Gentlemen:
April 1994
VO 12880 - Contract
tic
,1994, and then at said offi :e publicly opened.
until ;
We enclose herewith Drawings and Specifcafions for Landscape and Irril ation Improvements,
Gateway Business Park - Phase IIC. We request your bid on this work il accordance with the
enclosed instructions. 'If we may furnish additional information, please do riot hesitate to call Mr.
Brian Bristow at (214) 739-0094.
Bids will be received by the Owner from the City of Coppell in Purchasing Office
at the City of Coppell, City Hall, 255 Parkway Boulevard, P.O. Box 478, 1 ~oppell, Texas 75019,
TABLE OF CONTENTS
SUBJECT
DIVISION 0 - BIDDING AND CONTRACT DOCUMENTS
00100 Notice to Bidders
00110 Instructions to Bidders
00140 Proposal Form
Bid Form
Agreement
Performance Bond
Payment Bond
General Conditions
00232 Supplementary Conditions
DIVISION 1 - GENERAL REQUIREMENTS
01001 General Project Requirements
01025 Alternates
01300 'Submittals
01401 Testing Laboratory Services
01501 Survey
DIVISION 2 - SPECIAL PROVISIONS TO STANDARD SPECIFICATI~
DIVISION 3 - LANDSCAPING
02220
02476
02802
02811
. Landscape Excavation and Grading
'Metal Edging
Planting
Soil Mixes
02821 Permanent Lawns
DIVISION 4 - IRRIGATION
DIVISION 5 - CONCRETE
03300 Concrete Construction for Structures
DIVISION 6 - SPECIAL SPECIFICATIONS
02910 Concrete Unit Pavers
APPENDIX A - Soil Investigation Data
APPENDIX B - Change Order, Pay Request, and Lien Release Forms
APPENDIX C - Contract Addenda
APPENDIX D - Construction Drawings (Attached Separately)
)NS FOR CONSTRUCTION
TABLE OF CONTENTS
SUBJECT
DIVISION 0 - BIDDING AND CONTRACT DOCUMENTS
00100 Notice to Bidders
00110 Instructions to Bidders
00140 Proposal Form
Bid Form
Agreement
Performance Bond
Payment Bond
General Conditions
Wage Rates
00232 Supplementary Conditions
DIVISION 1 - GENERAL REQUIREMENTS
01001
01025
01300
01401
01501
DMSION 2 -
General Project Requirements
Alternates
Submittals
Testing Laboratory Services
Survey
SPECIAL PROVISIONS TO STANDARD SPECIFICATI~
DIVISION 3 - LANDSCAPING
02220
02476
02802
02811
02821
Landscape Excavation and Grading
Metal Edging
Planting
Soil Mixes
Permanent Lawns
DIVISION 4 - IRRIGATION
DIVISION 5 - CONCRETE
03300 Concrete Construction for Structures
DIVISION 6 - SPECIAL SPECIFICATIONS
02910 Concrete Unit Pavers
APPENDIX A - Soil Investigation Data
APPENDIX B - Change Order, Pay Request, and Lien Release Forms
APPENDIX C - Contract Addenda
APPENDIX D - Construction Drawings (Attached Separately)
)NS FOR CONSTRUCTION
DIVISION 0 - BIDDING AND CONTRACT D
OCUMENTS
DIVISION 0 - BIDDING AND CONTRACT DOCUMENTS
SECTION 00100 - NOTICE TO BIDDERS
Sealed bids addressed to the Purchasing Agent, City of Coppell, Texas
Irrigation Improvements, Gateway Business Park - Phase HC, Coppell, T,
in the Purchasing Office at the City of Coppell City Hall, 255 Parkway Boul
Coppell, Texas 75019, until on ., 1994, and then
read aloud. Each Bidder shall submit two identical copies of this bid wil
Bid No. designated clearly on the exterior of the bid envelope.
Bidders must submit, with thcir bids, a cashicr's, or ccrtified check in thc a
(5%) of thc maximum amount bid, payable without recourse to thc City ~
a Proposal Bond in the same amount from an approved Surety Company (~
list of companies holding certificates of approval by the State Board of In
of the Texas Insurance Code) as guarantee that the Bidder will enter into a
bond and guarantee forms provided within fourteen (14) days after award
The successful Bidder must furnish Performance and Payment Bonds each
of the contract price from an approved Surety Company holding a peru
Texas, to act as Surety and acceptable according to thc latest list ot
ccrtificates of approval from thc State Board of Insurancc undcr 7.19-1 ot
Code. Thc successful bidder must also be able to show evidence that
business in the State of Texas prior to executing the contract.
Instructions to Bidders, Proposal Forms, Specifications, Plans and Contra{
obtained at the office 'of Albert H. Halff Associates, Inc., 8616 Northwesl
Texas 75225, for a $50.00 non-refundable fee.
AH unit priccs must bc stated in both script and figures. Thc Owner rescr
any or all bids and to waive formalities. In case of ambiguity or lack of c]
price in thc bids the Owner reserves the right to consider the most advat
thereof, or to reject thc bid. Unreasonable or unbalanced unit price will be
cause of rejection of any bid or bids. NO BID TRANS~
ACCEPTED.
Bidders are expected to inspect the site of the work and to inform them
conditions and conditions under which the work is to be done.
Attention is called to the provisions of the Acts of the 43rd Legislature of
subsequent amendments concerning the wage scale and payment of prev~
Prevailing wage rate will be established by the City of Coppell for this proj
comply with the rules and regulations for the Americans with Disabilities
Complete sets of bidding documents must be used in preparing Bids; neith,
or the preparer, Albert H. Halff Associates, Inc., assume any respon
misinterpretations resulting from the use of incomplete sets of Bidding D,
SECTION 00100 - NOTICE TO BIDDERS
, for Landscape and
~xas will be received
evard, P.O. Box 478,
publicly opened and
the City of Coppell
taunt of five percent
ff Coppell, Texas, or
ccording to the latest
surance under 7.19-1
contract and execute
of contract to him.
t the amount of 100%
tit from the State of
companies holding
the Texas Insurance
is authorized to do
Documents may be
Plaza Drive, Dallas,
ees the right to reject
em'ness in stating the
ttageous construction
considered sufficient
tY FAX WILL BE
elves regarding local
.ac State of Texas and
ling wages specifie&
~t. All bidders must
Act of 1990.
:r the City of Coppell
fibility for errors or
~cuments.
PAGE 1
DIVISION 0 - BIDDING AND CONTRACT DOCUMENTS
SECTION 00110 - INSTRUCTIONS TO BIDDERS
1. Defined Terms.
1.1 Terms used in these Instructions to Bidders which are defined in he Standard General
Conditions of the Construction Contract (F. JCDC No. 1910-8, 1983 ed. have the meanings
assigned to them in the General Conditions. The term **Bidder" means or who submits a Bid
directly to Owner, as distinct from a sub-bidder,-who submits a bid to Bidder. The term
"Successful Bidder" means the lowest, qualified, responsible and responsive Bidder to whom
Owner (on the basis of Owner's evaluation and recommendation by the E~tgineer as hereinafter
provided) makes an award. The term "Bidding Documents" includes tl~e invitation to Bid,
Instructions to Bidders, the Bid Form, and the proposed Contract Documents (including all
Addenda issued prior to receipt of Bids). ' .... : ......... ~' ·
1.2 Owner:. Wherever the work "OWNER" is used in the specifi~
documents, it shall be understood as referring to the City of Coppell, Tex~
1.3 Engineer: Wherever the word "ENGINEER" is used in the specif
documents, it shall be understood as referring t° the CITY ENGINEI~
representative, City of Coppell, P.O. Box 478, Coppell, Texas 75019.
1.4 Inspector: The authorized representative of the City of Coppell ass
inspect any or all parts of the work and the materials to be used therein.
Non-Compensated Contract Administrator:. Catellus Development Co~
Freeway, Suite 600, Dallas, Texas 75240-2609.
2.. ~Copies of Bidding Documents.
2.1 Complete sets of the Bidding Documents may be obtained from
offices of Albert H. Halff Associates, Inc., 8616 Northwest Plaza Drive, Dall
sets of plans and specifications may be examined without charge in the
Engineer, City of Coppell, 255 Parkway Boulevard, Coppell, Texas. A de
for each set of drawings and specifications as follows:
A)
Bidders..may purchase sets of Bidding Documents for a
refundable.
B)
After award of the contract, the Successful Bidder will be
of Contract Documents. Additional sets over five (5) will be
per set, non-refundable.
c)
Subcontractors and Suppliers may purchase Bidding Docume
non-refundable. ~.
SECTION 00110 - INSTRUCTIONS TO BIDDERS
:ations and contract
IS.
ications and contract
R or his authorized
igned to observe and
~oration, 5429 LBJ
the Engineer at the
as, Texas. Complete
~, offices of the City
~osit will be required
;50.00 per set, non-
a'nished five (5) sets
furnished for $50.00
ats for $50.00 per set,
PAGE 1
2.2 Complete sets of Bidding Documents must be used in preparing Bh
Engineer asst,_me any responsibility for errors or misinterpretations resu]
incomplete sets of Bidding Documents.
2.3 Owner and Engineer in making copies of Bidding Documents
terms do so only for the purpose of obtaining Bids on the Work and do n
grant for any other use.
3. Qualifications of Bidders.
The Bidder shall submit within five (5) days of the Owner's requesl
Owner may require to establish his financial responsibility, experience ar
equipment as may be needed to prosecute the work in an expeditious,
manner. The required information to be submitted shall consist of, but sh
limited to, the following:
3.1 Current Project Experience. A list of all projects presently unde
Bidder including approximate cost and completion date shall be submittec
3.2 Past Project Experience. The Bidder shall submit a list of comparal:
during the previous five years including approximate cost(s), quantities, an
Landscaping shall be installed by a landscape contractor certified by the
Landscape Contractors. Irrigation shall be installed by a licensed irrigato~
3.3 Equipment. The Bidder shall provide a list of equipment which
project.
The Bidder shall demonstrate that he has adequate equipment to~
properly and expeditiously and shall state what additional equipment,
rent/lease as may be required to complete this project.
3.4 Financial. Each Bidder shall be prepared to submit upon request of
financial statement with no evidence of threatening losses as evidenced b'.
financial statement (current within the last six (6) months of bid date). Thl
used to conf'uma that the Bidder has suitable financial status to meet obi
performing the work.
3.5 Technical Experience. The Bidder shall demonstrate to the safisfact
he has the technical experience to properly complete this project.
3.6 Proof that the Bidder maintains a permanent place of business.
4. Examination of Contract Documents and Site.
4.1 Access to the site shall be from Freeport Parkway and Gateway Bt
Bidders shall respect all improvements. It is the responsibility of each Bid
a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the si
with local conditions that may affect cost, progress, performance or furnis
SECTION 00110 - INSTRUCTIONS TO BIDDERS
Is; neither Owner nor
ting from the use of
ailable on the above
~t confer a license or
such evidence as the
d possession of such
safe and satisfactory
all not necessarily be
~ construction by the
upon request.
le projects completed
d completion date(s).
texas Association of
(State of Texas.)
will be used on this
:omplete this project,
if any, that he must
he Owner a balanced
~ an audited certified
.s information will be
igations incidental to
ion of the Owner that
,ulevard. Prospective
der before submitting
:e to become familiar
hing of the Work, (c)
PAGE 2
consider federal, state and local Laws and Regulations that may affect cost, ~
or furnishing of the Work, (d) study and carefully correlate Bidder's c
Contract Documents, and (e) notify Engineer of all conflicts, errors or
Contract Documents. Failure to make these examinations shall in no wa
from the responsibility of fulfilling all of the terms of the contract, without
OWNER.
4.2 Reference is made to the Supplementm3r Conditions for identificati
4.2.1 Those reports of explorations and tests of subsurface conditions at the
utilized by Engineer in preparation of the Contract Documents. Bidde]
accuracy of the technical data contained in such reports but not upor
interpretations or opinions contained therein or for the completeness there¢
4.3 Information and data reflected in the Contract Documents with re
Facilities at or contiguous to the site is based upon information and data ft~
Engineer by Owners of such Underground Facilities or others, and Owner
assume responsibility for the accuracy or completeness thereof.
4.4 Provisions concerning responsibilities for the adequacy of data ftr
Bidders on subsurface conditions, Underground Facilities and other phy
possible changes in the Contract Documents due to differing conditions apg
and 4.3 of the General Conditions.
4.5 Before submitting a Bid, each Bidder will, at Bidder's own expense
additional examinations, investigations, explorations, tests and studies and
information and data which pertain to the physical conditions (surf
Underground Facilities) at or contiguous to the site or otherwise which may
performance or furnishing of the Work and which Bidder deems necessar~
for performing and furnishing the Work in accordance with the time, price
Conditions of the Contract Documents.
4.6 On request in advance, Owner will provide each Bidder access
explorations and tests as each Bidder deems necessary for submission of a
all holes, clean up and restore the site to its former conditions upon
explorations.
4.7 The lands upon which the work is to be performed, rights-of-wa
access thereto and other lands designated for use by Contractor in perfr
identified in the Contract Documents.
4.8 The.submission of a Bid will constitute an incontrovertible represe
Bidder has complied with every requirement of this Article 4, that withow
prenfised upon performing and furnishing the Work required by the Contrac~
means, methods, techniques, sequences or procedures of construction as n
required by the Contract Documents, and that the Contract Documents are
SECTION 00110 - INSTRUCTIONS TO BIDDERS
rogress, performance
bservations with the
discrepancies in the
y relieve any Bidder
additional cost to the
on of:
site which have been
may rely upon the
non-technical data,
f for the purposes of
~ect to Underground
~nished to Owner and
nd Engineer does not
aished to prospective
sical conditions, and
ear in Paragraphs 4.2
, make or obtain any
~btain any additional
ace, subsurface and
affect cost, progress,
to determine its Bid
and other terms and
t the site to conduct
lid. Bidder shall flil
completion of such
y and easements for
,rming the Work are
ttation by Bidder that
:exception the Bid is
:Documents and such
ray be indicated in or
ffficient in scope and
PAGE 3
detail to indicate and convey understanding of all terms and conditions
furnishing of the Work.
Interpretations and Addenda.
5.1 All questions about the meaning or intent of the Contract Documc]
to Engineer. Interpretations or clarifications considered necessary by Enl
such questions will be issued by Addenda mailed or delivered to all parties
as having received the Bidding Documents. Questions received less than
date for opening of Bids may not be answered. Only questions answer
Addenda will be binding. Oral and other interpretations or clarifications
effect.
5.2 Addenda may also be issued to modify the Bidding Documents as
Owner or Engineer.
5.3 Each Bidder shall acknowledge on the Bid Proposal, that all addend
6. Bid Security.
6.1 Each Bid must be accompanied by Bid security made payable to O,
five percent of the Bidder's maximum Bid price and in the form of a certil
a Bid Bond (on form attached, ff a form is prescribed) issued by a
requirements of Paragraph 5.1 of the General and Supplemental Condition
6.2 The Bid security of the Successful Bidder will be retained until suck
the Agreement and furnished the required contract security, whereupon th{
returned. If the Successful Bidder fails to execute and deliver the Agree:
required contract se. curity within fourteen (14) days after the Notice of Awa
the Notice of Award and the Bid security of that Bidder will be forfeited.
other Bidders whom Owner believes to have a reasonable chance of receivi
retained by Owner until the earlier of the seventh day after the Effective D
or the forty-sixth day after the Bid opening, where upon Bid security furni:
will be returned. Bid security with Bids which are not competitive will be
days after the Bid opening.
7. Contract Time.
The time for Completion is to be set forth by the Bidder in the Bid
in the Agreement. The time will be taken into consideration by Owner dm
the Bids, and it will be necessary for the successful Bidder to Satisfy Own
to achieve Completion within the time designated in the Bid. The contract
five (5) calendar days after the date of the Notice to Proceed.
8. Penalties and Incentive Bonuses
Provisions for penalties and incentive bonuses, are set forth in the
SECTION 00110 - INSTRUCTIONS TO BIDDERS
for performance and
tts are to be directed
gneer in response to
:ecorded by Engineer
~ve days prior to the
,A by formal written
Mil be without legal
deemed advisable by
have been received.
,ncr in an amount of
ied or bank check or
surety meeting the
S.
Bidder has executed
~, Bid security will be
x~ent and furnish the
rd, Owner may annul
The Bid security of
ng the award may be
ate of the Agreement
;hed by such Bidders
'eturned within seven
and will be included
ing the evaluation of
er of Bidder's ability
time shall commence
Agreement.
PAGE 4
9. Substitute or "Or-Equal" Items.
The Contract, if awarded, will be on the basis of materials and e~
thc Drawings or specified in the Specifications without consideration of
"or-equal" items. Whenever it is indicated in the Drawings or specified in
a substitute or "or-equal" items of material or equipment may be furnished,
if acceptable to Engineer, application for such acceptance will not be co:
until after the Effective Date of the Agreement. The procedure for sulc
application by Contractor and consideration by Engineer is set forth in P~
and 6.7.3 of the General Conditions and may be supplemented in the Genel
substitutions shall be considered in the Bid process.
10. Subcontractors, Suppliers and Others.
10.1 If the Owner requests the identity of any Subcontractors, Supplier
organizations to be submitted to Owner in advance of the specified date
Date of the Agreement, the apparent Successful Bidder, and any other Bick
within seven days after the request submit to Owner a list of all such Sub~
and other persons and organizations proposed for those portions of the
identification is requested. Such list shall be accompanied by an expe
pertinent information regarding similar projects and other evidence of quali
Subcontractor, Supplier, person or organization if requested by Owner.
after due investigation has reasonable objection to any proposed Subcont
person or organization, either may, before the Notice of Award is given
Successful Bidder to submit an acceptable substitute in which case thc
Bidder shall submit an acceptable substitute, that Bidder's Bid price
decreased) by the difference in cost occasioned by such substitution and
such price adjustment in evaluating Bids and making the contract award.
· -- ~ If apparent Successful Bidder declines to make any such substitutic
thc contract to thc next lowest Bidder that proposes to usc acceptable Sub~
and other persons and organizations. The declining to make requested
constitute grounds for sacrificing thc Bid security of any Bidder. Any
other person or organization listed and to whom Owner or Engineer dr
objection prior to thc giving of thc Notice of Award will be deemed acc~
Engineer subject to revocation of such acceptance after the Effective Date
provided in Paragraph 6.8.2 of thc General Conditions.
10.2 No Contractor shall be required to employ any Subcomractor, SUp
organization against whom Contractor has reasonable objection.
11. Bid Form.
11.1 The completed Bid Forms, included with these instructions, must be
envelope as described in Item 15 "Submission of Bids". The blank spaces
be filled in for each item for which a quantity is given and the Bidder st
which he proposes to do each item of work. All blanks on the bid form
SECTION 00110 - INSTRUCTIONS TO BIDDERS
uipment described in
?ossible substitute or
he Specifications that
>r used by Contractor
~sidered by Engineer
mission of any such
tragraphs 6.7.1, 6.7.2
al Requirements. No
~ or other persons or
~rior to the Effective
:r so requested, shall
;ontractors, Suppliers
York for which such
ience statement with
fication for each such
f Owner or Engineer
actor, Supplier, other
request the apparent
apparent Successful
lay' be increased (or
Owner may consider
n, Owner may award
:ontractors, Suppliers
mbstitutions will not
~contractor, Supplier,
~s not make written
:ptable to Owner and
of the Agreement as
)lier, other person or
submitted in a sealed
in the Bid Form shall
all state the price for
rmst be completed in
PAGE 5
ink or by typewriter. Each page of the Bid Form shall be signed in ink by [he person or persons
making or authorized to make a bid. Proposal forms are to be left attached to documents in the
same manner as received by bidders.
!
11.2 The legal status of the Bidder, that is, as a corporation, partnership, 0r individual, must be
stated in the Bid Form. A corporation Bidder must name the state in which the organization is
chartered.
11.3 If the bid is made by an individual, his post office address shall be g
not signed by the individuals making them shall have attached thereto
evidencing authority to sign the bid in the name of the person for whom
11.4 If the bid is made by a firm or partnership, the name and post
managing member of the fn'm or partnership shall be given or the bid
attorney-in-fact· If signed by an attorney-in-fact, there shall be attached
attorney evidencing authority to sign the bid, executed by the members o!
11.5 Bids which are signed for a corporation shah have the correct corpo
post office address and the signature of the president or other auth¢
corporation, manually written below the corporate name in the foll(
11.6 The Bidder's bid must include a completed Bid Form. Any bid rex
include an amount for each item in the Bid Form may be rejected.
11.7 All names must be typed or printed below the signature.
11.8 The Bid shah contain acknowledgement of receipt of all addenda.
must be f'flled in on the Bid Form).
11.9 The address and telephone number for communications regarding
12. Estimates of Quantities.
The quantities listed in the Bid Form will be considered as appmxi~
for the comparison of bids. Payments will be made to the Contracto~
quantities of work performed or materials furnished in accordance wit
quantity of work performed and the materials required may be increased or ~
for in the Contract Documents. '
13. Submission of Bids.
Sealed Bids shall be addressed to the Purchasing Agent, City of Col
be received in the Purchasing Office at the City of Coppell, City Hall, 254.
P.O. Box 478, Coppell, Texas 75019. Bids shall be submitted at the tim
in the Notice to Bidders and shah be enclosed in an opaque sealed envelol
with the Project rifle, the City of Coppell Bid No. indicated in the Notice
SECTION 00110 - INSTRUCTIONS TO BIDDERS
[ven. Bids which are
a power of attorney
is signed.
~ce address of the
nay be signed by an
o the bid a power of
the firm or partners.
'ate name thereof, its
,rized officer of thc
,wing manner:. "By
eived which does not
he numbers of which
e bid must be shown.
hate and will be used
'only for the actual
h the contract. The
lecreased as provided
?pell, Texas and shall
Parkway Boulevard,
and place indicated
~e (enclosed), marked
to Bidders, and name
PAGE 6
and address of the Bidder and accompanied by the Bid security and other
If the Bid is sent through the mail or other delivery system the sealed envek
in a separate envelope with the notation "BID ENCLOSED" on the face o:
14. Modification and Withdrawal of Bids.
14.1 Bids may be modified or withdrawn by an appropriate document
manner that a Bid must be executed) and delivered to the place where
at any time prior to the opening of Bids.
required documents.
~pc shall be enclosed
it.
dy executed (in the
are to be submitted
14.2 If, within twenty-four hours after Bids are opened, any Bidder files
notice with Owner and promptly thereafter demonstrates to the reasonable
that there was a material and substantial mistake in the preparation of its
withdraw its Bid and the Bid security will be returned. Thereafter,
disqualified from further bidding on the Work to be provided under the £
15. Rejection of Bids.
Bids may be rejected if they show alterations of form, additions not
bids, incomplete bids, erasures or irregularities of any kind. Bids containin
provides for changes in the stated Bid prices due to increase or decrease in
labor or other items required for this project, may be rejected and returned
being considered. The Owner reserves the fight to waive any irregularities i:
and to reject any and all Bids without qualifcafion(s). More than one Biz
fu'm or partnership, corporation or association, under the same or differer
considered. Reasonable grounds for believing that a Bidder is interested ir
Bid may cause the rejection of all Bids in which said Bidder is interested.
are obviously unbalanced may be reject.
16. Opening of Bids.
Bids will be publicly opened and read aloud; An abstract of the amc
and major alternates (if any) will be made available to Bidders after the c
17. Bids to Remain Subject to Acceptance.
All Bids will remain subject to acceptance for forty-five days
opening, but Owner may, in its sole discretion, release any Bid and return
to that date.
18. Award of Contract.
18.1 Owner reserves the right to reject any and all Bids, to waive any an,
to negotiate contract terms with the Successful Bidder, Owner also reserve,,
nonconforming, nonresponsive, unbalanced or conditional Bids. Also, Ow
duly signed, written
atisfaction of Owner
lid, that Bidder may
hat Bidder will be
,ntract Documents.
ailed for, conditional
any condition which
he costs of materials,
o the Bidder without
the bids as received
from an individual,
names, will not be
more than one such
Bids in which prices
unts of the base Bids
)ening of Bids.
r the day of the Bid
he Bid security prior
all informalities and
the right to reject all
ncr reserves the fight
to reject the Bid of any Bidder if Owner believes that it would not be in tlae best interest of the
Project to make an award to that Bidder, whether because the. Bid is not res ~onsive or the Bidder
SECTION 00110- INSTRUCTIONS TO BIDDERS PAGE 7
is unqualified or has doubtful financial ability or fails to meet any other
criteria established by Owner. Discrepancies in the multiplication of ur
prices will be resolved in favor of the unit prices. Discrepancies betweer
any column of figures and the correct sum thereof will be resolved in fay
This Contract and all obligations hereunder may be assigned, witho~
Owner. Upon such assignment, the City of Coppell shall be forever rele;
obligation under this Contact and the Contractor shall look solely to the ne
all obligations then remaining under the Contract.
Assignment shall not be made unless and until the new Owner has d
to assume the financial obligations of the City of Coppell under this Con~
18.2 In evaluating Bids, Owner will consider the qualifications of the Bi
the Bids comply with the prescribed requirements, and such alternates, t~
time, and other data, as may be requested in the Bid Form or prior to the
18.3 Owner may consider the qualifications and experience of any Sub~
or other persons or organizations proposed for those portions of the Work a
of Subcontractors, Suppliers, and other persons and organizations must be
by the Owner. Owner also may consider the operating costs, maint
performance data and guarantees of major items of materials and equ
incorporation in the Work when such data is required to be submitted
Award.
18.4 Owner may conduct such investigations as Owner deems neces
evaluation of any Bid and to establish the responsibility, qualifications an{
Bidders, proposed Subcontractors, Suppliers and other persons and organiz
furnish the Work in accordance with the Contract Documents to Owner's
prescribed time.
18.5 If contract is to be awarded, it will be awarded to the lowest and
whose evaluation by Owner indicates to Owner that the award will be in ~
Project.
18.6 If the contract is to be awarded, Owner will give the Successful Bide
within forty-five days after the date of the Bid opening.
19. Contract Security.
Paragraph 5.1 of the General Conditions and the Supplementary
Owners's requirements as to Performance and Payment Bonds. When
delivers the executed Agreement to Owner, it must be accompanied by the
and Payment Bonds, each in the full amount of the contract price, namin
as obligee.
SECTION 130110- INSTRUCTIONS TO BIDDERS
pertinent standard or
its of Work and unit
the indicated sum of
~r of the correct sum.
It recourse, to another
tsed from any further
.w Owner for any and
~monstrated its ability
ract.
.dders, whether or not
fit prices, completion
Notice of Award.
:ontractors, Suppliers,
~ to which the identity
ubmitted as requested
;nance requirements,
ipment proposed for
.rior to the Notice of
sary to assist in the
financial stability of
tfions to perform and
.atisfacfion within the
best qualified Bidder
e best interests of the
[er a Notice of Award
Conditions set forth
he Successful Bidder
required Performance
the City of Coppell
PAGE 8
A Maintenance Bond or Bonds acceptable to the City of Coppell In the amount of one
hundred (100) percent of the total contract price will be provided to the City of Coppell by the
Contractor and shall remain in effect until one (1) year after the date of c
of all Bonds shall be included in the contract sum.
20. Execution of Agr~ment.
When Owner gives Notice of Award to the Successful Bidder, it wi
the five (5) copies of unsigned counter parts of the Agreement with all o
Documents Attached. Within fourteen (14) days thereafter the Successful
and furnish to the Owner five (5) original signed contracts, the required B
of Insurance. If, within fourteen (14) days after Notice of Award of
Successful Bidder by the Owner the Successful Bidder has not provided
the executed contract documents, the Owner may, at its sole discretion, de,
contract null and void and upon such declaration, such award shall be m
contract may be awarded to the next lowest responsible bidder.
The Performance Bond, Payment Bond and Maintenance Bond are
guarantee of the faithful performance of the work, for the protection of th
and materials, and maintenance of work for one (1) year after acceptance
The Certificate of Insurance is to be furnished as a guarantee .~liat
by insurance as required by the Contract Documents.
21. Affidavit of Bills Paid.
The Contractor shall submit a fully executed Waiver of Lien - Parti~
request and prior to final acceptance of this project by the Owner, the Col
an affidavit that all bills for labor, materials, and incidentals incurred in th~
have been paid in full, and that there are no claims pending.
22. Notice to Proceed.
Upon execution of Bonds and Contract, the Owner will issue a wril~
to the Contractor requesting that he proceed with the construction.
commence work within five (5) days after the date of Notice to Proceed.
23. Construction Schedule.
Prior to Award of Contract, the Contractor shall submit a &
Construction Schedule Chart demonstrating to the Owner the capability
complete the work within the bid contract time. The contractor shall have
and equipment resources to meet the construction schedule.
SECTION 00110 - INSTRUCTIONS TO BIDDERS
r>mpletion. The cost
,1 be accompanied by
[her written Contract
Bidder shall execute
onds, and Certificate
the contract to the
he five (5) copies of
:lare the award of the
fll and void, and the
to be furnished as a
claimants for labor
by the Owner.
ac Bidder is covered
1, with each payment
ltractor shall cxecute
project construction
:n Notice to Proceed
.'he Contractor shall
:tailed Progress and
of the Contractor to
sufficient manpower
PAGE 9
24~ Silence of Specification.
The apparent silence of these specifications or the North Centt
Governments Standard Specifications for Public Work Construction as t¢
apparent omission from it of a detailed description' concerning any point,
meaning that only the best commercial practices are to prevail. All in~
specifications shall be made on the basis of this statement by Owne~
representative.
25. Change Orders.
No oral statement of any person shall modify or otherwise change
conditions or specifications stated in the resulting contract. All change orde
be made in writing by the Owner, using the form contained in Appendix
26. Assignment.
The Successful Bidder shall not sell, assign, transfer or convey thi,,
in part, without the prior written consent of Owner.
27. Patents - Copyrights.
The Successful Bidder agrees to protect Owner from claims invol,
patents and/or copyrights.
28. Retainage.
Provisions concerning retainage and Contractors' rights to deposi'
retainage are set forth in the Agreement.
29. Venue.
This agreement will be governed and construed according to the
Texas. This agreement is performable in Dallas County, Texas.
30. Lump Sum Items.
The contractor shall submit a breakdown of the quantifies and unil
any major lump sum item (greater than $10,000). These unit prices may
to increase or decrease any quantity within the lump sum item.
31. Permit Fees and Bonds
The contractor shall be responsible for the payment of all Pc]
associated with this project. The cost of all fees and bonds shall be incluck
SECTION 00110 - INSTRUCTIONS TO BIDDERS
al Texas Council of
any detail or to the
shall be regarded as
erpretafions of these
or their authorized
, or affect the terms,
rs to the contract will
contract, in whole or
,ing infringements of
securities in lieu of
laws of the State of
prices that comprise
~e used by the owner
mit Fees and Bonds
d in the contract sum.
PAGE 10
32: Bid Compliance.
Bid must comply with all Federal, State, County and Local Laws, Co
or work any illegal alien.
33. Taxes, Permits and Licenses.
The Contractor shall obtain and pay for all licenses, permits, and ins
the work.
The Contractor shall pay all appropriate sales taxes, excluding rr
retained by the City of Coppell, franchise taxes, income taxes, gross rece
business or occupation taxes imposed upon the Contractor.
34. State Sales Tax.
The Owner qualifies for exemption from State and Local Sales and
to the provisions of the Texas Tax Code (Title 2, Chapter 141, Subse¢
Important Notice to Contractors provided herein.
o0o
SECTION 00110 - INSTRUCTIONS TO BIDDERS
atractor shall not hire
~ecfions required for
tterials permanently
ipts taxes, and other
Use Taxes pursuant
fion 151.309). See
PAGE 11
DIVISION 0 - BIDDING AND CONTRACT DOCUMENTS
SECTION 00140 - BID FORM
PROJECT IDENTIFICATION:
Landscape and Irrigation Improvements, along Freeport Parkway ant
Gateway Business Park-Phase IIC in the City of CoppeR, Texas.
BID OF DATE
(NAME OF FIRM)
CITY OF COPPELL IDENTIFICATION NUMBER:
THIS BID IS SUBMITTED TO:
City of Coppell (hereinafter cl
c/o Purchasing Agent
255 Parkway Boulevard, P.O.
Coppell, Texas 75019
1. The undersigned BIDDER proposes and agrees, if this Bid is acce
agreement with OWNER in the form included in the Contract Documents t,
all Work as specified or indicated in the Contract Documents for the Conl
the Contract Time indicated in this Bid and in accordance with the other
of the Contract Documents.
2. BIDDER accepts all of the terms and conditions of the Invitation t¢
to Bidders, including without limitation those dealing with the disposition,
Bid will remain subject to acceptance for forty-five days after the day of Bi.
will sign and submit the Agreement with the Bonds and other documents re~
Requirements within fourteen (14) days after the date of OWNER's Not
3. In submitting this Bid, BIDDER represents, as more fully set forth it
(a) BIDDER has examined copies of all the Bidding Documen~
Addenda (receipt of all which is hereby acknowledged):
NO.:
DATE:
RECEIVED:
(b) BIDDER has familiarized itself with the nature and e:
Documents, Work, site, locality, and all local conditions and Laws and R,
manner may affect cost, progress, performance or furnishing of the Work.
SECTION 00140 - BID FORM
Gateway Boulevard,
lied OWNER)
Box 478
pted, to enter into an
perform and furnish
raet Price and within
:erms and conditions
Bid and Instructions
ff Bid security. This
t opening. BIDDER
luired~by the Bidding
.ce of Award.
the Agreement, that:
and of the following
ent of the Contract
:gulafions that in any
PAGE 1
(c) BIDDER has studied carefully all reports and drawings of:
and drawings of physical conditions which are identified in the Supplern
provided in paragraph 4.2 of the General Conditions, and accepts the dete~
paragraph SC-4.2 of the Supplementary Conditions of the extent of the tec
in such reports and drawings upon which BIDDER is entitled to rely.
(d) BIDDER has obtained and carefully studied (or assum
obtaining and carefully studying) all such examinations, investigations, e:
studies (in addition to or to supplement those referred to in (c) (above)
subsurface or physical conditions at the site or otherwise may affecl
performance or furnishing of the Work as BIDDER considers necessary f¢
furnishing of the Work at the Contract Price, within the Contract Time an
the other terms and conditions of the Contract Documents, including speci
of paragraph 4.2 of the General Conditions; and no additional exarnin,
explorations, testS, reports 0rsimilar information or data are or will be req[
such purposes.
(e) BIDDER has reviewed and checked all information and da
on the Contract Documents with respect to existing Underground Facilifi~
the site and assumes responsibility for the accurate location of said Under~
additional examinations, investigations, explorations, tests, reports or simih
in respect of said Underground Facilities are or will be required by BIDDE
and furnish the Work at the Contract Price, within the Contract Time and it
other terms and conditions of the Contract Documents, including specific~
paragraph 4.3 of the General Conditions.
(f) BIDDER has correlated the results of ail such observ~
investigations, explorations, tests, reports and studies with the terms
Contract Documents. --
(g) BIDDER has given ENGINEER written notice of all
discrepancies that it has discovered in the Contract Documents and the writ
by ENGINEER is acceptable to BIDDER.
(h) This Bid is genuine and not made in the interest of or on beh~
person, fh'm or corporation and is not submitted in conformity with any
any group, association, organization or corporation; BIDDER has not
induced or solicited any other Bidder to submit a false or sham Bid;
or induced any person, fh-m or corporation to refrain from bidding; and BII
by collusion to obtain for itself any advantage over any other Bidder or
(i) It is understood and agreed that the following quantities of w
prices are approximate only, and are intended principally to serve as a gui,
(j) It is understood and agreed that the quantities of work to
and materials to be furnished may be increased or diminished as may be
in the opinion of the OWNER or ENGINEER to complete the work
SECTION 00140- BID FORM
:ubsurface conditions
,ntary Conditions as
Tnination set forth in
~nical data contained
~s responsibility for
tplorafions, tests and
which pertain to the
the cost, progress,
,r the performance or
:l in accordance with
~ically the provisions
tions, investigations,
ired by BIDDER for
a shown or indicated
s at or contiguous to
round Facilities. No
r information or data
R in order to perform
t accordance with the
dly the provisions of
fions, examinations,
~d conditions of the
conflicts, errors or
:en resolution thereof
flf of any undisclosed
,greement or rules of
tirecfly or indirectly
~ER has not solicited
}DER has not sought
~er OWNER.
ork to be done at unit
te in evaluating bids.
,e done at unit prices
considered necessary
Fully as planned and
PAGE 2
contemplated, and that all quantities of work, whether increased or decreasex
at the unit prices set forth below, except as provided for in the Contract 12
4. It is understood and agreed that the Bid Security accompanying'
returned to the BIDDER, unless in case of the acceptance of the proposal tt
to execute a contract and file a Performance Bond, a Payment Bond, a M
a Certificate of Insurance within fourteen (14) days after its acceptance, i~
Security shall become the property of the OWNER and shall be consid
damages caused by delay and other inconveniences suffered by the OWb
failure of the BIDDER.
5. It is understood and agreed that all work under this contract will be
bid working days. Completion date will be established in the Notice to P
6. BIDDER will complete the Work for the following price(s):
SECTION 00140 - BID FORM
1, are to be performed
,ocuments.
iris proposal will be
e BIDDER shall fail
fintenance Bond and
t which case the Bid
ered as payment for
[ER because of such
completed within the
:oceed.
PAGE 3
GATEWAY BUSINESS PARK - PHASE HC
LANDSCAPE - BASE BID
UNIT PRICE SCHEDULE
PART I
~.::~:~ ~::.:-: ! ~.....~..~ ~...~.......:.:+ ~.:.~. ,~.:.:..~.
L-1 131 ~ch Supply ~d ~1 8' Crape My~e,
complete ~ place - doll~
~d~ ~nm ~r ~c~
L-2 17 ~ch Supply ~d ~s~l 10' Yaupon Ho~y,
comple~ ~ pla~ doll.s
~d~ cenm ~r ~c~
L-3 119 ~ch Su~ly ~d ~s~ 2" ~i~r ~ Elm,
~mplete ~ place doll.s
~d~ ~n~ ~r ~c~
L~ 120 ~ch Su~ly ~d ~s~l 2" ~i~r Live O~,
~le~ ~ place doll.s
~d ~ ~n~ ~r ~c~
L-5 22 ~ch Supply ~d ~s~l 2" ~i~r Bradford Pe~,
comple~ ~ pla~ doll.s
~d ~n~ ~r ~c~
L-6 49 ~ch Supply ~d ~s~l 2" ~i~r A~ P~e,
comple~ ~ pla~ doll.s
~d ~ ~n~ ~ ~c~
L-7 3~ ~ch Supply ~d ~s~l 5 g~lon Dw~ B~ord
Holly, comple~ ~ pla~
doll.s ~d ~ cen~ ~r
L-8 52 ~ch Su~ly ~d ~smll 5 g~lon Red Tip Pho~,
~lete ~ place doll.s
~d ~ cen~ ~r ~c~
L-9 2~ ~ch Supply ~d ~1 5 g~lon ~ C~ese
Holly, complete '~ pla~
doll.s ~d ~ ~n~ ~r
L-10 78 ~ch Supply ~d ~1 5 g~lon ~ese J~r,
complete ~ pla~ doll~
~d ~ cen~ ~r ~
L-11 2,736 ~ch Supply ~d ~s~l 4" ~ of Asi~ Jasmine,
~mplete ~ place doll.s
~d ~ ~n~ ~r eac~
Signed
SECTION 00140 - BID FORM
PAGE 4
L-12 675 Each SUpply and install 4" pots of seasonal
color,complete in place dollars
and~ cents per each.
L-13 844 L.F. Install metal edging, complete in place $ $.
dollars and~ cents per
linear foot.
L-14 508,255 S.F. Install Con-anon Bermuda Hydromulch, $. $.
complete in place dollars
and~ cents per square foot.
L-15 1 L.S. Adjust all existing utility appurtenances to $. $.
match final grade (valve boxes, pull boxes,
fire hydrants, manhole tops, etc.), complete
in place dollars ,
and~ cents per lump sum. ~
TOTAL LANDSCAPE BASE BID COST
(Items L-1 through L-15)
Signed
SECTION 00140 - BID FORM
PAGE 5
GATEWAY BUSINESS PARK - PHASE IIC
IRRIGATION - BASE BID
UNIT PRICE SCHEDULE
PART II
I-1 996 Each For furnishing Toro 570 Z fLxed spray $. $.
sprinklers with MPR Plus nozzles,
__ complete in place dollars
and ~, cents per each.
I-2 166 Each For furnishing Hunter 1-25 pop-up rotor $.
head, complete in place
dollars and __ cents per each.
1-3 79 Each For furnishing Rainbird R-70 pop-up $. ~ $.
rotor bead, complete in place
dollars and __ cents per each.
1-4 6,790 L.F. For furnishing 1/2" Class 315 SDR-21 $.
PVC pipe, complete in place
dollars and __ cents per linear foot.
I-5 1,730 L.F. For furnishing 3/4" Class 200 SDR-21 . $
PVC pipe, complete in place
dollars and __ cents per linear foot.
I-6 6,080 L.F. For furnishing 1" Class 200 SDR-21 $
PVC pipe, complete in place
dollars and __ cents per linear foot.
I-7 4,910 L.F. For furnishing 1-1/4" Class 200 SDR-21 $
PVC pipe, complete in place
dollars and __ cents per linear foot.
I-8 1,550 L.F. For furnishing 1-1/2" Class 200 SDR-21 $ $
PVC pipe, complete in place
dollars and ~ cents per linear foot.
I-9 995 L.F. For furnishing 2, Class 200 SDR-21 $.
PVC pipe, complete in place
dollars and ~ cents per linear foot.
1-10 3,160 L.F. For furnishing 2-1/2" Class 200 SDR-21 $
PVC pipe, complete in place
dollars and ~ cents per linear foot.
1-11 6,920 L.F. For furnishing y' Class 200 SDR-21 $.
PVC pipe, complete in place
dollars and ~ cents per linear foot.
Signed
SECTION 00140 - BID FORM
PAGE 6
1-12 28 Each For furnishing Hardie 1" Ultraflow $. $.
electric remote control valve,
complete in place
dollars and cents
per each.
1-13 43 Each For furnishing Hardie 1-1~2" Ultraflow $. $
electric remote control valve, complete in
place dollars
and __ cents per each.
1-14 23 Each For furnishing Hardie 2" Ultraflow $.__ $
electric remote control valve,
complete in place
dollars and cents
per each.
1-15 6 Each For furnishing 2" manual brass gate $. $.
valves, complete in place
dollars and __ cents per each.
1-16 64 Each For furnishing Rainbird 44 RC quick $ $.
coupling valves, complete in place
dollars and
__ cents per each.
1-17 2 Each For furnishing Irritrol MC-12 Plus-B $ $_
conlroller with Irritrol P-2B Pedestal,
complete in place dollars
and __ cents per each.
1-18 2 Each For furnishing Irritrol MC-18 Plus-B $. $.
controller with Irritrol P-2B Pedestal,
complete in place dollars
and __ cents per each.
1-19 2 Each For furnishing Irritrol MC-24 Plus-B $. $.
controller with Irritrol P-2B Pedestal,
complete in place dollars
and __ cents per each.
1-20 6 Each For providing and having 2" water meter $ $
installed as shown on plans,
complete in place
dollars and cents
per each.
Signed
SECTION 00140 - BID FORM
PAGE 7
1-21 6 Each Install 2" double check valve assembly,
Febco 805Y, complete in place
dollars and cen~
per eaclx
1-22 1 L.S. Install 120 v electrical service
connections to irrigation controllers,
complete in place dollars
and ~. cents per lump sum.
1-23 30 L.F. Dry bore under pavement, install 2-1f2"
SCH.40 PVC conduit, complete in place
· dollars and - cents per
linearfoot.
1-24 50 L.F. Dry bore under pavement, install 3"
SCH.40 PVC conduit, complete in place
dollars and __ cents per
linearfoot.
1-25 70 L.F. Dry bore under pavement, install 4"
SCH.40 PVC conduit, complete in place
dollars and __ cents per
linearfoot.
1-26 85 L.F. Dry bore under pavement, install 6"
SCH.d0 PVC conduit, complete in place
dollars and __ cents per
' linearfoot.
TOTAL IRRIGATION BASE BID COST
(Items I-1 through 1-26) $
Signed
SECTION 00140 - BID FORM
PAGE 8
GATEWAY BUSINESS PARK - PHASE IIC
PAVING - BASE BID
UNIT PRICE SCHEDULE
PART III
P-2
P-3
P-4
P-5
P-6
P-7
101 S.Y.
101
28
151
938
1,152
S.V.
L.Fo
Each
S oV.
S.F.
3000 psi Compressive Strength Reinforced
Concrete Pavement (to Match Existing
Pavement Depth), Cornplcte in Place.
dollars and
cents per square yard.
8" - Cement Stabilized Sand or CTB
Subgrade, Complete in Place.
dollars and
cents per square yard.
6-Inch Integral Concrete Curb, Complete in
Place.
dollars and
cents per linear foot.
2' 6" Radius Solid Concrete Median Nose
to Match Existing Curb Height, Complete in
Place.
dollars and
cents per each.
Sawcut, Remove, and Offsite Dispose
Existing Concrete Pavement from Areas
Indicated on the Drawings, Complete in
place.
dollars and
cents per square yard.
Install Concrete Median Pavers (2 locations)
with concrete base per City of CoppeH
standards, Complete in Place.
dollars and
cents per square foot.
Remove Brick Pavers and Concrete Base,
Backfill with Topsoil, Complete in Place.
dollars and
cents per square foot.
Signed
SECTION 00140 - BID FORM
PAGE 9
P-8 1,208 S.F. Remove, Rehabilitate, and Replace Existing $.1 $
Concrete Median Pavers with Filter Fabric,
Complete in Place.
dollars and
cents per square foot.
P-9 264 S.F. Remove and Replace Existing Concrete .. $
Crosswalk Pavers, Complete in Place.
dollars and
cents per square foot.
P-10 1,720 S_g. 'Sand Existing Concrete Crosswalk Pavers, $.. $.
Complete in Place.
dollars and
cents per square foot.
P-11 4 Each Reset Conduit Pull'Boxes, Complete in $ ~ $.~
Place.
dollars and
cents per each.
P-12 8 Each Install New Storm Sewer Covers, Complete $_ $.
in Place.
dollars and
cents per each.
P-13 64 Each Cutoff Below Grade, Recap, and Mark $_ $.
Existing Conduit Stubouts (All Sizes),
Complete in place.
· · dollars and
cents per each.
P-14 120 L.F. Grind Existing Concrete Gutter, Complete in $_ $.
Place.
· dollars and
................... cenm per linear foot.
P-I$ 1~70 L.F, imtall 2" Scheduie 40 PVC Conduit,
Including Em~nt) Complete in Place,
· dollars and
cents per linear foot.
P-16 4,200 L.F. Install 6" Schedule 40 PVC Conduit, $
Including Embexlment, Complete in Place.
dollars and
cents per linear foot.
Signed
SECTION 00140 - BID FORM
TOTAL PAVING BASE BID COST
(Items P-1 through P-16)
PAGE 10
GATEWAY BUSINESS PARK - PHASE IIC
CONCRETE SIGNS - BASE BID
UNIT PRICE SCHEDULE
PART IV'
!:~:i:'. !~!~ :~ ::~:~ :':':"
CS-1 I L.S. Im~l conc~te si~ Ty~ A ~ ~s~ia~d $__ $
~n ~ Co~le~ ~ Place.
doll.s ~d
ce~ ~r l~p s~.
C5-2 1 L.S, Im~l concm~ si~ Ty~ B ~ ~iat~ $~ $ ,
~n ~ Complete ~ Pla~. ~
doH~s ~
ce~ ~r l~p s~
CS-3 2 L.S. Im~l ~nc~ si~ T~ C and ~sociat~ $__ ~
~n ~ Cow~le~ ~ P~.
doll.s ~d
ce~ ~ l~p s~
CS~ 1 L.S. Im~l conc~ P~k I.D. M~ker, ~mplem $~ $
~ Pla~.
doll.s ~d
ce~ ~r ~
TOTAL CONCRETE SIGNS BASE BID COST
(Items CS-1 through CS-4)
Signed
SECTION 00140 - BID FORM
PAGE 11
GATEWAY BUSINESS PARK - PHASE IIC
LANDSCAPE ALTERNATE 1 - ADDITIVE BID
UNIT PRICE SCHEDULE
PART V
AL-4,
Deduct
AL-5
Deduct
Signed
121 Each
121 Each
131 Each
131 Each
22 Each
22 Each
49 Each
49 Each
SECTION 00140 - BID FORM
dollars
and cents per each.
dollars
and cents per each.
Supply and install 4" caliper Live Oak,
complete in place dollars
and ~ cents per each.
Supply and install 2" caliper Live Oak,
complete in place dollars
and ~ cents per each.
Supply and install 4" caliper
Pear, complete in place
dollars
and__ cents per each.
-Supply and install 2" caliper Bradford
Pear, complete in place
dollars and ~ cents per each.
Supply and install 4" caliper Austrian Pine,
complete in place dollars
and~ cents per each.
Supply and install 2" Austrian Pine,
complete in place dollars
and__ cents per each.
TOTAL ADDITIVE BID ITEMS (AL-3 through AL-6) $
PAGE 12
LANDSCAPE ALTERNATE
LANDSCAPING AT IH-635
UNIT PRICE SCHEDULE
PART VI
L=2A 1 L'S' Install berm' trees' grass and irdgati°n' $- i Sand__c°mplete in plaCecents per lump sum.d°llars
TOTAL LANDSCAPE ALTERNATE 2 (L-2A)
LANDSCAPE ALTERNATE 3
PARKWAY BERMS ALONG FREEPORT PARKWAY
(using on-site material)
UNIT PRICE SCHEDULE
PART VII
L. So
Construct berms along Freeport Parkway,
using on-site stockpiled earth, and adjust all
existing utility appurtenances to match fmal
grade (valve boxes, pull boxes, fire
hydrants, manhole tops, etc.), complete in
place dollars
and~ cents per lump sum.
TOTAL LANDSCAPE ALTERNATE 3 (L-3A)
LANDSCAPE ALTERNATE 4
PARKWAY BERMS ALONG FREEPORT PARKWAY
(using imported material)
UNIT PRICE SCHED~ULE
PART VIII
L.So
Construct berms along Freeport Parkway,
using imported earth, and adjust all existing
utility appurtenances to match final grade
(valve boxes, pull boxes, fire hydrants,
manhole tops, etc.), complete in place
dollars,
and
cents per lump sum.
TOTAL LANDSCAPE ALTERNATE 4 (L-4A)
Signed
SECTION 00140 - BID FORM
PAGE 13
LANDSCAPE ALTERNATE $
BORING AND CONDUIT INSTALLATION. GATEWAY BOULEVARD
UNIT PRICE SCHEDULE
PART IX
TOTAL LANDSCAPE ALTERNATE 5 (L-5A) $
LANDSCAPE ALTERNATE 6
BORING AND CONDUIT INSTALLATION - FREEPORT PAR ~WAY
UNIT PRICE SCHEDULE
PART X
..................................................................... ~ ~i&ili~.ii ~ ......... l~i~.."~i~!l
L-6A 408* L.F. Dry bore under existing Freeport Parkway $ $ I
pavement, install 6" Sch. 40 PVC conduit,
I
in lieu of existing 4" irrigation conduits,
complete in place dollars
and cents per linear foot.
* No adjusunent to unitprice will be allowed on unit cost based on increase or dear of this quantity. I
I
TOTAL LANDSCAPE ALTERNATE 6 (L-6A)
Signed
SECTION 00140 - BID FORM
PAGE 14
LANDSCAPE ALTERNATE 7
BORING AND CONDUIT INSTALLATION. FREEPORT PAR KWAY
UNIT PRICE SCHEDULE
PART XI
L-7A L.F. Dry bore under existing Freeport Parkway $. $
pavement, install 2" Sch. 40 PVC conduit
for electric service (by others) to signs,
complete in place dollars
~d cents per linear foot.
* No adjustment to unit price will be allowed on unit cost based on increase or decr so of this quantity.
TOTAL LANDSCAPE ALTERNATE 7 (L-7A) $,
LANDSCAPE ALTERNATE 8
BORING AND CONDUIT INSTALLATION . GATEWAY BOULEVARD
UNIT PRICE SCHEDULE
PART XII
::~!.~i.~: ~-"~.~t~!~i~.i :""*~:'*~"" ': ' ~'':
~:~;~~:~: ~:~:~ ~:~fl~ ~'~:~ :~:~:~:::~:::: ...... .:.:.:~:~:~:,~:~,~:~:.~:.:.:.:e.~: :~:::.:::...~:::.:
paveme~ ~ 2" Sch. ~ PVC conduit
. for cl~c sc~i~ ~y o~rs) to si~,
~le~ ~ p~ dollgs
~d ~n~ ~r 1~ f~t.
* No adjus~em ~ ~t pfi~ w~ be ~low~ on ~t cost ~ on ~r~ or d~r of ~s q~fity. I
I
TOTAL LANDSCAPE ALTERNATE 8 (L-8A)
Signed
SECTION 00140 - BID FORM
PAGE 15
BID SUMMARY:
PART
II
III
IV
V
VI
VII
VIII
X
IX
X
LANDSCAPE - BASE BID
(Items L- 1 thrtl L-15) $
IRRIGATION - BASE BID
(Items I-1 thru 1-26)
PAVING - BASE BID
(Items P-1 thru P-16) $,
CONCRETE SIGNS - BASE BID
(Items CS-1 thru CS-g) -$.
LANDSCAPE ALTERNATE 1 ~ ADDITIVE BID
(Items AL-3 thru AL-6)
LANDSCAPE ALTERNATE 2
(Item L-2A)
LANDSCAPE ALTERNATE 3
(Item L-3A)
LANDSCAPE ALTERNATE 4
(Item L-4A)
LANDSCAPE ALTERNATE 5
(Item L-5A)
LANDSCAPE ALTERNATE 6
(Item L-6A)
LANDSCAPE ALTERNATE 7
(Item L-7A)
LANDSCAPE ALTERNATE 8
(Item L-8A)
TOTAL BASE BID $.
TOTAL ALTERNATIVES
BASE BID
Quantifies are not guaranteed. Final payment will be based on quantifies dete
methods described for each work item. Lump sum items greater than $10,000 must
itemized breakdown of costs.
1. BIDDER agrees that all Work will be complete within working day,~
Contract Time commences to run as provided in paragraph 2.3 of the General
BIDDER accepts the provisions of the Agreement as to liquidated damages
complete the Work on time.
2. Communications concerning this Bid shall be addressed to: ,
The address of BIDDER indicated below.
3. The terms used in this Bid which are defined in the General Conditions of
included as part of the Contract Documents have the meanings assigned
Conditions.
SUBMITTED on ,19
SIGNED
SECTION 00140 - BID FORM
ALT. BID
$
$
$
$
$,
$,
· nined by measurement
be accompanied by an
after the date when/he
Conditions. ~
the event of failure to
Construction Contract
them in the General
PAGEt -16
If BIDDER is:
An Individual
By.
(Individual's Name)
doing business as
Business address:
Phone No.:
A Partnership
By
(Firm Name)
(general partner)
Business address:
Phone No.:
A Corporation
By
(Corporation name)
By
(state of incorporation)
(name of person authorized to sign)
(Title)
(Corporate Seal)
Attest
(Secretary)
Business address:
Phone No.:
SECTION 00140 - BID FORM
PAGE 17
A Joint Venture
By.
By
(Each joint venturer must sign.
(Name)
(Address)
(Name)
(Address)
The manner of signing for each individ
aal, partnership and
corporation that is a part to the joint venture should be in the manner indJ
o0o
SECTION 00140 - BID FORM
cated above).
PAGE 18
Name of Firm:
Type of Firm:
Corporation
Address:
CONTRACTOR INFORMATION
Sole Proprietorship
Other
Phone Number:
Names and Titles of Principals"
I.R.S. Number:
SECTION 00140 - BID FORM
PAGE 19
BID AFFIDAVIT-
The undersigned certifies that thc bid prices contained in this bid have bee
and are submitted as eon'eot and final. Bidder further certifies and agrees
all commodities upon which prices are extended at the price offered, and
contained in the Specifications of the Invitation to Bid. The period of acce~
be calendar days from the date of the bid opening.
STATE OF · ' COUNTY OF
BEFORE ME, the undersigned authority, a Notary Public in and for the
on this day.personally appeared
duly sworn, did depose and say:
(name) am a duly authorized
(name of fa'm)
authorized to execute the foregoing on behalf of the said
(name of finn).
I hereby certify that the foregoing bid has not been prepared in collusion v
or individual(s) engaged in the same line of business prior to the official
Further, I certify that the Bidder is not now, nor has been for the past six
or indirectly concerned in any pool, agreement or combination thereof, to
services/commodities bid on, or to influence any individual(s) to bid or no
Name and Address of Bidder:
Telephone: ( ) By:
Title: Signature:
SUBSCRIBED AND SWORN to before me by the above named
on this the day of , 199__.
Notary Public in and for the S
SECTION 00140 - BID FORM
n carefully reviewed
:o furnish any and/or
upon the conditions
tance of this bid will
Rate of ,
vho after being by me
officer/agent for__
and have been duly
ith any other Bidder
opening of this bid.
(6) months, directly
control the price of
to bid thereon."
:ate of
PAGE 20
(pfin0
EXPERIENCE RECORD
List of similar projects your organization is now engaged in completing.
and telephone number of oWner, when completed and total cost.
List of surety bonds in force on above uncompleted work.
$
$
$
$
$
Li
List of similar projects your organization has successfully completed. List
telephone number of owner, when completed and total cost.
SECTION 00140 - BID FORM
st name and address,
tme and address, and
PAGE 21
DATA SHEET SUBMITTAL INFORMATION
List of equipment owned by bidder that is in serviceable condition and ava
job.
Portions of work that bidder proposes to sublet in case of award of
subcontractor name, amount of work, and type.
SECTION 00140 - BID FORM
lable for use on this
contract, including
PAGE 22
NOTICE
THE FOLLOWING BLANK SPACES IN THE CONTRACT AND BO
BE FILLED IN BY THE BIDDER AT THE TIME OF SUBMITTINC
THE CONTRACT AND BOND FORMS ARE SUBMITTED AT
FAMILIARIZE THE BIDDER WITH THE FORM OF CONTRA
WHICH THE SUCCESSFUL BIDDER WILL BE REQUIRED TO E',
SECTION 00140 - BID FORM
~IDS ARE NOT TO
HIS PROPOSAL.
THIS TIME TO
ur AND BONDS
~ECUTE.
PAGE 23
EJCDC
STANDARD FORM OF AGREEMENT
BETWEEN OWNER AND CONTRACTOR
ON THE BASIS OF A STIPULATED PRICE
THIS AOR~gMENT is dated as of the day of
and between the City of Coppell (hereinafter called OWNER) and
(hereinafter called CONTRACTOR).
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set
Article 1. WORK.
CONTRACTOR shall complete all Work as specified or indicated in the Contract E
generally described as follows:
LANDSCAPE AND IRRIGATION IMPROVEMENTS
The Project for which the Work under the Conlxact Documents may be the whole or
described as follows:
GATEWAY BUSINESS PARK - PHASE liB, LOCATED IN THE CITY OF
Article 2. ENGINEER.
The Project has been designed by:
Albert H. Halff Associates, Inc.
8616 Northwest Plaza Drive
Dallas, Texas 75225
who is hereinafte~ called F2qGINEF. R and who is to act as OWNER's representati~
responsibilities and have the rights and authority assigned to ENGINEER in the Conu~act
with completion of the Work in accordance with the Contract Documents.
Article 3. CONTRACT TIME.
3.1. The Work will be completed within working days from the date
commences to nm as provided in paragraph 2.3 of the General Conditions, and
final payment in accordance with paragraph 14.13 of the General Conditions wl
from the date when the Conlract Time commences to nm.
3:2. Liquidated Damages. OV~NE~ and CONTRACTOR recogniz~ that lime
Agreement and that OWNER will suffer financial loss if the Work is not co~
specified in paragraph 3.1 above, plus any extensions thereof allowed in accord~
General Conditions. They also recognize the delays, expense and difficulties inv(
or arbitration proceeding the ac0_~p~l loss suffered by OWNER if the Work is
Accordingly, instead of requiring any such proof, OWNER and CONTRACTO]
damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER Tw
.... dollars ($ 2,000.00 ) for each day that expires after the time specified in para
until the Work is complete.
Article 4. CONTRACT PRICE.
4.1. OWNER shall pay CONTRACTOR for completion of the Work in acco
Documents in current funds in accordance with the unit prices listed in Section
Contract Sum shall be the amount of $.
.in the year 19._ by
brth, agree as follows:
xmments. The Work is
only a part is generally
~OPPELL, TEXAS
;, assume aH duties and
Documents in connection
when He Con~act Time
cumple~l and ready for
Mn working days
of thc cs~enc~ of ~
nple~! within the times
ice with Article 12 of the
~lved in proving in a legal
not-completed on time.
t agree that as liquidated
o Thousand and No/100--
graph 3.1 for Completion
:dance with the Contract
00140 - Bid Form. The
1
Article $. PAYMENT PROCEDURES.
CONTRACTOR shall submit Applications for Payment in accordance with Article 14 o
Applications for Payment will be processed by ENGINEER as provided in the General
5.1. Progress Payments. OWNER shall make progress payments on account el
basis of CONTRACTOR's Applications for Payment as recommended by ENG
w day of each month during consUuction as provided below. All progress pay~
of the progress of the Work measured by the schedule of values established in
Conditions (and in the case of Unit Price Work based on the number of units
there is no schedule of values, as provided in ~he General Requirements.
5.1.1. Prior to Completion, progress payments will be made in an amou
indicated below, but, in each case, less the aggregate of payments previ
amounts as ENGINEER shall determine, or OWNER may withhold, in l
14.7 of the General Conditions.
90 _% of Work completed.
90 % of materials and equipment not incorporated in the We
stored and accompanied by documentation satisfactory to OWNER as p
of the General Conditions).
5.2. Final Payment. Upon final completion and acceptance of the Work in a~
14.13 of the General Conditions, OWNER shall pay the remainder of the Conm
by ENGINEER as provided in said paragraph 14.13.
Article 6. INTEREST.
No interest shall ever be due on late payments.
Article 7. CONTRACTOR'S REPRESENTATIONS.
In order to induce OWNER to enter into this Agreement CONTRACTOR makes the fei
7.1. CONTRACTOR has familiarized itself with the nature and extent of the C¢
site, locality, and all local conditions and Laws and Regulations that in any
progress, performance, or furnishing of the Work.
7.2. CONTRACTOR has studied carefully all reports of explorations and tests of
drawings of physical conditions which are identified in the Supplementary £
paragraph 4.2 of the General Conditions, and accepts the determination set forth
Supplementary Conditions of the extent of the technical data contained in such
which CONTRACTOR is entitled to rely.
7.3. CONTRACTOR has obtained and ~ref~y studied (or assumes respot
carefully studying) all such examinations, investigations, explorations, tests, repot
to or to supplement those referred to in paragraph 7.2 above) which pertain to
conditions at or contiguous to the site or otherwise may affect the cost, progress,
of the Work as CONTRACI~R considers necessary for the performance or fur
Contract Price, within the Contract Time and in accordance with the other tel
Contract Documents, including specifically the provisions of paragraph 4.2 of th
no additional examinations, investigations, explorations, tests, reports, studies, or:
are or will be required by CONTRACTOR for such purposes.
the General Conditions.
2onditions.
the Contract Price on the
[NEER, on or about the _
nents will be on the basis
agraph 2.9 of the General
tmpleted) or, in the event
at equal to the percentage
ously made and less such
ccordance with paragraph
(but delivered, suitably
rovided in paragraph 14.2
cordance with paragraph
ct Price as recommended
Lowing representations:
,ntract Documents, Work,
rammer may nffect cost,
subsurface conditions and
onditions as provided in
n paragraph SC-4.2 of the
~ports and drawings upon
:ibility for obtaining and
ts, and studies (in addition
he subsurface or physical
~erformance, or furnishing
tishing of the Work at the
ms and conditions of the
· .. General Conditions; and
;imilar information or data
2
7.4. CONTRACTOR has reviewed and checked all information and data shown or
Documents with respect to existing Underground Facilities at or contiguous
responsibility for-the accurate location of said Underground Facilities. No
investigations, explorations, tests, reports, studies, or similar information or
Underground Facilities are or will be required by CONTRACTOR in order to peff~
at the Conmact Price, within the Contract Time and in accordance with the othe~
the Contract Documents, including specifically the provisions of paragraph 4.3 o:
7.5. CONTRACTOR has correhted the results of all such observations, exa~
explorations, tests, reports, and studies with the terms and conditions of the Con
7.6 CONTRACTOR has given ENGINEER written notice of all conflicts, erron
has discovered in the Contract Documents and ~he written resolution thereof by
to CONTRACTOR.
Article 8. CONTRACT DOCUMENTS.
The Contract Documents which comprise the entire agreement between OWNER and C(
the Work consist of the following:
8.1. This Agreement (pages 1 to ~ inclusive).
8.2. Exhibits to this Agreement (pages _ to _, inclusive) bearing the following
8.3. Performance, Payment and Maintenance Bonds and Certificate of Insurance.
B, C and D and consisting of . pages.
.8.4. Notice of Award.
8.5. General Conditions (pages 1 to _, inclusive).
8.6. Supplementary Conditions (pages 1 to _, inclusive).
indicated on the Contract
~o the site and assumes
additional examinations,
data in respect of said
mn and furnish the Work
terms and conditions of
the General Conditions.
~inations, investigations,
·act Documents.
or discrepancies that he
~GINEF~ is acceptable
~FRACTOR concerning
eneral rifle.
identified as Exhibits A.
8./. Specifications bearing the rifle Construction Specifications and ConWact Docl bents for the Conslrucfion
of Landscape and Irrigation Improvements, Gateway Business Park Phase lib Co .~ell, Texas, for the City
of Coppell and consisting of Division __ thru Division __ and Appendix _ thru_ as listed in the Table
of Contents thereof. -
8.8. Drawings, consisting of a cover sheet and sheets numbered L-1 through P-2, nclusive with each sheet
bearing the following general rifle: "Landscape and Irrigation Improvements", Gat :way Business Park, City
of Coppell. Texas Phase IIC.
8.9 The following listed and numbered Addenda.
8.10. CONTRACTOR'S Bid (,pages 1 to_, inclusive) marked Division O-Bidding and Contract Documents
Section 00140-Bid Form.
8.11. Documentation submitted by CONTRACTOR prior to Notice of Award (~ ages- to __, inclusive)
bearing the following general rifle:
f the Agreement and are
lifying, or supplementing
ifions.
8.12. The following which may be delivered or issued after the Effective Date
not attached hereto: All Written Amendments and other documents amending, mo
the Contract Documents pursuant to paragraphs 3.4 and 3.5 of the General Con~
8.13. The documents listed in paragraphs 8.2 et seq. above are attached to
expressly noted otherwise above).
th is Agreement (except as
3
There are no Contract Documents other than those listed above in this Article 8. The Conl
be amended, modified, or supplemented as provided in paragraphs 3.4 and 3.5 of the Ge
Article 9. MISCELLANEOUS.
9.1. Terms used in this Agreement which are defined in Article 1 of the Genera
meanings indicated in the General Conditions.
9~1. No assignment by a party hereto of any rights under or interests in the Cc
binding on another party hereto without the written consent of the party sought to
but without limitation moneys that may become due and moneys that are due m/
such consent (except to the extent that the effect of this restriction may be lit
specifically stated to the contrary in any written consent to an assignment no ~
discharge the assignor from any duty or responsibility under the Contract Docu
9.3. OWNER and CONTRACTOR each binds itserf, its panners, suoc¢
representatives to the other party hereto, its partners, successors, assigns and lega
of aH covenants, agreements and obligations contained in the Contract Docume
Article 10. OTHER PROVISIONS.
IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in
each has been delivered to OWNER, CONTRACTOR and ENGINEER. All portions
have been signed or identified by OWNER and CONTRACTOR or by ENGINEER on
ract Documents may only
;neral Conditions.
Conditions will have the
~tract Documents will be
be bound; and specifically
y not be assigned without
~ited by law), and unless
ssignment will release or
llents.
~sors, assigns and legal
representatives in respect
dplicate. One counterpart
? the Contract Documents
heir behalf.
This Agreement will be effective on
OWNER: CITY OF COPPELL
P.O. BOX 409, 255 PARKWAY BLVD.
COPPELL, TEXAS 75019
BY:
TITLE:
ATTEST:
Address for giving notices:
ff OWNER is a public body, attach evidence of authority
to sign and resolution or other documents authorizing
execution of Agreement.)
CONTRACTOR:
BY:
TITLE:
ATTEST:
Address for giving notices:
(If Contractor is a Corp
to Sign.)
4
oration attach evidence of authority
This document has important legal consequences: COgSLll[al. lOil 'Wltll cLll attu~lAc)' is ~
respect to its completion ormodification.
STANDARD
GENERAl. CONI)ITIONS
OF TIq-E
CONSTRUCTION CONTRACT
Prepared by
Engineers' Joint Contract Documents Commitl
and
Issued and Published Jointly By
EFANI£RIF'''AN !
SOCIETY OF I
CIVIL
OUNOE3~'
PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE
. A practice division of the
NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS
AMERICAN CONSULTING ENGINEERS COUNCIL
AMERICAN SOCIETY OF CIVIL ENGINEERS
CONSTRUCTION SPECIFICATIONS INSTITUTE
This document has been a?.uroved and endorsed by
.... i~.. .~ ........
The Associated Gen'eral ~ Co2 America
tractors of
These General Conditions have been prepared for use with the Owner-Contractor
1910-8-A-I or 1910-8-A-2, 1983 editions). Their provisions are interrelated and a
necessitate a change in the others. Comments concerning their usage are contained in
on Agreements for Engiriee/:ing Services 'and Contract Documents, No.' i910-9,
guidance in the preparation of Supplementary ~'~i~(]iti0hg, 'see Guide to the Prepa
mentary Conditions (No. 1910-17, 1983 edition). When bidding is involved, the
Instructions to Bidders (No. 1910-12, 1983 edition) may be used.
No. 1910-8 (1983 Editio0)
~.greements (No.
ange in one may
the Commentary
781 'edition..For
ation of Supple-
Standard Form of
1983 National Society of Professional Engineers
2029 K Street, N.W., Washington, D.C. 20026
American Consulting Engineers Council
1015 15th Street, N.W., Washington, D.C. 20305
American Society of Civil Engineers
345 East 47th Street, New York, NY 10017
---' Construction specifications Institute
601 Madison St., Alexandria, VA 22314
TABLE OF CONTENTS OF GENERAL CONDITIONS ,,
Article
Number
1
2
3
5
6
7
8
9
10
11
12
13
14
15
16
17
Title
DEFINITIONS ......................................................
PRELIMINARY MATTERS ........................................
CONTRACT DOCUMENTS:
INTENT, AMENDING A. ND REUSE .............. .' ................
AVAILABILITY OF LANDS; PHYSICAL CONDITIONS:
REFERENCE POINTS ..............................................
BONDS AND INSURANCE ..: .....................................
CONTRACTOR'S RESPONSIBILITIES ............................
OTHER WORK ....................... ' ..............................
OWNER'S RESPONSIBILITIES ....................... ; ............
ENGINEER'S STATUS DURING CONSTRUCTION ..............
CHANGES IN THE WORK .........................................
CHANGE OF CONTRACT PRICE ..................................
CHANGE OF CONTRACT TIME ...................................
WARRANTY AND GUARANTEE: TESTS AND
INSPECTIONS; CORRECTION, REMOVAL OR
ACCEPTANCE OF DEFECTIVE WORK ...........................
PAYMENTS TO CONTRACTOR AND COMPLETION ............
SUSPENSION OF WORK AND TERMINATION ..................
ARBITRATION .....................................................
MISCELLANEOUS .................................................
Article or Paragraph
Nurnber
Acceptance of Insurance ............................. 5.13
Access to the Work .................................. 13.2
Addenda--definition of (see definition of
Specifications) ........................................ I'
Agreement---definition of ................................ I
All Risk Insurance ..................................... 5.6
Amendment, Written ............................. I, 3.1.1
Application for Payment~efinition of .................. 1
Application for Payment, Final ...................... 14.12
Application for Progress Payment .................... 14.2
Application for Progress Payment--review of .... 14.4-14.7
Arbitration ................................... · .......... 16
Authorized Variation in Work ......................... 9.5
Availability of Lands .................................. 4.1
Award, Notice of--defined .............................. I
Before Starting Construction ...................... 2.5-2.7
Bid--.=..de flnit ion of ....................................... !
Bonds and Insurance--in general ........................ 5
Bonds--definition of ..................................... 1
Bonds, Delivery of ............................... 2.1,5.1
'Bonds, Performance and Other .................... 5. I-5.2
Cash Allowances ..................................... 11.8
Change Order--definition or' ............................. I
Change Orders--to be executed ...................... 10.4
Changes in the Work ................................... I0
Claims, Waiver of---on Final Payment ............... 14.16
Clarifications and Interpretations ...................... 9.4
Cleaning ............................................. 6.17
Completion ............................................. 14
Completion, Substantial :. ....................... 14.8-14.9
Cont'erence. Preconstruction .......................... 2.8
Conflict, Error. Discrepancy--Contractor
to Report ...................................... 2.5, 3..3
Construction Machinery, Equipment, etc .............. 6.4
Continuing Work ..................................... 6.29
Contract Documents--amending and
supplementing .................................. 3.4-3.5
Contract Documentsmdefinition of ...................... 1
Contract Documents---Intent ...................... 3.1-3.3
Contract Documents--Reuse of ....................... 3.6
Contract Price, Change
Contract Price--definition ............................... 1
Contract Time, Change o{' .............................. 12
Contract Time, Commencement of .................... 2.3
'Contract T[me--definltion of ............................
Contractor---definition of ................................ I
Contractor May Stop Work or Terminate ............. 15.5
Contractor's Continuing Obligation .................. 14.15
Contractor's Duty to Report Discrepancy
in Documents .................................. 2.5, 3.2
Contractor's Fee--Cost Plus ... 11.4.5.6, 11.5.1, 11.6-11.7
Contractor's Liability Insurance ....................... 5.3
Contractor's Responsibilities--in general ................ 6
INDEX TO GENERAL CONDITIONS
Contractor's Warranty of Title ........................ 1-1.3
Contractors--other ...................................... 7
Contractual Liability Insurance ..... i ................. 5.4
Coordinating Contractor---definition ~ ................ 7.-~
Coordination ......................... 7.-~
Copies of Documents .................................. 2.2
Correction or Removal of Defective ¥ fork ........... 13.11
Correction Period, One Year ....................... 13.12
Correction, Removal or Acceptance ,c [' Defective
WorkMin general ........................... 13.1
Cost--net decrease ................................. 11.6.2
Cost of Work ......................... : .......... 11.4- I 1.5
Costs, Supplemental ................................ 11.4.5
Day~efinition of ....................................... 1
Defective--definition of ................................. 1
Defective Work, Acceptance of ...................... 13.13
Defective Work, Correction or Remo' tal o~' ..........13.11
Defective Work.&.in general ............. 13.14.7, 14.11
Defective Work. Rejecting ............................. 9.6
Definitions .............................................. 1
Delivery of Bonds ..................................... 2.1
Determination for Unit Prices .................. ' ...... 9.10
Disputes, Decisions by Engineer ................. 9.11-9.12
Documents, Copies of ................................. 2.2
Documents, Record .................................. 6. I9
Documents. Reuse .................................... 3.6
Drawings--definitio.n o[ ................................. 1
Easements .............................. - .................
Effective date of Agreement--definiti ~n o~' ............... I
Emergencies ......................................... 6.22
Engineer---definition of .................................. I
Engineer's Decisions ............................ 9.10-9.12
Engineer'smNotice Work is Acceptal}le ............. 1~'. 13
Engineer's Recommendation of Payment ...... t4.-?.
Engineer's Responsibilities. Limititic ns
on .................................. 6.6.9.11.9.13-9.16
Engineer's Status I~uring Construction--in general ...... 9
Equipment, Labor. Materials and .................. 6.3-6.6
Equivalent Materials and Equipment .................. 6.7
Explorations of physical conditions. ..................
Fee, Contractor's~Costs Plus ........................ I1.6
Field Order---definition of ............................... 1
Field Ordermissued by Engineer ................ 3.5.1.9..~
Final Application for Payment
Final Inspection ..................................... 14. I 1
Final Payment and Acceptance ...................... Ia. 13
Final Payment, Recommendation of .......... 14.1.3-14.
General Provisions .............................. 17.3-17.4
General Requirements---definition of .................... 1
General Requirements--principal
references to ................. 2.6 4.4.6.4.6.6-6.7, 6.23
Giving Notice ........................................ 17.1
Guarantee of Work--by Contractor ................... 13.1
Indemnification ................................. 6.30-6.32
Inspection, Final .................................... 14.11
Inspection. Tests and .................................. 13.3
Insurance. Bonds and--in general ....................... 5
Insurance, Certificates of ........................... 2.7, 5
Insurance--completed operations ...................... 5.3
Insurance, Contractor's Liability ...................... 5.3
Insurance, Contractual Liability ....................... 5.4
Insurance, Owner's Liability .......................... 5.5
Insurance, Property .............................. 5.6-5.13
Insurance--Waiver of Rights ......................... 5.11
Intent of Contract Documents ................... 3.3, 9.14
Interpretations and Clarifications ...................... 9.4
Investigations of physical conditions ................... 4.2
Labor, Materials and Equipment .................. 6.3-6.5
Laws and Regulations~efinition of ..................... 1
Laws and Regulations-general ....................... 6.14
Liability Insurance--Contractor's ..................... 5.3
Liability Insurance--Owner's ......................... 5.5
Liens~definitions of ................................ 14.2
Limitations on Engineer's
Responsibilities ..................... 6.6, 9.11, 9.13-9.16
Materials and equipment--furnished by Contractor .... 6.3
Materials and equipment--not
incorporated in Work .............................. 14.2
Materials or equipment--equivalent ................... 6.7
Miscellaneous Provisions ............................... 17
Multi-prime contracts ................................... 7
Notice, Giving of ..................................... 17.1
Notice of Acceptability of Project ................... 14.13
Notice of Award--definition of .......................... I
Notice to Proceed--definition of ......................... 1
Notice to Proceed--giving of .......................... 2.3
"Or-Equal" Items ..... : ............................... 6.7
Other contractors ....................................... 7
Other work .............................................. 7
Overtime Work--prohibition of ........................ 6.3
Owner--definition of .................................... 1
Owner May Correct Defective Work ................. 13.14
Owner May Stop Work ................................ 13.10
Owner May Suspend Work, Terminate .......... I~5.1-15.4
Owner's Duty to Execute Change Orders ............. 11.8
Owner's Liability Insurance ........................... 5.5
Owner's Representative--Engineer to serve as ........ 9.1
Owner's Responsibilities--in general .................... 8
Owner's Separate Representative at site ............... 9.3
Partial Utilization ................................... 14.10
Partial Utilization--definition of ......................... 1
Partial Utilization~Property Insurance ............... 5.15
Patent Fees and Royalties ............................ 6.12
Payments, Recommendation of ........... 14.4-14.7, 14.13
'Payments to Contractor--in general .................... 14
~ 'J" ' "'.""' ' ' "' "' ' " " : ·
Payments to Contractor--when due ........... 14.4, 14.13
P~4t~nts to Contractor--withholding ................ 14.7
Performance and other Bonds ..................... 5.1-5.2
Pen'nits ............................................... 6.13
Physical Conditions ................................... 4.2
Physical Conditions--Engineer's revie
Physical Conditions--existing structur
Physical Conditions--explorations an(
Physical Conditions--possible docum~
Physical Conditions--price and time a
Physical Conditions--report of diffefi~
Physical Conditions--Underground F~
w ............. 4.2.~
~'s ............. 4.2.2
reports ....... 4.2.1
nt change ..... 4.2.5
tjustments .... 4.2.5
g ............. 4.2.3
.cilities .......... 4.3
Preconstruction Conference ........................... 2.8
Preliminary Matters ..................................... 2
Premises, Use of ................. . ................6.16-6. I8
Price, Change of Contract ............................. I
Price-Contract--definition of ............................. I
Progress Payment, Applications for .................. 14.2
Progress Payment--retainave .......................... 14.2
Prom-ess chedule ............... 22 _9, 6.6, 6._9, 1 .... 6
Project--definition of .................................. I
Project Representation--provision for ................. 9.3
Project Representative, Resident--del inition of ..........1
Project, Starting the .................................... 2.2
Property Insurahce .............................. 5.6-5.13
Property Insurance--Partial Utilizatk n ............... $.
Property Insurance--Receipt and Apl: lication
of Proceeds .................................... 5.12-5.13
Protection, Safety and .......... ::. ..............-. 6.20,6.2!
Punch list ........................................... 14.1
Recom~nendation of Payment .................. I4.4, 12.13
Record Documents .................................... 6.19
Reference Points .- ........................................
Regulations, Laws and ............................... 6.1-:
Rejecting Defective Work ........................... 9.6
Related Work at Site .............................. 7.1-7.3
Remedies Not Exclusive ............................. 17..2'
Removal or Correction of Defective /ork ........... 13.11
Resident Project Representative--de inition of ...........
Resident Project Representative~prc vision for ........ 9.-:
Responsibilities, Contractor's-:-. in ge~e,'21 ............... 6
Responsibilities, En~neer's~ir~ gene ra[ ................. 9
Responsibilities. Owner's--in general ....................
Retainage ............................................ 1~.2
Reuse of Documents ................................... ~.~
Rights of Way .......................................... 4.
Royalties, Patent Fees and ............................ 6.12
Safety and Protection ' 6.20-6.2!
Samples ' 6.23-6.25
Schedule of progress ........ 2.6, 8-2.9, 6.6, 6.29, 15.2.6
Schedule of Shop Drawing
submissions ..................... 2.6.2.8-2.9, 6.23, 14.1
Schedule of values ....................... 2.6, 2.8-2.9, 14.1
Schedules, Finalizing ................................... 2.9
Shop Drawings and Samples .................... 6.23-6.28
Shop Drawings~definition of ............................. 1
Shop Drawings, use toappro~e
substitutions ....................................... 6.7.3
Site. Visits to---by Engineer ........................... 9.2
Specifications--definition of ............................. 1
Starting Construction. Before ... t .................. 2.5-2.8
Starting the Project .................................... 2,4
Stopping Work--by Contractor ....................... 15.5
Stopping Work--by Owner .......................... 13.10
Subcontractor--definition of ....................... · ...... 1
Subcontractors--in genera[ ....................... 6.8-6. I I
Subcontracts.~required provisions ............ 5.1 I. 1, 6.11
11.4.3
Substantial Comp[¢tJ. on--ce~ification of .............. 14.$
Substantial Completion---definition of .................... 1
Substitute or "Or-Equal" Items ....................... 6.7
Subsurface Conditions ............................. 4.2-4,3
Supplemental costs ................................. 11.4.5
Supplementary Conditiorts.---definition of ................ I
Supplementary Conditions---principal
references to .. 2.2, 4.2.5.1, 5.3, 5.6-5.8, 6.3, 6.13, 6.23.
7.4.9.3
Supplementing Contract Documents ............... 3.4-3.5
Supplier--definition of
Supplier--principal references to ... 3.6, 6.5, 6.7-6.9, 6.20.
6.24, 9.13, 9.16, Il.g, 13.4, 14.12
Surety--consent to payment .................. 14.12. 14. I4
Surety--Engineer has no duty to ..................... 9.13
Suretymnotice to .......................... 10.1, 10.5, 15.2
Surety--qualification of ........................... 5.1-5.2
Suspending Work, by Owner ......................... 15.1
Suspension of Work and Terminationmin general ....... 15
Superintendent--Contractor's ......................... 6.2
Supervision and Superintendence .................. 6.1-6.2
Taxes--Payment by Contractor ....................... 6.15
Termination--by Contractor .......................... 15.5
Termination--by Owner ......................... 15.2-15.a
Termination, Suspension of Work and--in general ...... 15
Tests and Inspections ........................... 13.3-13.7
Time, Change of' Contract .............................. 12
Time.'Computation of .......... , ...................... 17.2
Time. Contract--definition of ..., .........................
Uncovering Work ................................ 13.$-13.9
Underground Facilities---d¢finitic of .................. I
Underground Facilities--not sho,~'n or indicated ..... a.3.2
Underground Facilities-~protecti ~n o/' ........... 4.3.6.20
Underground Facilities--shown r indicated ......... -:'.$.1
Unit Price Work--definition of
Unit Price Work--general ................. 11.9. 14.1. 14.5
Un-it Prices ........................................ 11.3.
Unit Prices, Determinations for ...................... 9.10
Use of Premises ................ , ................ 6.16-6.18
Utility owners .................. , ....... 6.13.6.20.7.2-7.3
Values, Schedule of ......................... 2.6.2.9. I-'.. I
Variations in Work--Authorized ........... 6.25.6.27.9.5
Visits to Site--by Engineer ..... , ...................... 9.2
Waiver of Claims--on Final Pay ent ................ 14. I6
Waiver of Rights by insured par'ti, :s ............. 5.10.6. I 1
Warranty and Guarantee--by Co~tractor ............. 13. l
Warranty of Title, Contractor's ....................... 14.3
Work, Access: to ............... ~ ..................... 13.2
Work--by others ............... , ........................7
Work Continuir{g During Dispute.~ .................... 6.29
Work, Cost of .................................. 11.4-11.5
Work--definition of ............ ~ ...........'. ............ l
Work Directive Change--definiticn of ...................
Work Directive Change--pr:nc:pa
references to ........................... 3.~..3. 10.1-i0.2
Work, Neglected by Contractor .................... 13.1.:'
Work, Stopping b.y Contractor ......................... 15.5
Work, Stopping by Owner ............ ~ ........... 15.1-15.-:'
Written Amendment---definition
Written Amendment--principal
references to .................
GENERAL CONDITIONS
ARTICLE I--DEFINITIONS
Wherever used in these General Conditions or in the other
Contract Documents the following terms have the meanings
indicated which are applicable to both the singular and plur"al
thereof:
Addenda--Written or graphic instruments issued prior to the
opening of Bids which clarify, correct or change the bidding
documents or the Contract Documents.
Agreement--The written agreement between OWNER and
CONTRACTOR covering the Work to be performed; 6ther
Contract Documents are attached to the Agreement and made
a part thereof as provided therein.
Application for Payment--The form accepted by ENGI-
NEER which is to be used by CONTRACTOR in requesting
progress or final payments and which is to include such sup-
porting documentation as is required by the Contract
Documents.
Bid--The offer or proposal of the bidder submitted on the
prescribed form setting forth the prices for the Work to be
performed.
Bonds--Bid, performance and payment bonds and other
instruments of' security.
Change Order--A document recommended by ENGINEER.
which is signed by CONTRACTOR and OWNER and autho-
rizes an addition, deletion or revision in the Work, or an
adjustment in the Contract Price or the Contract Time. issued
on or after the Effective Date of the Agreement.
Contract Documents--The Agreement. Addenda (which per-
tain to the Contract Documents). CONTRACTOR's Bid
(including documentation accompanying the Bid and any post-
Bid documentation submitted pr/or to the Notice of Award)
when attached as an exhibit to the Agreement. the Bonds.
these General Conditions, the Supplementary Conditions. the
Specifications and the Drawings as the same are more spe-
cifically identified in the Agreement, together with all amend-
ments, modifications and supplements issued pursuant to
paragraphs 3.4 and 3.5 on or after the Effective Date of' the
Agreement.
Contract Price--The moneys payable by OWNER to CON-
.TRACTOR under the Contract Documents as stated in the
Agreement (subject to the provisions of paragraph 11.9.1 in
the case of Unit Price Work).
Contract Time--The number of days (computed as provided
in paragraph 1.7.2) or the date stated, in the Agreement for the
completion of the Work. . - -- . - ...-
CONTRACTOR--TThe person, firm or corporation with Whom
OWNER has-entered into the Agreement. ' ~' i
· '.. - ' · ....:..'.: ~':. ::-":"7
clef eerie, e--An adjective which when m,
refers to Work that is unsatisfactory',
does not conform to the Contract Dc
meet the requirements of any inspectio
test or approval referred to in the Co
has been damaged prior to ENGINEI
of final payment {unless responsibility fo
has been assumed by OWNER at Sub:
accordance with paragraph 14.8 or 14.
Drawings--The drawings which show ti
of the Work to be performed and whic
or approved by ENGINEER and are
tract Documents.
Effective Date of the Agreement--Th
Agreement on which it becomes effecti
is indicated it means the date on whi
signed and delivered by the last of the t
deliver.
ENGINEER--The person, firm or corp,
in the Agreement.
Field Order--X"written order issued b
orders minor changes in the Work in
~aph 9.5 but which does not involve a
Price or the Contract Time.
General Requirements--Sections of Di
fications.
Laws and Regulations: Laws or Re'gtd
regulations, ordinarrces, codes and/or
Notice of Award--The written notic
apparent successful bidder stating that
the apparent successful bidder with the
enumerated therein, within the time sp,
sign and deliver the Agreement.
Notice to Proceed--A written notice
CONTRACTOR (with a copy to ENGIi
on which the Contract Time will com~
which CONTRACTOR shall start to
TOR'S obligations under the Contract
OWNER--The public body or authori~
clarion, firm or person with whom CONT
into the Agreement and for whom the W
Partial Utilization--Placing a portion o
for the purpose for which it is intended
before reaching Substantial Completior
Project--The total construction of Wi'
provided under the Contract Dokumen
or a parr as indicated elsewhere in. th~:,
Resident Project RepresentaHve--The
tative of ENGINEER who is ~signed
· thereof.'i4./; ........ :.-.: -. ::_ :- :...:.
difying the word Work
faulty or deficient, or
cuments, or does not
n. reference standard·
atract Documents. or
iR's recommendation
· the protection thereof'
;tantial Completion in
tO).
~e character and scoFe
a have been prepared
:fen'ed to in the Con-
date indicated in the
re. but if no such date
ch the Agreement is
uo parties to sign and
)ration named as such
t ENGINEER which
:cordance with para-
range in tile Contract
vision 1 of the Speci-
.aliGns--Laws. rules.
triers.
by OWNER to the
upon compliance by
conditions precedem
:rifled. OWNER will
:iven by OWNER to
IEER) fl:ring the date
hence to run and on
,efform CONTRAC-
)ocuments.
t', corporation, asso-
.:L~.CTOR has entered
~rk is to be provided.
:' the Work in service
or a related purpose~
for all the Work.
ich the Work to be
s may be the whole.
;ontract Documents.
authorized represen-
the site or any part
Shop Drawings--All drawings, diagrams, illustrations,
schedules and other data which are specifically prepared by
or for CONTRACTOR to illustrate some portion of the Work
and all illustrations, brochures, standard schedules, perfor-
mance charts, instructions, diagrams and other information
prepared by a Supplier and submitted by CONTRACTOR to
illustrate mater/al or equipment for some portion of the Work.
Specifications--Those portions of the Contract Documents
consisting of written technical descriptions of materials,
equipment, construction systems, standards and workman-
ship as applied to the Work and certain administrative details
applicable thereto.
Subcontractor--An individual, firm or corporation having a
direct contract with CONTRACTOR or with any other Sub-
contractor for the performance of a part of the Work at the
site.
Substantial Completion--The Work (or a specified part thereof)
has progressed to the point where, in the opinion of ENGI-
NEER as evidenced by ENGINEER's definitive certificate
of Substantial Completion, it is sufficiently complete, in
accordance with the Contract Documents, so that the Work
(or specified part} can be utilized for the purposes for which
it is intended; or if there be no such certificate issued, when
final payment is due in accordance with paragraph 14.13. The
terms "substantially complete" and "substantially com-
pleted'' as applied to any Work refer to Substantial ~omple-
tion thereof.
Supplementary Conditions--The part of the Contract Docu-
ments which amends or supplements these General Condi-
tions.
Supplier--A manufacturer, fabricator, supplier, distributor,
materialman or vendor.
U.ndergroundFacilities--All pipelines, conduits, ducts, cables,
w~res, manholes, vaults, tanks, tunnels or other such facilities
or attachments, and any encasements containing such facil-
ities which have been installed underground to furnish any of
the following services or materials: electricity, gases, steam.
liquid petroleum products, telephone or other communica-
tions, cable television, sewage and drainage removal, traffic
or other control systems or water.
Unit Price Work--Work to be paid for on the basis of unit
prices.
Work--The entire completed construction or the various sep-
arately identifiable parts thereof required to be furnished
under the Contract Documents. Work is the result of per-
forming services, furnishing labor and furnishing and incor-
porating materials and equipment into the construction, all
as required by the Contract Documents.
Work Directive. Change--A written directive to CONTRAC-
TOR, issued orr or after the Effective Date of the Agreement
and signed by OWNER :ired recommended by ENGINEER,
ordc~ng an addition, deletion or
responding to differing or unforeseer
which the Work is to be performed
4.2 or 4.3 or to emergencies under
Directive Change may not change
Contract Time, but is evidence th:
the change directed or document
Change will be incorporated in a sut
Order following negotiations by the
any, on the Contract Price or Con~
paragraph 10.2.
Written Araendment--A written an
Documents, signed by OWNER ar
after the Effective Date of the Agre
ing with the nonengineering or nonte
Work-related aspects of the Contra
ARTICLE 2--PRELIMINARY M,
Delivery of B. onds:
2.1. Whe~ CONTRACTOR deli
ments to OWNER, CONTILa. CT(
OWNER such Bonds as CONTRA(
furnish in accordance with paragra
Copies of Documents:
2.2. OWNER shall furnish to
copies (unless otherwise specified in
ditions) of the Contract Document
essary for the execution of the Wo~
be furnished, upon request, at the
Commencement of Contract Time; ?~
2.3. The Contract Time will c,
thirtieth day after the Effective Dat~
a Notice to Proceed is given[, on
~otice to Proceed. A Notice to Pro,
time within thirty, days after the Eft,
ment. In no event will the Contrac~
later than the seventy-fifth day afte
or the thirtieth day after the Effectiv
whichever date is earlier.
Starting the Project:
2.4. CONTRACTOR shall start
the date when the Contract Time ct
Work shall be done at the site prior
Contract Time commences to run,
Before Starting Construction:
2.5. Before undertaking each p
TRACTOR shall carefully study an
. Documents and check and verify
:cvisiofi in the Work. or
physical conditions under
as provided in para~aph
paragraph 6.22. A Work
the Contract Price or the
tt the panics expec: that
.'d by a Work Directive
~sequently issued Change
parties as to its effec:, if
tact Time as provided in
tendment of the Contract
d CONTRACTOR on or
:ment and normally deal-
:hnical rather than strictly
:t Documents.
~.TTERS
vets the executed A~ee-
)R shall also deliver to
."FOR may be required to
~h 5.1. ,
ONTRACTOR up [o rea
the Supplementary Con-
i as are reasonably nec-
k..Additional copies w!il
~st of reproduction.
tice toProceed:
>mmence to run on tee
: of the-Agreement...or. ',2'
:he day indicated i.
:ced may be given ~: an.'.'
:clive Date of the -~* ....
Time commence to
r the day of Bid opening
.' Date of the Agreement.
to perform the Work on
.mmences to run, but no
to the date on which the
art of the Work, CON-
compare the Contract
ertinent figures shown
thereon and all applicable field measurements. CONTRAC-
TOR shall promptly report in writing to ENGINEER any
conflict, error or discrepancy which CONTRACTOR may
discover and shall obtain a written interpretation or clarifi-
cation from ENGINEER before proceeding with any Work
affected thereby; however, CONTRACTOR shall not be lia-
ble to OWNER or ENGINEER for failure to report any
conflict, error or discrepancy in the Contract Documents,
unless CONTRACTOR had actual knowledge thereof or should
reasonably have known thereoL
2.6. Within ten days alter the Effective Date of the Agree-
ment (unless otherwise specified in the General Require-
ments), CONTRACTOR shall submit to ENGINEER for
review:
2.6.1. an estimated progress schedule indicating the
starting and completion dates of the various stages of the
Work;
2.6.2. a preliminary schedule of Shop Drawing sub-
missions; and
2.6.3. a preliminary schedule of values for all of the
Work which wP include quantities and prices of items
aggregating the Contract Price and will subdivide the Work
into component pans in sufficient detail to serve as the
basis for progress payments during construction. Such
prices will include an appropriate amount of overhead and
profit applicable to each item of Work which will .be con-
firmed in writing by CONTRACTOR at the time of sub-
mission.
2.7. Before any Work at the site is started, CONTIL-~C-
TOR shall deliver to OWNER, with a copy to ENGINEER,
certificates (and other evidence of insurance requested by
OWNER) which CONTRACTOR is required to purchase and
maintain in accordance with paragraphs 5.3 and 5.4, and
OWNER shall deliver to CONTRACTOR certificates (and
other evidence of insurance requested by CONTRACTOR)
which OWNER is required to purchase and maintain in
accordance with paragraphs 5.6 and 5.7.
Preconstruction Conference:
2.8. Within twenty days after the Effective Date of the
A~eement, but before CONTRACTOR starts the Work at
the site, a conference attended by CONTRACTOR, ENGI-
NEER and others as appropriate will be held to discuss the
schedules referred to in paragraph 2.6, to discuss procedures
-for handling Shop Drawings and other submittals and for
processing Applications for Payment, and to establish a working
understanding among the parties as to the Work.
FinaF-tz. ing Schedults:
2.9..At least ten days befOre' submission o'fthe first Appli-
'cation for Payment a conference attended by CONTRAC-
TOR, ENGINEER and others as appropriate will be held to
finalize the schedules iubthitted in accordance' with para-
graph 2.6. The finalized progress schc
to ENGINEER as lX~oviding an ord¢
Work to completion within the Cot
acceptance will neither impose on EN(
for the pro~ess or scheduling of the
TRACTOR from full responsibility
schedule of Shop Drawing submissio
ENGINEER as providing a workable
cessing the submissions. The finalized
be acceptable to F~xlGINEER as to fo
ARTICLE 3--CONTRACT DOCL
.-MMENDING. REUSI
Intent:
3.1. The Contract Documents con
ment between OWNER and CONTR/
Work. The Contract Documents are c,
called for by one is as binding as if
Contract Documents will be constru,
the law of the place of the Project.
3.2. It is the intent of the Contract i
a functionally complete Project (or p
str:ucted in accordance with the C0n~
Work, materials or equipment that ma~
from the Contract Documents as beir
the intended result will be supplied wN
called for. When words which hav'e.-~
or trade meaning are used to descril
equipment such words shall be interpr~
that meaning. Reference to standard:
or codes of any technical society, orgm
or to the Laws or Regulations of any g,
whether such reference be specific o
mean the latest standant specification,
or Regulations in effect at the time of,
the Effective Date of the Agreement:
except as may be other, vise specificall
provision of any =ferenced standard
or code (whether or no~ specifically inc
in the Contract Documents) shall be,
duties and responsibilities of OWNE
ENGINEER., or any of their consutta
ecs from those set forth in the Contrac
it be effective to assign_ to ENGINE
NEER's consultants, agents or em
authority to supervise or direct the fur~
of the Work or any duty or authority
bility contrary to the provisions of p
Clarifications and interpretations of th
shall be issued by ENGhNEER as pro
3.3. If, during the performance ofl
.. TOR finds a conflict, error or discre
. Documents, CONTRACTOR shall so
.: in writingat once andbefore proceedinl
thereby shall obtain a written interpt
~ule will be acceptable
rly progression of the
~tract Time. but such
}INEER responsibility
lork nor relieve CON-
here[or. The finalized
s will be acceptable to
arrangement for pro-
schedule of values wiii
rm and substance.
'MENTS: INTENT.
iprise the entire agree-
,CTOR concerni'ng the
)mplementary; what is
called for by all. The
:d in accordance with
3ocumentsi to describe
~rt thereof) to be con-
ract Documents.:Any
reasonably be inferred
g required to produce
:ther or not specifically
well-known technica~:
~e Work. materials or
ted in accordance with
~eci.fications. manuals
nzanon or association.
~vernmental authority.
: by implication, shall
manual, code or Laws
)parting of Bids (or, on
there were no Bids~.
~ stated. However. no
specification, manual
~t'porated by reference
:ffective to change the
?,, CONTiL-kCTOR or
nts, agents or employ-
i Documents, nor shall
ER, or any of ENGI-
~loyees, any duty or
fishing or performance
~o undertake responsi-
aragraph 9.15 or 9.16.
e Contract Documents
tided in paragraph 9.4..
he Work, CONTRAC-
pancyin the Contract
report to ENGINEER
with the Work affected
elation or clarification
from ENGINEER; however, CONTRACTOR shall not be
liable to OWNER or ENGINEER for failure to report any
conflict, error or discrepancy in the Contract Documents
unless CONTRACTOR had actual knowledge thereof or should
reasonably have known thereof.
Amending and Supplementing Contract Documents:
3.4. The Contract Documents may be amended to pro-
vide for additions, deletions and revisions in the Work or to
modify the terms and conditions thereof' in one or more of
the following ways:
3.4.1. a formal Written Amendment,
3.4.2. a Change Order {pursuant to paragraph 10.4),
or
3.4.3· a Work Directive Change (pursuant to para-
graph I0. I).
As indicated in paragraphs 11.2 and 12. I, Contract Pdce and
Contract Time may only be changed by a Change Order or a
Written Amendment.
3.5. In addition, the requirements ofthe Contract Docu-
ments may be supplemented, and minor variations and devia-
tions in the Work may be authorized, in one or more of' the
following ways:
3.5.1. a Field Order (pursuant to paragraph 9.5),
3.5.2. ENGINEER's approval of a Shop Drawing or
sample (pursuant to paragraphs 6.26 and 6.27), or
3.5.3. ENGINEER's written interpretation or clarifi-
cation {pursuant to paragraph 9.4).
Reuse of Documents:
3.6. Neither CONTRACTOR nor any Subcontractor or
Supplier or other person or organization performing or fur-
nishing any of' the Work under a direct or indirect contract
with OWNER shall have or acquire any title to or ownershio
rights in any of the Drawings, Specifications or other
merits (or copies of any thereof) prepared by or bearing the
seal of ENGINEER; and they shall not reuse any of them on
extensions of the Project or any other project without v,~tten
consent of OWNER and ENGINEER and specific written
verification or adaptation by ENGINEER.
ARTICLE 4~AVAILABILITY OF LANDS; PHYSICAL
CONDITIONS; REFERENCE POINTS
Availability of Lands:
4.1. OWNER shall furnish, as indicated in the Contract
Documents,-the lands upon which the Work is to be per-
formed, rights-of-way and easements for access thereto, and
::'-~".!- :..'. ~- :'.'-- '--,-; · .- . :7;'.~.. '~:: ' · .'.:.-:~
such other lands which are
TRACTOR. Easements for
nent changes in existing fac
for by OWNER. unless othe
Documents. If CONTRAC'I
OWNER's furnishing these
merits entitles CONTRACT(
tract Tune. CONTRACTOR
provided in Article 12. CON'
additional lands and access ~
temporary, construction facil
equipment.
Phy$icttl Conditio ns:
4.2.1. Explorations at
to the Supplementary Cone
reports of explorations ant
at the site that have been u
aration of the Contract Do,
rely upon the accuracy of
such reports, but not upor
tions or opinions contained
thereof for CONTRACTC
cared in ihe immediately p
graph 4.2.6, CONTRACT{
with respect to subsurface
4.2.2. Existing Strucn
Supplementary, Condition
drawings of physical condi
surface and subsurface stt
Facilities referred to in
contiguous to the site that
NEER in preparation of th
TRACTOR may rely upon
data contained in such dra~
ness thereof for CONTRA
indicated in the immediate
paragraph 4.2.6, CONTRA
sibility with respect to
to such structures.
4.2.3. Report of Differfi
TOR believes that:
4.2.3.1. any technic:
TOR is entitled to rely
and 4.2.2 is inaccurate,
4.2.3.2. any physi~
tesignated for the use of CON-
~ermanent structures or ge:ma-
lities will be obtained and paid
rwise provided in the Contract
OR believes that any de!ay in
lands, rights-of, way or ~se-
)R to an extension of t~e Con-
may make a c!aim therefor as
FRACTOR shall provide for afl
~ereto that may be required for
ties or storage of materi~s and
d'Reports: Reference is made
itions for identification of those
I tests of subsurface condififns
tilized by ENGINEER in
:uments. CONTRACTO.:~ may
~he technical data contained in
nontechnical data. inte.-:reta-
therein or for the comple(eness
R's purposes. Except as indi-
receding sentence and in .:ara-
tR shall have full responsibiiit7
conditions at the site.
'es: Reference is made to t~e
; for identification of -'-.::.ese
tions in or relating to exi::ing
uctures (except Underg':und
~ragraph 4.3} which are :_: or
have .been utilized by ENGI-
e Contract Documents. CON-
the accuracy of the teckaiczl
'ings. but not for the corec!ere-
CTOR's purposes. ExeS.ct as
ty preceding sentence azd in
CTOR shall have full re:ron-
sical conditions in or
tg Conditions: If CONTR.-'.C-
tl data on which CONTR.:.C-
s provided in paragraphs -:'.2. I
:al condition uncovered or
revealed at the site differs materially fzom .that indi-
cated, reflected or refe red to in the Contract Decu-
menu,
CONTRACTOR shall, pn mptly after becoming aware
thereof and before perfornfing any 'Work in connection
therewith (except in an em~:rgency as permitted'by
graph 6.22), notify OWNE~ ~, and ENGINEER in writing
'about the i.naccuracy or dill erence.' ' -
:-."- .. .. ..
4.2.4. ENGINEER's Review: ENGINEER will
promptly review the pertinent conditions, determine the
necessity of obtaining additional explorations or tests with
respect thereto and advise OWNER in writing (with a copy
to CONTRACTOR) of ENGINEER's findings and con-
clusions.
4.2.5. Possible Document Change: If ENGINEER
concludes that there is a material error in the Contract
Documents or that because of newly discovered condi-
tions a change in the Contract Documents is required, a
Work Directive Change or a Change Order will be issued
as provided in Article 10 to reflect and document the
consequences of the inaccuracy or difference.
4-.2.6. Possible Price and Time Adjustments: In each
such case. an increase or decrease in the Contract Price
or an extension or shortening of the Contract Time, or any
combination thereof, will be allowable to the extent that
they are attributable to any such inaccuracy or difference.
If OWNER and CONTRACTOR are unable to agree as to
the amount or length thereof, a claim may be made therefor
aa provided in Articles I I and 12.
Physical Conditions--Underground Facilities:
4.3.1. Shown or Indicated: The information and data
shown or indicated in the Contract Documents with respect
to existing Underground Facilities at or contiguous to the
site is based on information and data furnished to OWNER
or ENGINEER by the owners of such Underground Facil-
ities or by others. Unless it is otherwise expressly pro-
vided in the Supplementary Conditions:
4.3.1.1. OWNER and ENGINEER shall not be
responsible for the accuracy or completeness of any
such information or data; and,
4.3.1.2. CONTRACTOR shall have full responsi-
bility for reviewing and checking all such information
and data, for locating all Underground Facilities shown
or indicated in the Contract Documents, for coordina-
tion of the Work with the owners of such Underground
Facilities during construction, for the safety and pro-
tection thereof as provided in paragraph 6.20 and
repairing any damage thereto resulting from the Work,
the cost of all of which will be considered as having
been included in the Contract Price.
deterrhine the extent to which the
should be modified to reflect and,
quences of the existence of the Unde
the Contract Documents will be amer
to the extent necessary. During suc
TOR shall be responsible for the sar
such Underground Facility as provid
CONTRACTOR shall be allowed an
tract Price or an extension of the Co
to the extent that they are attributab
any Underground Facility that was n,
in thc Contract Documents and wi'
could not reasonably have been exp
If the parties are unable to a~ee as tc
thereof, CONTRACTOR may mak,
provided in Articles ! 1 and 12.
Reference Points:
4.4. OWNER shall provide enginee
lish reference points for construction wi
judgment are necessary to enable CON]
with the Work. CONTRACTOR shall
lng out the Work. {'unless otherwise
Requirements). shall protect and pre:
reference points and shall make no cl
without the prior written approval of.O
TOR shall report to ENGINEER wN
point is lost or destroyed or requires
necessary changes in grades or location
sible for the accurate replacement or r
erence points by professionally qualifie
ARTICLE 5---BONDS AND INSUR7
Performance and Other Bonds:
2ontract Documents
ocument the conse-
:ground Facility. and
ded or supplemented
h time. CONTRAC-
:ty and protection of
ed in paragraph 6.20.
ncrease in the Con-
atract Time. or both.
te to the existence of
}t shown or indicated
ich CONTtL-kCTOR
:cted to be aware of.
the amount or length
a claim therefor as
ng surveys to estab-
dch in ENGINEER's
RACTOR to proceed
e responsible for lav-
:cified in the Gene~l
eryc thc established
~anges or relocations
WNER. CONTRAC-
,.never any reference
· elocution because of
;. and shall be respon-
:location of such ref-
d personnel.
NCE
5.1. CONTRACTOR shall furnish performance and pay-
merit,. Bonds, each in an amount at l.east equal to the Contract
Pric. as security for the faithful performance and payment of
all CONTRACTOR's oblitzations und~.r the Contract Docu-
ments. These Bonds shall remain in e :feet at least until one
year after the date when final pavmen~ becomes due. exceot
as otherwise provided by Law or Reg
tract Documents. CONTIL-kCTOR si
other Bonds as are required by the
lions. All Bonds shall be in the form.~
Regulation or by the Contract Docun
by such sureties as are named' in the
panes Holding Certificates of Authofi
ties on Federal Bonds and as Accep~
panics" as published in Circular 570 (:
Staff Bureau of Accounts, U.S. Tre,'
Bonds signed by an agent must be acc~
copy of the authority to act.
4.3.2. Nor Shown or Indicated. If an Under~m'uund
Facility is uncovered or revealed at or contiguous to the
site which was not sh. own. or .indicated in the Contract
Documents and which CONTRACTOR could not reason-
ably have been expected to be aware of, CONTtL-kCTOR
shall, promptly after.becoming aw.are therepf and before
performing any Work affected thereby (except in an emer-
gency as permitted by paragraph 6.22), identify the owner
ofsuch Underground Facility and give written notice ther~0f 5~2. ffthe su. rety on. any Bond fur
to that owner and to OWNER and ENGINEER. ENGI- - TOR is declared a bankrupt or becom
NEER will ProMptly review the Undergrbund Facility to to do business is terminated in any s
Jlation or by the Con-
mil also furnish such
;upplementary Condi-
prescribed by Law or
tents and be executed
current list of "Com-
:y as Acceptable Sure-
able Reinsuring Com-
tmended) by the Audit
.sury. Department. All
~mpanied by a certified
lished by CONTRAC-
:s insolyent or its fight
'.ate where any part of
the Project is located or it ceases to meet the requirements
of paragraph 5.1, CONTRACTOR shall within five days
thereafter substitute another Bond and Surety, both of which
must be acceptable to OWNER.
Contractor's Liability Insurance:
5.3. CONTRACTOR shall purchase and maintain such
comprehensive general liability and other insurance as is
appropriate for the Work being performed and furnished and
as will provide protection from claims set forth below which
may arise out of or result from CONTRACTOR's perfor-
mance and furnishing of the Work and CONTRACTOR's
other obligations under the Contract Documents, whether it
is to be performed or furnished by CONTRACTOR, by any
Subcontractor, by anyone directly or indirectly employed by
any of them to perform or furnish any of the Work, or by
anyone for whose acts any of them may be liable:
thirty days' prior written notice ha
and ENGINEER by certified mail.
remain in effect until final payment
when CONTRACTOR may be~
replacing defective Work in accorda
In addition, CONTRACTOR shall
operations insurance for at least two
~ad furnish OWNER with evidenc~
insurance at final payment and one
Contractual Liability Insurance:
5.4. The comprehensive general
by paragraph 5.3 will include contr
applicable to CONTRACTOR's obli:
6.30 and 6.31.
5.3.1. Claims under workers' or workmen's compen-
sation, disability benefits and other similar employee ben-
efit acts;
5.3.2. Claims for damages because of bodily injury,
occupational sickness or disease, or death of CONTRAC-
TOWs employees;
Owner's Liability Insurance: '
5.5. OWNER shall be respons:
maintaining OWNER's own liabi
OWNER's option, may purchase a
ance as will protect OWNER agains:
from operations under the Contract
5.3.3. Claims for damages because of bodily injury,
sickness or disease, or death of any person other than
CONTRACTOR's employees;
5.3.4. Claims for damages insured by personal injury
liability coverage which are sustained (a) by any person
as a result of an offense directly or indirectly related to
the employment of such person by CONTIL~.CTOR, or
(b) by any other person for any other reason;
5.3.5. Claims for damages, other than to the Work
itself, because of injury to or destruction of tangible prop-
er'ty wherever located, including loss of use resultin~
therefrom; -
5.3.6. Claims arising out of operation of Laws or Reg-
ulations for damages because of bodily injury, or death of
any person or for damage to property; and
5.3.7. Claims for damages because of bodily injury or
death of any person or property damage arising out of the
ownership, maintenance or use of' any mgtor vehicle.
The insurance required by this 13aragraph 5.3 shall include
the specific coverages and be written for not less than the
limits of liab~ity and coverages provided in the Supplemen-
tary Conditions, or required by law, whichever is greater.
The comprehensive general liability insurance shall include
completed operations insurance. All of the policies of insur-
ance so required to be purchased and maintained (or the
certificates or other evidence thereof) shall contain a provi-
sion or endorsement that the coverage afforded will not be
cancelled, mateffally changed or renewal refused until at least
Property Insurance:
5.6. Unless otherwise provided
Conditions, OWNER shall purchase
insurance upon the Work at the site t~
thereof (subject to such deductible ~
vided in the Supplementary Conditic
and Regulations). This insurance sh
of OWNER, CONT1L~.CTOR, Subcc
and ENGINEER's consultants in the
be listed as insureds or additional inst
against the perils of fire and extent
include "all risk" insurance for ph2
including theft, vandalism and malic
and water damage, and such other pe
in the Supplementary. Conditions, ant
losses and expenses arising out of or re
loss or incurred in the repair or repll
property (including but not limited
engineers, architects, attorneys and
not covered under the "all risk" insu~
vialed in the Supplementary Condition:
purchase and maintain similar propert
or,he Work stored on and off the site
portions of the Work are to be includ
Payment.
5.7. OWNER shall purchase and ~
machinery insurance or additional pn
be required by the Supplementary C,
Regulations 'which will include the
CONTRACTOR, Subcontractors
ENGINEER's consultants in the Wo~
listed as insured or additional insured
· :12
s been given to OW.NER
All such insurance shall
and at all times thereafter
:orrecting. removine or
ace with paragraph 13.12.
naintain such completed
:,'ears after final payment
: of continuation of such
,ear thereafter.
ibility insurance required
tctuai liability insurance
ations under paragraphs
fie for purchasing and
[ity insurance and. at
ad maintain such insur-
claims which may arise
Documents.
in the Supplementary
and maintain prope.~y
, the full insurable va!ue
mounts as may be pro-
ns or required by L~_',','s
ill include the interests
ntraetors, ENGINEER
Work, all of whom shall
red parties, shall insure
!ed coverage and shall
'sical loss and damage
ious mischief, collapse
riIs as may be provided
shall include damages.
~ulting from any insured
.cement of any '
:o fees and char_~es of
~cher professionals). If
'ance or otherwise pro-
. CONTRACTOR shall
' insurance on oortions
~r in transit wl~en such
d in an Application for
taintain such boiler and
aerty insurance as may
mditions or Laws anti
nte~ests of OWNER.
ENGINEER AND
lc. ail of whom shall be
~arties. -
5.8. All the policies of insurance (or the certificates or
other evidence thereo0 required to be purchased and main-
tained by OWNER in accordance with paragraphs .5.6 and
· .5.7 will contain a provision or endorsement that the coverage
afforded will not be cancelled or materially changed or renewal
refused until at least thirty days' prior written notice has been
given to CONTRACTOR by certified mail and will contain
waiver provisions in accordance with paragraph 5. i 1.2.
5.9. OWNER shall not be responsible for purchasing and
maintaining any property insurance to protect the interests
of CONTRACTOR, Subcontractors or others in the Work to
the extent of any deductible amounts that are provided in the
Supplementary Conditions. The risk of loss within the
deductible amount, will be borne by CONTRACTOR, Sub-
contractor or others suffering any such loss and if any of them
wishes property insurance coverage within the limits of such
amounts, each may purchase and maintain it at the purchas-
er's own expense.
5.10. If CONTRACTOR requests in writing that other
special insurance be included in the property insurance pol-
icy, OWNER shall, if possible, include such insurance, and
the cost thereof will be charged to CONTRACTOR by appro-
priate Change Order or Written Amendment. Prior to com-
mencement of the Work at the site, OWNER shall in writing
advise CONTRACTOR whether or not such other insurance
has been procured by OWNER.
Waiver of Rights:
5.11. I. OWNER and CONTRACTOR waive all rights
against each other for all losses and damages caused by
any of the perils covered by the policies of insurance
provided in response to paragraphs 5.6 and 5.7 and any
other property insurance applicable to the Work, and also
waive all such rights against the Subcontractors, ENGI-
NEER, ENGINEER's consultants and all other parties
named as insurers in such policies for losses and damages
so caused. As required by paragraph 6.11, each subcon-
tract between CONTRACTOR and a Subcontractor will
contain similar waiver provisions by the Subcontractor in
favor o£OWNER, CONTRACTOR, ENGINEER, ENGI-
NEER's consuttants and all other panics named as insureds.
None oF the above waivers shall extend to the rights that
any of the insured parties may have to the proceeds, of
insurance held by OWNER as trustee or otherwise p.ay-
able under any policy so issued.
5.11.2. OWNER and CONTRACTOR intend that any
policies provided in response to paraga'aphs 5.6 and 5.7
shall protect all of the parties insured and provide primary
coverage for all losses and damages caused by the perils
covered thereby. Accordingly, all such policies shall con-
tain provisions to the effect that in the.even~ of payment
.. of any loss or damage the insurer will have no rights of
recovery against any of the parties named as insurers or
additional insureds, and if the insurers require separate
'waiver forms to be signed by .-ENGINEER br ENGI-
NEER's-consultant OWNER will obtain the semi:, and if
such waiver forms are required
CONTRACTOR will obtain the sa
Receipt and Application of Proceeds:
5.12. Any insured loss under th(
required by paragraphs 5.6 and 5.7
OWNER and made payable to OW~
insurers, as their interests may appear
ments of any applicable mortgage cl
5.13. OWNER shall deposit in a separ
so received, and shall distribute it in
agreement as the parties in interest
special agreement is reached the d~
repaired or replaced, the moneys"s
account thereof and the Work and th
by an appropriate Change Order or W
5.13. OWNER as trustee shall ha
settle any loss with the insurers unle:
interest shall object in writing withir
occurrence of loss to OWNER's exe
such objection be made, OWNER as
tlement with th6insurers in ac¢ordar
as the parties in interest may reach.
any party in interest, OWNER as
occurrence of an insured loss, give
formance of such duties.
Acceptance of lnsurance:
5. I4. If OWNER has any objection'
by or other provisions of the insuran
chased and maintained by CONTR.~
with paragraphs 5.3 and 5.4 on the be:
with the Contract Documents, OWN
TRACTOR in writing thereof within
delivery of such certificates to
paragraph 2.7. If CONTRACTOR ha
coverage afforded by or other provi:
insurance required to be purchased and
in accordance with para~aphs 5.6 a
their not complying with the Contn
T1L~.CTOR shall notify. OWNER in wt
days of the date of delivery of suct
TRACTOR in accordance with paraga
CONTRACTOR shall each provide t
tional information in respect of insun
as the other may reasonably request.
CONTRACTOR to give any such not
the time provided shall constitute acc
ance purchased by the other ax compl
Documents.
Partial Utilization--Property Insurance,
5.15. If OWNER finds it necessa
portion o~: portions of th~ Work prior
tion of alt the Work, such use or occt
plished in accordance with paragraph
ry to occupy or use a
o Substantial Comple-
pancy may be accom-
14.10; provided that no
~f any Subcontractor,
: policies of insurance
will be adjusted with
IER as trustee for the
· subject to the require-
~use and of para_mmph
~te account any money
accordance with such
nay reach. If no other
maged Work shall be
received applied on
cost thereof covered
itten Amendment.
te power to adjust and
;s one of the parties in
fifteen days after the
rcise of this power.
trustee shall make set-
e with such agreement
'required in writing by
-ustee shall, upon tke
md for the proper per-
:6 th.e co'verage afforded"
ce required to be pur-
,CTOR in accordance
;is of its not complying
ER shall notify CON-
:en days of the date of
iR in accordance with,
s any objection to the
ions of the policies
naintained by OWNER
~d 5.7 on the basis of
ct Documents, CON-
iting thereof within ten
. certificates to CON-
apb 2.7. OWNER and
~ the other such addi-
race provided by each
Failure by OWNER or
ice of objection within
eptance of such insur-
ying?ith the Contract
such use or occupancy shall commenEe before the insurers
providing the property insurance have acknowledged notice
thereofand in writing effected the changes in coverage neces-
sitated thereby. The insurers providing the property insur-'
once shall consent by endorsement on the policy or policies.
but the property insurance shall not be cancelled or lapse on
account of any such partial use or occupancy.
ARTICLE 6---CONTRACTOR'S RESPONSIBILITIES
Supervision and Superintendence:
6.1. CONTRACTOR shall supervise and direct the Work
competently and efficiently, devoting such attention thereto
and applying such skills and expertise as may be necessary.
to perform the Work in accordance with the Contract Doc-
uments. CONTRACTOR shall be solely responsible for the
means, methods, techniques, sequences and procedures of
construction, but CONTRACTOR shall not be responsible
for the negligence of others in the design or selection of a
specific means, method, technique, sequence or procedure
of construction which is indicated in and required by the
Contract Documents. CONTRACTOR shall be responsible
to see that the finished Work complies accurately with the
Contract Documents.
6.2. CONTRACTOR shall keep on the Work at all times
during its progress a competent resident superintendent, who
shall not be replaced without written notice to OWNER and
ENGINEER except under extraordinary circumstances. The
superintendent will be CONTRACTOR's representative at
the site and shall have authority to act on behalf of CON-
TRACTOR. All communications given to the superintendent
shall be as binding as if given to CONTRACTOR.
Labor, Materials and Equipment:
6.3. CONTRACTOR shall provide competent, suitably
o
qualified personnel to survey and lay out the Work and per-
form construction as required by the Contract Documents.
CONTRACTOR shall at all times maintain good discipline
and order at the site. Except in connection with the safety or
protection of persons or the Work or property at the site or
adjacent thereto, and except as otherwise indicated in the
Contract Documents, all Work at the site shall be performed
during regular working hours, and CONTRACTOR will not
permit overtime work or the performance of Work on Sat-
urday, Sunday or any legal holiday without OWNER's writ-
ten consent given after prior written notice to ENGINEER.
6.4. Unless otherwise specified in the General Require-
ments, CONTRACTOR shall furnish and assume full respon-
sibility for all materials, equipment, labor, transportation,
construction equipment and machinery, tools, appliances,
fuel, power, light, heat. telephone, water, sanitary facilities,
temporary facilities and all other facilities and incidentals
necessary for the furnishing, performance, testing, start-up
and. completion of the Work. ·
· ~. , : .-..... -.;.'.... :-~ .:
· '14
6.5. All materials and equipme
and new, except as otherwise pros
uments. If required by ENGINEE
furnish satisfactory, exidence (incl
tests) as to the kind and quality of
All materials and equipment shall
nected, erected, used, cleaned and
with the instructions of the appli
other~vise provided in the Contrac~
vision of any such instructions wil
ENGINEEI~, or any of ENGINEE
employees, any duty or authority ~
furnishing or performance of the ~¢,
ity to undertake responsibility con~
paragraph 9.15 or 9.16.
Adjusting Progress Sched,d,:
6.6. CONTRACTOR shall sub
acceptance (to the extent indicated
ments in the pro~ess schedule to.
of new developments; these will
progress schedule then in effect an,
with any provision, of the General
thereto.
Substitutes or "Or. Equal" Items:
6.7.1. Whenever materials
or described in the Contract Docu
of a proprietary, item or the name
the naming of the item is intend~
function and quality required. Un
by words indicating that no su
materials or equipment of other St
by ENGINEER if sufficient
CONTRACTOR to allow ENGI
the material or equipment propo:
to that named. The procedure for
will include the following as supp
Requirements. Requests for revie
material and equipment will not
NEER from anyone other than C(
TRACTOR wishes to furnish or~
material or equipment. CONTRA
ten application to ENGINEER
certifying that the proposed subs
quately the functions and achieve
the general design, be similar ant
that specified and be suited to the
ified. The application will state t
acceptance of the proposed ,ubst
CONTRACTOR's achievement
tion on titae, whether or not acce
for use in the Work will require
Contract Documents (or in the
direct con.'.'.'.'.'.'.'.'.'a-acrwith OWNER for
adapt the design to the proposed
or not incorporation or use of the
· .'. wi. th .th.e. Work is subject to paym¢
at shall be of good quality
ided in the Contract Doc'-
R. CONTRACTOR shall
.:ding reports of required
materials and eoui~menL
~e applied, instaile~l, con-
:onditioned in accordance
:able Supplier except as
Documents; but no pro-
be effective to assign to
~'s consultants, agents or
o supervise or direct the
)rk or any duty or author-
rary to the provisions of
mit to ENGINEER for
in paragraph 2.9) adjust-
:flect the impact thereon
onform generally to the
additionally will com=iv
~,equirements applica:~l~
equipment are specified
ments by using the name
of a particular Suociie::
:d to establish the c.':e.
ess the name is folloW'ed
bstitution' is permittee.
ppliers may be accepted
:marion is submitted by
lEER to determine that
:d is equivalent or ',, ;
review by ENGINEER
emented in the General
w of substitute items cf
be accepted by ENGi-
INTRACTOR. If CON-
,se a substitute item cf
ETOR shall make writ-
or acceptance thereof.
itute will perform adc-
=he results called for by
i of equal substance to
same use as that sFec-
~at the evaluation and
itute will nor prejudice
f Substantial Compie-
~tance of the substitute
t change in any of the
:ovisions of any other
york on the Project) to
;ubstitute and whether
~bstitut~ in connection
at of any license fee or
royalty. All variations of the proposed substitute from that
specified will be identified in the application and available
maintenance, repair and replacement service will be indi-
cated. The application will also contain an itemized esti-
mate of all costs that will result directly or indirectly from
acceptance of such substitute, including costs of' redesign
and claims of other contractors affected by the resulting
change, all of which shall be considered by ENGINEER
in evaluating the proposed substitute. ENG1NEER may
require CONTRACTOR to furnish at CONTRACTOR's
expense additional data about the proposed substitute.
6.7.2. Ifa specific means, method, technique, sequence
or procedure of construction is indicated in or required by
the Contract Documents. CONTRACTOR may furnish or
utilize a substitute means, method, sequence, technique
or procedure of construction acceptable to ENGINEER.
if CONTRACTOR submits sufficient information to allow
ENGINEER to determine that the substitute proposed is
equivalent to that indicated or required by the Contract
Documents. The procedure for review by ENGINEER
will be similar to that orovided in paragraph 6.7. I as applied
by ENGINEER and as .may be .supplemented in the Gen-
eral Requirements.
6.7.3. ENGINEER will be allowed a reasonable time
within which to evaluate each proposed substitute. ENGI-
NEER will be the sole judge of acceptability, and no
substitute will be ordered, installed or utilized without
ENGINEER's prior written acceptance which will be evi-
denced by either a Change Order or an approved Shop
Drawing. OWNER may require CONTiL~.CTOR to fur-
nish at CONTRACTOR's expense a special performance
guarantee or other surety with respect to any substitute.
ENGINEER will record time required by ENGINEER
and ENGINEER's consultants in evaluating substitutions
proposed by CONTRACTOR and in making changes in
the Contract Documents occasioned thereby. Whether or
not ENGINEER accepts a proposed substitute, CON-
TRACTOR shall reimburse OWNER for the charges of
ENGINEER and ENGINEER's consultants for evaluat-
ing each proposed substitute.
Concerning Subcontractors, Suppliers and Others:
6.8.1. CONTRACTOR shall not employ any Subcon-
tractor, Supplier or other person or organization (including
those acceptable to OWNER and ENGINEER as indi-
cated in paragraph 6.8.2), whether initially or as a substi-
tute, against whom OWNER or ENGINEER may have
reasonable objection. CONTRACTOR shall not be required
to employ any Subcontractor, Supplier or other person or
organization to furnish or perform any of the Work against
whom CONTRACTOR has reasonable objection.
6.8.2. If the Supplementary Conditions require the
identity of certain Subcontractors, Suppliers..or other per-
sons 9r..organizat!Ons. (including those who are to furnish
the principal items of materials and equipment) to be sub-
mitted to OWNER in advance of the specified date prior
~: to !h.e Effectiye' Date. of the. Agreement for acceptance by
Owt~ER and ENGINEER and if C~ONTIL&CTOR has
submitted a list thereof in accordance with the SupPle-
mentary Conditions. OWNER's or El IGINEER's accept-
ance (either in writing or by failing to
tion thereto by the date indicated for;
tion in the bidding documents or the C
of any such Subcontractor, Supplier
organization so identified may be rev
reasonable objection after due investl
CONTRACTOR shall submit an acce
Contract Price will be increased by
cost occasioned by such substitutiot
Change Order will be issued or Written
No acceptance by OW'NER or ENG
Subcontractor, Supplier or other: per
shall constitute a waiver of any right ol
NEER to reject defective Work.
6.9. CONTRACTOR shall be fully res
and ENGINEER for all acts and omiss
tractors, Suppliers and other persons an
forming or furnishing any of the Worl
indirect contract with CONTRACTOR
TOR is responsible for CONTRACTOR'i
sions. Nothing in the Contract Docume
contractual relationship between OWN
and any such Subcontractor, Supplier
organization, nor shall it create any obli!
OWNER or ENGINEER to pay or to se
any moneys due any such Subcontractc
person or organization except as may"ot
by Laws and Regulations.
6.10. The divisions and sections of tiq
the identifications of any Drawings sha
TRACTOR in dividing the Work amon~
Suppliers or delineating the Work to bl
specific trade.
6.1 i. All Work performed for CON'r
contractor will be pursuant to an apl:
between CONTRACTOR and the Subc¢
cifically binds the Subcontractor to the e
conditions of the Contract Document
OWNER and ENGINEER and contair
as required by paragraph 5.11. CONT
each Subcontractor a just share of am
received by CONTRACTOR on accouni
icies issued pursuant to paragraphs 5.6
Patent Fees and Royalties:
6.12. CONTRACTOR shall pay all
aries and assume all costs incident to t
mance of the Work or the incorporatior
invention, design, process, 'product or
subject of patent rights or copyrights
particular inventiori, design, process, I
specified in the Contract Documents fi
mance of the Work arid ir'to the actual kn
make written objec-
.cceptance or obje:-
ontract Documents;
or other person or
}keri on the basis of'
:ation. in which case
itable substitute, the
he difference in the
and an appropriate
Amendment signed.
iNEER of any such
son or organization
'OWNER or ENGI-
:onsible to
'ons of the Subcon-
organizations per-
under a direct or
1st as CONTRAC-
; own acts and omis-
ars shall create any
ER or ENGINEER
or other person or
ration on the part oC
'e to the payment of
r, Supplier or other
herwise be required
Specifications and
not control CON-
Subcontractors or
performed by any
LA. CTOR by a Sub-
ropriate agreement
ntractor which spe-
pplicable terms and
for the benefit o~'
waiver provisions
~,ACTOR shall pay
insurance moneys
of losses under poi-
nd .5.7.
icense fees and roy-
le use in the perfor-
in the Work of any
device Which is the
~eld by others. If a
;roduct or device is
,r use in the perfor-
awledge of OWNER
or ENGINEER its use is subject to patent rights or copyrights
calling for the payment of any license fee or royalty to others,
the existence of such rights shall be disclosed by OWNER in
the Contract Documents. CONTRACTOR shall indemnify
and hold harmless OWNER and ENGINEER and anvon~
directly or indirectly employed by either of them from' and
against all claims, damages, losses and expenses (including
attorneys' fees and court and arbitration costs) arising out of
any infringement of patent rights or copyrights incident to
the use in the performance of the Work or resulting from the
incorporation in the Work of any invention, design, process,
product or device not specified in the Contract Documents,
and shall defend all such claims in connection with any alleged
infringement of such rights.
Permits:
6.13. Unless otherwise provided in the Supplementary.
Conditions, CONTRACTOR shall obtain and pay for all con-
struction permits and licenses. OWNER shall assist CON-
TRACTOR, when necessary, in obtaining such permits and
licenses. CONTRACTOR shall pay all governmental charves
and inspection fees necessary for the prosecution of the Work,
which are applicable at the time of opening of Bids, or if there
are no Bids on the Effective Date of the Agreement. CON-
TRACTOR shall pay all charges of utility owners for con-
nections to the Work, and OWNER shall pay all charges of
such utility owners for capital costs related thereto such as
plant investment fees.
Laws and Regulations:
6.14.1. CONTRACTOR shall give ail notices and
comply with ail' Laws and Regulations applicable to fur-
nishing and performance of the Work. Except where oth-
erwise expressly required by applicable Laws and Regu-
lations, neither OWNER nor ENGINEER shall be resp~n-
sine for monitoring CONTRACTOR's compliance with
any Laws or Regulations.
6.14.2. If CONTRACTOR observes that the Specifi-
cations or Drawings are at variance with any Laws or
Regulations, CONTRACTOR shall give ENGINEER
prompt written notice thereof, and any necessary changes
will be authorized by one of the methods indicated in
paragraph 3.4. If CONTRACTOR performs any Work
knowing or having reason to know that it is contrary to
such Laws or Regulations, and without such notice to
ENGINEER, CONTRACTOR shall bear all costs arising
therefrom; however, it shall not be CONTRACTOR's pti.
mary responsibility to make certain that the Specifications
and Drawings are in accordance with such Laws and
Regulations.
6.15. CONTRACTOR shall pay aiI's~les, consumer, use
and other similar taxes required to be paid by CONTRAC-
TOR in accordance' with the' Laws 'and Regul'ati'ons of the
'16
plac~ of the Project which are a
mance of the Work.
Use of Premises:
6.16. CONTRACTOR shall
ment, the storage of materials am
ations of workers to the Project si~
tiffed in and permitted by the
land and areas permitted by Law
of-way, permits and easements,
encumber the premises with cons~
materials or equipment. CONTi~
responsibility for any damage to.
the owner or occupant thereofo/'
uous thereto, resulting from the
Should any claim be made agains
by any such owner or occupant be
of the Work, CONTRACTOR shall
with such other party by agreemen
claim by arbitration or at law. COi
fullest extent permitted by Laws ar
and hold OWNER and ENGINEEF
all claims, damages, losses and ex
limited to, fees of engineers, archi
professionals and court and arbitrat
indirectly or consequentially out of
table, brought by any such other
ENGINEER to the extent based
CONTRACTOR's performance of
6.17. During the progress of the
shall keep the 15remises free from
materials, rubbish and other debris
At the completion of the Work CON
all waste materials, rubbish and de
premises as well as all tools, appliar
merit and machinery, and surplus n
the site clean and ready for occupa
TRACTOR shall restore to original c
designated for alteration by the Con
6.18. CONTRACTOR shall not
of any structure to be loaded in any rr
the structure, nor shall CONTRAC
the Work or adjacent property to st
will endanger it.
Record Documents:
6.19. CONTRACTOR shall mai
the site one record copy of all D~
Addenda, Writ'ten Amendments,
Directive Changes, Field Orders an¢
and.-clarifications (issued pursuant
order and annotated to show all ch~
struction. These recoFd documents to:
samples and a counterpart of all ap'
will be available to ENGINEER for
~licable during the 7. er'for-
,nfine construction equip-
[ equipment and the c.~er-
e and ]and and areas i~en-
fact Documents and other
s and Reaulations,
nd shall ~ot unreason-~ly
uction equipment or other
tCTOR shall assume full
ly such land or area. or to
fany land or areas centig-
erformance of the Work.
OWNER or ENGINEER
cause of the performance
promptly attempt to s e.'.:le
t or othe~'ise resolve
qTRACTOR shall, to
d Regulations, indemn:a'y
harmless fi'om and a~_-Zast
,crises (including. bi: not
cots. attorneys and oO. er
on costs) arising direr:fy,
any actio, n. legal or
arty against OWNER or
m a claim mqsing o,.:: of
he Work.
Work. CONTRACTOR
accumulations of
resulting from the Wcr.',:.
TRACTOR shall remove
bris from and abou: .:~.e
ces. construc:ion ezu.;:-
~atefials. and shall
acy by OWNER. CON-
ondition all propen?
:fact Documents.
oad nor permit an'..' 7".~
anner that will endanger
7OR subject any pa~
resses or pressures
~tain in a sa'e place at
awings, Specifications.
;hange Orders. Work
written interpretations
paragraph 9.~) N gocd
nges made during con-
;ether with all approved
~roved Shop Drawin~
reference. Upon com-
pletion of the Work, these record documents, sample~ and
Shop Drawings will be delivered to ENGINEER for OWNER.
Safet~ and Protection:
6.20. CONTRACTOR shall be responsible for initiating,
maintaining and supervising all safety precautions and pro-
grams in connection with the Work. CONTRACTOR shall
take all necessary precautions for the safety of, and shall
pr6vide the necessary protection to prevent damage, injury
or loss to:
6.20.1. all employees on the Work and other persons
and organizations who may be affected thereby;
6.20.2. all the Work and materials and equipment to
be incorporated therein, whether in storage on or off the
site; and
6.20.3. other property at the site or adjacent thereto,
including trees, shrubs, lawns, walks, pavements, road-
ways, structures, utilities and Underground Facilities not
designated for removal, relocation or replacement in the
course of construction.
"- CONTRACTOR shall comply with all applicable Laws and
Regulations of any public body having jurisdiction for the
safety of persons or property or to protect them from damage,
injury or loss; and shall erect and maintain all necessary
safeguards for such safety and protection. CONTR~CTOR
shall notify owners of adjacent property and of Underground
Facilities and utility owners when prosecution of the Work
,-- may affect them, and shall cooperate with them in the pro-
tection, removal, relocation and replacement of their prop-
erty. All damage, injury or loss to any property referred to
in paragraph 6.20.2 or 6.20.3 ca~sed, directly or indirect[y,
in whole or in part, by CONTRACTOR, any Subcontractor,
Supplier or any other person or organization directly or indi-
rectly employed by any of them to perform or furnish any of
· - the Work or anyone for whose acts any of them may be liable,
shall be remedied by CONTRACTOR (except damage or loss
attributable to the fault of Drawings or Specifications or to
the acts or omissions of OWNER or ENGINEER or anyone
employed by either of them or anyone for whose acts either
of them may be liable, and not attributable, directly or indi-
rectly, in whole or in part, to the fault or ne~igence of CON-
-- TRACTOR'). CONTRACTOR's duties and responsibilities
for the safety and protection of the Work shall continue until
such time as all the Work is completed and ENGINEER has
issued a notice to OWNER and CONTRACTOR in accord-
ance with paragraph 14:13 that the Work is acceptable (except
as otherwise expressly provided in connection with Substan-
tial Completion).
Eme~en_cles:
6.22. In emergencies affecting the sl
persons or the Work or property at the si~
CONTRACTOR, without special instrm
from ENGINEER or OWNER, is oblig~
threatened damage, injury or loss. CON'
ENGINEER prompt written notice ~fCO]
that any significant changes in the Wm
the Contract Documents have been caus
NEER determines that a change in the
is required because of the action take
emergency, a Work Directive Change ~
be issued to document the consequenc
variations.
Shop Drawings and Samples:
6.23. After checking and verifying,
and after complying with applicable pr
the General Requirements, CONTRA(
ENGINEER for review and approval i~
accepted schedule of Shop Drawing st
graph 2.9), or for other appropriate ac'
the Supplement~ary Conditions, five cot
specified in the ~.eneral Requirements)
which will bear a stamp or specific w
CONTRACTOR has satisfied CONT]
bilities under the Contract Document:
review of the submission. All submissi
as ENGINEER may. requh'e. The dan
Drawings will be complete with respe, ct
sions, specified performance and desi
and similar data to enable ENGINEEI
marion as required:
6.24. CONTRACTOR shall also st
for review and al~proval with such pn
no delay in Work, all samples required
uments. All samples MI1 have been ch
panied by a specific written indication
has satisfied CONTiL-x. CTOR's 'resp¢
Contract Documents with respect to tl
mission and will be identified clearly as
pertinent data such as catalog numbers
intended.
6.25.1. Before submission of e~
sample CONTRACTOR shall have
fled all quantities, dimensions, spec
teria, installation requirements, mE
bors and similar data with respect
or coordinated each Shop Drawing
Shop Drawings and samples and wi~
the Work and the Contract Docume
6.21. CONTRACTOR shall designate a responsible rep-
resentative at-the site whose duty shall be the prevention of
accidents. This.person shall be CONTRACTOR's superin-
tendent unless Otherwise designated in writing by CON-
6.25.2. At the time of each sub
TOR shall give ENGINEER specific
.- variation that the Shop Drawings ~
from the requirements of the Cont~
.. in addition, shall cause a specific n,
17 . _ .
~fety or protection of
e or adjacent thereto.
tion or authorization
~ted to act to prevent
tRACTOR shall give
~TRACTOR believes
k or variations from
.'d thereby. If ENGI-
:ontract Documents
n in response to ~
,r Change Order will
;s of the changes or
l1 field measurements
~cedures specified in
.q'OR shall submit to
~ accordance with the
bmissions (see pa~-
ion if so indicated in
les (unless otherwise
flail Shop Drawings.
dtten indication that
L~kCTOR's responsi-
;with respect to the
o% will be identifie5
. shown on the She:
to quantities, dimen'-
:n criteria, materials
to review the infer-
,mit to ENGINEER
~mptness as to cause
by the Contract Doc-
.'cked by and accom-
that CONTRACTOR
nsibilities under the
~e review of the sub-
to material. Supplier.
and the use for whici:.
ch Shop Drawing or
determined and veri-
fied performance cri-
terials, catalog num-
:hereto and reviewed
or sample with other
h the requirements of
hts.
nission, CONTRAC-
written notice ofeach
)r samples may have
act Documents, and.
)ration to be made on -
each Shop Drawing submitted to ENGINEER for review
and approval of each such variation.
6.26. ENGINEER will review and approve with reason-
able promptness Shop Drawings and samples, but ENGI-
NEER's review and approval will be only for conformance
with the design concept of the Project and for compliance
with the information given in the Contract Documents and
shall not extend to means, methods, techniques, sequences
or procedures of construction (except where a specific means.
method, technique, sequence or procedure of construction is
indicated in or required by the Contract Documents) or to
safety precautions or programs incident thereto. The review
and approval of a separate item as such will not indicate
approval of the assembly in which the item functions. CON-
TRACTOR shall make corrections required by ENGINEER.
and shall return the required number of corrected copies of
Shop Drawings and submit as required new samples for review
and approval. CONTRACTOR shall dire~ specific attention
in writing to revisions other than the corrections called for
by ENGINEER on previous submittals.
6.27. ENGINEER's review and approval of Shop Draw-
ings or samples shall not relieve CONTRACTOR from
responsibility for any variation from the requirements of the
Contract Documents unless CONTRACTOR has in writing
called ENGINEER's attention to each such variation at the
time of submission as required by paragraph 6.25.2 and
'ENGINEER has given written approval of each such varia-
tion by a specific written notation thereof incorporated in or
accompanying the Shop Drawing or sample approval; nor
will any approval by ENGINEER relieve CONTRACTOR
from responsibility for errors or omissions in the Shop Draw-
ings or from responsibility for having complied with the pro-
visions of paragraph 6.25.1.
6.28. Where a Shop Drawing or sample is required by the
Specifications, any related Work performed prior to ENGI-
NEER's review and approval of the pertinent submission will
be the sole expense and responsibility of CONTRACTOR.
Continuing the Work:
6.29. CONTRACTOR shall can5' on the Work and adhere
to the progress schedule during all disputes or disagreements
with OWNER. No Work shall be delayed or postponed pend-
ing resolution of any disputes or disagreements, except as
permitted by par-~graph 15.5 or as CONTRACTOR and
OWNER may otherwise agree in writing.
Indemnification:
6.30. To the fullest extent permitted by Laws and Regu-
lations CONTRACTOR shall indemnify and hold harmless
OWNER and ENGINEER and their consultants, agents and
employees from and against all claims, damages, losses and
expenses, direct, indirect or consequential (including but not
limited t6 fees and charges of enginecrs, architects, attorneys
and other professionals and court and arbitratioh costs) aris-
ing out of or resulting from the performance of the Work,
provided that any such claim, d
attributable to bodily injury, sic
injury to or destruction of tang
Work itself) including the loss
(b) is caused in whole or in
omission of CONTRACTOR.
or organization directly or indire
to perform or furnish any of tN
acts any of them may be liable,
it is caused in part by a party mc
by or is imposed by Law and
negligence of any such party.
6.31. In any and all claim:
NEER or any of their consult~
any employee of CONTRACT(
person or orvanization directly c
of them to p~rform or furnish ar
whose acts any of them may b
obligation under paragraph 6.3(
way by any limitation on the a
compensation or benefits payab2
or any such Subcontractor or
under workirs' or workmen's
benefit acts or other employee
6.32. The obligations of C(
graph 6.30 shall not extend to t
ENGINEER's consultants, age~
of the preparation or approval o
reports, surveys. Change Order."
ARTICLE 7--OTHER WORK
Related Work at Site:
amage, loss or expense lei is
.;ness. disease or death, or to
ble property (other than the
t' use resulting therefrom and
art by any negligent ac: or
.y Subcontractor. an}' Ferson
:tly employed by any cf..hem
: Work or anyone for wb. ose
reo_ardless of whether or not
emnified hereunder or arises
:egulations regardless of the
against OWNER or ENGI-
its. agents or employees by
)R. any Subcontractor. any
r indirectly employed by any
y of the Work or anyone for
.' liable, the indemnific?.ion
. shall not be limited in an>
,,
mount or type of damages.
e by or for CONTRACTOR
ther person or organization
~mpensation acts, disaNiity
enefit acts.
)NTRACTOR under
he liability ~of ENGINEER.
~ts or employees arising out
maps. drawings, opinions.
designs or specifica,'.icns.
7.1. OWNER may perform o her work related to the
ect at the site by OWNER's o~m forces, have other work
performed by utility owners or let c ,ther direct contracts therefor
which shall contain General.Co aditions similar to these, tf
the fact that such other work is to be performed was not r. ezed
in the Contract Documents, written notice thereof w-2.'i 'ge
given to CONTRACTOR prior to starting any such e-:her
work; and, if CONTRACTOR believes that such perfor-
mance will involve additional eXl,ense to CONTRACTOR or
requires additional time and thelParties are unable to ~eree
as to the extent thereof, CONT~CTOR may make a
therefor as provided in Articles ~anct 12.
/
7.2. CONTRACTOR shall ~rd each utility owner and
other contractor who is a party to such a direct contract tor
OWNER, if OWNER is pefformJ ng the additional work xx'ith
OWNER's employees) proper an
a reasonable opportunity for the
materials and equipment and the,
shall properly connect and coor~
CONTRACTOR shall do all cut:
the Work that may be required to
together properly and integrate ~
safe access to the site and
~troduction and storage of
:xecufion of such w~rk.
inate the Work with theirs.
lng, fitting and patching of
make its several_paru come
ith such other work. CON-
-- TRACTOR shall not endanger any work of others by cutting.
excavating or otherwise altering their work and will only cut
or alter their work with the written consent of ENGINEER
,., and the others whose work will be affected. The duties and
responsibilities or' CONTRACTOR under this paragraph are
for the benefit of such utility owners and other contractors
to the extent that there are comparable provisions t'or the
-' benefit o[' CONTRACTOR in said direct contracts between
OWNER and such utility owners and other contractors.
7.3. If any part of CONTRACTOR's Work depends for
proper execution or results upon the work of any such other
contractor or utility owner (or OWNER), CONTRACTOR
shall inspect and promptly report to ENGINEER in writing
'"' any delays, defects or deficiencies in such work that render
it unavailable or unsuitable for such proper execution and
results. CONTRACTOR's failure so to report will constitute
,-- an acceptance of the other work as fit and proper for integra-
tion with CONTRACTOR's Work except for latent or non-
apparent defects and deficiencies in the other work.
Coordination: .......
7.4. If OWNER contracts with others for the peffor-
,-, mance of other work on the Project at the site, the person or
organization who will have authority and responsibility for
coordination of the activities among the various prime con-
tractors will be identified in the Supplementary Conditions,
Jand the specific matters to be covered by such authority and
responsibility will be itemized, and the ext.ent of such author-
ity and responsibili'ties will be provided, in the Supplementary
,..,Conditions. Unless otherwise provided in the Supplementary
Conditions, neither OWNER nor ENGINEER shall have any
authority or responsibility in respect of such coordination.
ARTICLE 8--OWNER'S RESPONSIBILITIES
8.1. OWNER shah issue all communications to CON-
TRACTOR through ENGINEER.
8.2. In case of termination of the employment of ENGI-
NEER, OWNER shall appoint an engineer against whom
CONTRACTOR makes no reasonable objection, whose sta-
~tus under the Contract Documents shall be that of the former
ENGINEER. Any dispute in connection with such appoint-
ment shall be subject to arbitration.
8.3. OWNER shall furnish the data required of OWNER
under the Contract Documents promptly and shall make pay-
ments to CONTRACTOR promptly after they are due as
...,provided in paragraphs 14.4 and 14.13.
8.4. OWNER's duties in respect of providing lands and
easements and providing ·engineering-sur~eys to-establish
'"referent9 points are set forth in paragraphs 4. I and 4.4. Para-~
tures which have been utilized by ENG
the Drawings and Specifications.
8.5. OWNER's responsibilities in r~
and maintaining liability and property in
in paragraphs 5.5 through 5.8.
8.6. OWNER is obligated to execut
indicated in paragraph 10.4.
8.7. OWNER's responsibility in
inspections, tests and approvals is set for
8.8. In connection with OWNER's r
suspend Work, see paragraphs 13.10 ;~nd
deals with. OWNER's right to terminal
TRACTOR under certain circumstances
ARTICLE 9--ENGINEER'S STATUS
CONSTRUCTION
Owner's Repres~tativ'e:
9.1. ENGINEER will be OWNER':
lng the construction period. The dutie_s
and the limitations of authot-[ty of ENGI
representative during construction:are:
tract Documents and shall not be ~,~ter
consent of OWNER and ENGINEER:
'~'. ,..~
Visits to Site:
9.2. ENGINEER will make visits t¢
appropriate to the various stages of con
the progress and quality of the executet
mine, in general, if the Work is proce
with the Contract Documents. ENGINEF
to make exhaustive or continuous on-site
the quality or quantity of the Work. E
will be directed toward providing for OWq
of confidence that the completed Work
Contract Documents. On the basis of st
observations as an experienced and qu;
sional, ENGINEER will keep OWNER i
tess of the Work and will endeavor to gu
defects and deficiencies in the Work.
Project Representation:
9.3. If OWNER and ENGINEER
will furnish a Resident Project Repr
ENGINEER in observing the pefforma~
duties, responsibilities and limitations
such Resident Project Representative a
as provided, in. the SuppIementary Cot
designates another agent to represent
[NEER in preparing
~spect of purchasing
~urance are set forth
Change Orders as
espect of certain
th in paragraph 13.4.
[ght to stop Work or
15.1. Paragraph 15.2
services of CON-
)URING
; represen,tative dur-
and responsibilities
'i'EER as OWNER's
;et for'th in the Con-
ded without written
the site at intervals
struction to obse~'e
Work and to deter-
:ding in accordance
R will not be required
inspections to check
NGINEER's efforts
,tERa _re'eater degree
wilt conform to the
ch visits and on-site
;lifted design profes-
nformed of the prog-
~rd OWNER against
a~ee, ENGINEER
· .sentative to assist
tce 0fthe Work. The
of authority of any
nd assistants will be
ditions. If OWNER
3WNER at the site
graph 4.2 refers to OWNER's identifying and making avail-'"': who is not ENGINEER's agent or-et~ploye~:, the duties.
able to CONTRACTOR copie~ of reports 0fe~ploration~ ahd :7. reslx~nsibilifles .and limitations of. aut~ority'.of such. other
~tests of subsurface conditions at the site and in existin~ strut::': ' pers6'ffwill be ~s provided in the Supplementary Conditions.
........ ' 'i-::::: !'-i 19 i':~!i"::;~:i:~' ( ' "' '
.: ?? ".:':'; :.i.!'!:..: ' "'
Clarifications and Interpretations:
9.4. ENGINEER will issue with reasonable promptness
such written clarifications or interpretations of the require-
ments of the Contract Documents (in the form of Drawings
or otherwise)as ENGINEER may determine necessary, which
shall be consistent with or reasonably inferable from the
overall intent of the Contract Documents. If CONTRACTOR
believes that a written clarification or interpretation justifies
an increase in the Contract Price or an extension of the
Contract Time and the parties are unable to agree to the
amount or extent thereof, CONTRACTOR may make a claim
therefor as provided in Article 11 or Article 12.
Authorized Variations in Work:
9.5. ENGINEER may authorize minor variations in the
Work from the requirements of the Contract Documents which
do not involve an adjustment in the Contract Price or the
Contract Time and are consistent with the overall intent of
the Contract Documents. These may be accomplished by a
Field Order and will be binding orr OWNER, and a/so on
CONTRACTOR who shall perform the Work involved
promptly. If CONTRACTOR believes that a Field Order
justifies an increase in the Contract Price or an extension of
the Contract Time and the parties are unable to agree as to
the amount or extent thereof, CONTRACTOR may make a
claim therefor as provided in Article I1 or 12.
Rejecting Defective Work:
9.6. ENGINEER will have authority to disapprove or
reject Work which ENGINEER believes to be defective, and
will also have authority to require special inspection or testing
of the Work as provided in paragraph 13.9, whether or not
the Work is fabricated, installed or completed.
Shop Drawings, Change Orders and Payments:
9.7 In connection with ENGINEER's responsibility for
Shop Drawings and samples, see paragraphs 6.23 through
6.28 inclusive.
9.8. In connection with ENGINEER's respo'nsibilities as
to Change Orders, see Articles 10, 11 and 12.
9.9. In connection with ENGINEER's responsibilities in
respect of Applications for Payment, etc., see Article 14.
Determinations for Unit Prices:
9. I0. ENGINEER will determine the actual quantities
and classifications of Unit Price Work performed by CON-
TRACTOR. ENGINEER will review with CONTRACTOR
ENGINEER's preliminary determinations on such matters
before rendering a written decision thereon (by recommen.
dation of an Application for Payment or otherwise). ENGI-
NEER's-written decisions thereon will be final and 'binding
upon OWNER and CONTRACTOR, unless, within ten days
after the date of any such decision, either OWNER or CON-"
~'iT, ACTORdelivers to the-othe~ party to-the Agreement and"
- '" ' '-':.Z.-'.'. . ~' :_.::':.'.~ ',"7 - .. . . - /..:' :'... ,-.
· ' ' '- ' ' " ' '"20'::..
to ENGINEER written notice o
such a decision.
Decisions on Disputes:
9.11. ENGINEER will be tN
requirements of the Contract Do
acceptability of the Work thereun
other matters relating to the steep
interpretation of the requirements
pertaining to the performance and
claims under Articles 11 and 12 ir
Contract Price or Contract Time
ENGINEER in writing with a ret
in accordance with this paragrapl
render in writing within a reasona
each such claim, dispute and oth~
by the claimant to ENGINEER a
Agreement promptly (but in no eve
after the occurrence of the event
written supporting data will be-subrr
the other par~y within sixty days alu
ENGINEER allows an additional p,
more accurate, data in support of tN
9.12. When functioning as inte~
paragraphs 9.10 and 9.11, ENGINi
!iality to OWNER or CONTRACT(
m connection with any interpretatio~
good faith in such capacity. The re~
ENGINEER pursuant to paragraphs 5
to any such claim, dispute or other rr
have been waived by the making or
merit as prov/ded' in paragraph 14.
precedent to any exercise by OWN
of such rights or remedies as either m:
the Contract Documents or by Laws c
of any such claim, dispute or other rr
Limitations on ENGhVEER's Responsil
9.13. Neither ENGINEER'~ autl'
Article 9 or elsewhere in the Contra,
decision made by ENGINEER in goo¢
or not exercise such authority shall g
responsibility of ENGINEER to COaX
con_tractor, any Supplier, or any other
per~orrning any of the Work, or to any:
9.14. ,Wh,~enever in the Contract Do
ordered", ' as directed", "as requirec
approved" or terms of like effect or it
adjectives "reasonable", "suitable",
or "satisfactory" or adjectives of lik~
used to describe a requirement, directic
of ENGINEER as t9 the Work, 'it i
requirement,.direction, review orjudg
evaluate the Work for compliance witl
merits (unless there is a s~cific state.
wise). The use of any such tebm or
intention to appeal from
initial interpreter of the
aments and judge of :he
der. Claims, disputes mad
:ability of the Work or the
~fthe Contract Documents
Urnishing of the Work and
respect of changes in the
till be referred initially to
lest for a formal decision
which ENGINEER will
le time. Written notice of
matter will be delivered
td the other par~y to .:.i've
nt later than thirty days)
giving r/se thereto, mad
irted to ENGINEER and
r such occurrence unless
:riod of time to asce.-'~n
claim.
preter and judge under
:ER will not sl~ow par-
IR and will not be liable
or decision rendere~ in
~dering of a decision
· 10 and 9. I I with resT. e::
atter (except any
~cceptance of final .:ar'-
[6) will be a cofiditi~n
ER or CONTRACTOR
.y otherwise have unger
r Regulations in res.ce::
atter.
ilities:
ority to act under t~is
:t Documents nor
faith either to exercise
ve rise to any duty or
'TRACTOR. any Sub-
person or organization
;urety for any of them.
:uments the terms "as
", "as allowed", "as
~port are used, or the
cceptable", "proper"
effect or import are
n, review or judgment
intended that such
nent will be solely to
the Contract D~cu-
~ent indlcating other-
:ljective shall not be
effective to assign to ENGINEER any duty or authority to
'--supervise or direct the furnishing or performance of the Work
or any duty or authority to undertake responsibility contrary
to the provisions of paragraph 9.15 or 9.16.
9.15. ENGINEER will not be responsible for CON-
TRACTOR's means, methods, techniques, sequences or pro-
cedures of construction, or the safety precautions and pro-
"--gamins incident thereto, and ENGINEER will not be respon-
s~le for CONTRACTOR's failure to perform or furnish the
Work in accordance with the Con. iract Documents.
9.16. ENGINEER will not be responsible for the acts or
omissions of CONTRACTOR or of' any Subcontractor, any
Supplier, or of any other person or organization performing
"or furnishing any of the Work.
ARTICLE 10---CHANGES IN THE WORK
10. I. Without invalidating the Agreement and without notice
to any surety, OWNER may, at any time or from time to
time, order additions, deletions or revisions in the Work;
'-these will be authorized by a Written Amendment, a Change
Order, or a Work Directive Change. Upon receipt of'any such
document, CONTRACTOR shall p~omptly, proceed with the
,._Work involved which will be perfoiimed under the applicable
:onditions of the Contract Documents (except as otherwise
s~ecifically provided).
10.2. If OWNER and CONTRACTOR are unaNe to agree
as to the extent, if any, of an increase or decrease in the
Contract Price or an extension or shortening of the Contract
,-.Time that should be allowed as a result of a Work Directive
Change, a claim may be made therefor as provided in Article
l I or Article 12.
10.3. CONTRACTOR shall not be entitled to an increase
in the Contract Price or an extension of the Contract Time
with respect to any Work performed that is not required by
~the Contract Documents as amended, modified and supple-
mented as provided in paragraphs 3.4 and 3.5, except in the
case of an emergency as provided in paragraph 6.22 and
,..except in the case of .uncovering Work as provided in para-
graph 13.9.
10.4. OWNER andCONTRACTORshall execute appro-
~priate Change Orders (or Written Amendments) covering:
10.&3. changesin the Contract Pr~
which embody the substance of any
dered by ENGINEER pursuant to pa
provided that, in lieu of executing any
an appeal may be taken from any such de,
with the provisions of the Contract Docur
Laws and Regulations, but during any
TRACTOR shall carry on the Work and
ress schedule as provided in paragraph
10.5. If notice of any change affecti
of the Work or the provisions of the ~[
(including, but not limited to, Contrac
Time) is required by the provisions qf a~
to a surety, the giving of any such notice
TOR's responsibility, and the amount of ¢
will be adjusted accordin~y.
ARTICLE I 1---CHANGE OF CONTR~
11.1. The C6htract Price constitute
sation (subject to authorized adjustmen~
TRACTOR for performing the Work. Al
ities and obligations assigned to 6r ur
TRACTOR shall be at his expense wil
Contract Price. ,.
11.2. ' The Contract Price may 0nly 1se'
Order or by a Written Amendment:.An¥ !
or decrease in the C-ontract Price"shall
notice delivered by the party making th
party and to ENGINEER promptly (but i
thirty days) after the occurrence of the
the claim and stating the general nature
of' the amount of the claim with supp,
delivered within sixty days after such
ENGINEER allows an additional period
more accurate data in support of' the
accompanied by claimant's written starer
claimed covers all known amounts (dire
sequential) to which the claimant is entit
occurrence of said event. All claims fc
Contract Price shall be determined by El
dance with paragraph 9.I 1 if OWlq'ER ~
cannot otherwise agree on the amount
for an adjustment in the Contract Price
submitted in accordance with this parag
10.4. t. changes in the Work which are ordered by
OWNER pursuant to paragraph 10. l., are requited because
of acceptance of defective Work under paragraph 13.13 or
correcting defec'tive Work under l~aragraph 13.14, or are
agreed to-by the parties;..
10.4.2. ching~s in:t'fie C°ntr~ct Price'or ContractTime
which are ii~ied to by the parties; a~d
21
I 1.3. The value of any Work c0yere,
or of any claim for an increase or decr~
Price shall be determined in one o£ the f
LI_.3.L Where the Work in,~ol.v.e,
prices contained in the Contract Doc
tion of unit prices to the quantities
(subject to the proVisionS of Paragl~
I 1.9.3, inclusive).
ce or Contract Time
,ritten decision ren-
· agraph 9.1 !;
uch Change Order.
:ision in accordance
lents and applicable
such appeal, CON-
adhere to the prog-
.29.
g the general scope
ontract Documents
: Price or Contract
ty Bond to be given
will be CONTtL~.C-
ach applicable Bond
,CT PRICE
; the total compen-
s) payable to CON-
duties, responsibil-
dertaken by CON-
h0ut change in the
:h~anged by a Chan~,e
:hilm for an mcrease
Sc.based on written
claim to thc other
no event later than
:vent giving rise to
af thc claim. Notice
~rting data shall be
occurrence (unless
of time to ascertain
:taim) and shall be
sent that the amount
et, indirect and con-
lcd as a result of the
r adjustment in the
qGINEER in accor-
nd CONTRACTOR
involved. No claim
will be valid if not
~ph 11.2.
by a Change Order
ase in the Contract
)llowing ways:
l-is co,~ered by unit
uments, by applica-
f thc items involved
Ihs 11.9.1. through
I1.3.2. By mutual acceptance of a lump sum {which
may include an allowance for overhead and proHt not
necessarily in accordance with ~aragraph 11.6.2. D.
11.3.3. On the basis of the Cost of the Work (deter-
mined as provided in paragraphs 11.4 and Il..5) plus a
CONTRACTOR's Fee for overhead and profit (deter-
mined as provided in paragraphs 11.6 and 11.7).
Cost of the Work:
11.4. The term Cost of the Work means the sum of all
costs necessarily incurred and paid by CONTRACTOR in
the proper performance of the Work. Except as otherwise
may be agreed to in writing by OWNER, such costs shall be
in amounts no higher than those prevailing in the locality of
the Project, shall include only the following items and shall
not include any of the costs itemized in paragraph 11.5:
11.4.1. Payroll costs for employees in the direct employ
of CONTRACTOR in the performance of the Work under
schedules of job classifications agreed upon by OWNER
and CONTRACTOR. Payroll costs for employees not
employed full time on the Work shall be apportioned on
the basis of their time spent on the Work. Payroll costs
shah include, but not be limited to, salaries and waizes
plus the cost of' fringe benefits which shall include sogial
security contributions, unemployment, excise and payroll
taxes, workers' or workmen's compensation, health and
retirement benefits, bonuses, sick leave, vacation and hol-
iday pay applicable thereto. Such employees shall include
superintendents and foremen at the site. The expenses of
performing Work after regular working hours, on Satur-
day, Sunday or legal holidays, shall be'included in the
above to the extent authorized by OWNER.
II.4.2. Cost of all materials and equipment furnished
and incorporated in the Work, including costs of trans-
portation and storage thereof, and Suppliers' field services
required in connection therewith. All cash discounts shall
accrue to CONTRACTOR unless OWNER deposits funds
with CONTRACTOR with which to make ~ayments, in
which case the cash discounts shah accrue to OWNER.
All trade discounts, rebates and refunds and all returns
from sale of surplus materials and equipment shall accrue
to OWNER, and CONTRACTOR shall make provisions
so that they may be obtained.
11.4.3. Payments made by CONTRACTOR to the
Subcontractors for Work Performed by -Subcontractors.
If required b)' OWNER, CONTRACTOR shall obtain
competitive bids from ,.Subcontractors acceptable to CON-
TRACTOR and shall deliver such bids to OWNER who
will then determine, with the advice of ENGINEER, which
bids will be accepted. If a subcontract provides that the
Subcontractor is to be paid on the basis of Cost of the
Work 'Plus a Fee, the Subcontractor's Cost of the Work
shall be determined in the same manner as CONTRAC-
TOR's Cost of the Work. Ail subcontracts shah be SubJect '
to the other provisions ofth~ (~ontract Documents insofar
as'applicable. /
11.'4.4. Costs ofspecial c0~sultants (includin~ but not
limited to engineers, architect:;, testine laboratories, sur-
veyors, attornevs and account:.nts) employed for services
specificallv reiated to the Worl '
11.4.$. Supplemental cost
I1.4.5.1. The proportic
lion, travel and subsistence
TOR's employees incurred
nected with the Work.
11.4.5.2. Cost. includin~
tenance, of all materials, sup
cry. appliances, office and t
site and hand tools not own(
are consumed in the perform~
less market value of such
which remain the property
11.4.5.3. Rentals ofall co~
machinery and the parts thet
CONTIL-XCTOR or others ir
agreements approved by OW
ENGINEER, and the costs o~
unloading, installation, dis
thereof--all in accordance w
agreements. The rental of any
cry or parts shall cease when
necessary, for the Work.
11.4.5.4. 'Sales, consumer
re!ated to the Work, and for w
liable, imposed by Laws and 1~
ii.4.5.5. Deposits lost for,
gence of CONTRACTOR. an:,
one directly or indirectly empl,
for whose acts any of them ma
payments and fees for permits
ncluding the following:
t of necessary transoor-,a-
expenses of'CONT'RAC-
discha~c of duties con-
:ransportation and main-
~{!es. equipment, machin-
:mpora~. facilities at
d by the workers, which
ncc of the Work. and cost
Is used but not consume~
CONTRACTOR.
~struction equipment and
eof whether rented from
accordance with rental
NER with the advice of
'transportation. loading.
mantling and removal
ith terms of said rental
uch equipment, machin-
use thereof is no longe:
use. or similar taxes
ich CONTRACTOR is
egulations.
:auses other than nevi-
Subcontractor or any-
~yed by any of them or
y be liable, and royalty
md licenses.
11.4.5.6. Losses and d mages (and related
expenses), not compensated by nsurance or otherwise.
to the Work or otherwise sustair ed by CONTRa. C-FOR
in connection with the: performance and furnishing of
the Work (except losses and damages within the
deductible amounts of property insut:a, nce established
by OWNER in accordance wit ~ paragraph 5.9), ~r~-
vialed they have resulted from ~causes other than the
negligence of CONTRACTOR, ~any Subcontractor. or
anyone directly or indirectly employed by any of them
or for whose acts any of then~ may be liable. Such
losses shall include settlements ~ade with the written
consent and approval of OWN[ER. ~No such losses.
damages and expenses shall be i ~cluded in the Cost of
the Work for the purpose of det,:rmining CONTRAC-
TOR's Fee. If, however, any' ;uch loss or damage
requires reconstruction and CONTRACTOR is placed
in charge thereof, CONTRACTOR shall be paid for
services a fee proportionate to that stated in paragraph
11.6.2.
CONTt~4 CTOR's Fee:
11.6. The CONTRACTOR's Fee al
TOR for overhead and profit shall be d
II.4.5.7. The cost of utilities, fuel and sanitary
facilities at the site.
11.6.1. a mutually acceptable fi.~
be agreed upon,
11.4.5.8. Minor expenses such as telegrams, long
distance telephone calls, telephone service at the site,
expressage and similar petty cash items in connection
with the Work.
11.4.$.9. Cost of premiums for additional Bonds
and insurance required because of changes in the Work
and premiums for property insurance coverage within
the limits of the deductible amounts established by
OWNER in accordance with paragraph 5.9.
I 1.5. The term Cost of the Work shall not include any of
the following:
11.5. I. Payroll costs and other compensati0r/of CON-
TRACTOR's officers, executives, principals (of partner-
ship and sole proprietorships), general managers, engi-
neers, architects, estimators, attorneys, auditors, accoun-
rants, purchasing and contracting agents, expeditors,
timekeepers, clerks and other personnel employed by
CONTRACTOR whether at the site or in CONTRAC-
TOR's principal or a branch office for general administra-
tion of the Work and not specifically included in the agreed
upon schedule of job classifications referred to in para-
graph i 1.4.1 or specifically covered by paragraph 11.4.4---
all of which are to be considered administrative costs
covered by the CONTRACTOR's Fee.
11.5.2. Expenses of CONTRACTOR's principal and
branch offices other than CONTRACTOR's office at the
site.
1 !.5.3. Any part of CONTRACTOR's capital expenses,
including interest on CONTRACTOR'S capital employed
for the Work and charges against CONTRACTOR for
delinquent payments.
11.5.4. Cost of premiums for all Bonds and for all
insurance whether or not CONTRACTOR is required by
the Contract Documents to purchase and maintain the
same (except for the cost of premiums covered by sub-
paragraph 11.4.5.9 above).
11.5.5. Costs due to the negligence of CONTRAC-
TOR, any Subcontractor, or anyone directly or indirectly
employed by any of ~hem or for whose acts any of them
may be liable, including but not limited to, the correction
of defective Work, disposal of materials or equipment
wrongly supplied and making good any damage to prop-
11.6.2. a fee based on the followi
various portions of the Cost of the
11.6.2.1. for cost~ incurred u
and 11.4.2, the CONTRACTOR'
percent;
11.6.2.2. for costs incurred, un
the CONTRACTOR's Fee shall
a subcontract is on the basis of
a Fee, the maximum allowable t
account of overhead and prSfit
shall be fifteen percent;
11.6.2.3. no fee shall be pay
costs itemized, under paragraphs 1
11.6.2.4. the amount of cred
CONTRACTOR to OWNER for ar
results in a net decrease in cost .~
the actual net decrease plus a d~d~
TOR's Fee by an amount equal.,
net decrease: and :.
11.6.2.5. when both, add]tic
involved in any one chanue;:the
TRACTOR's Fee shall be ~omput~
net change in accordance with
through 11.6.2.4, inclusive.
11.7. Whenever the cost of any Worl
pursuant to paragraph 11.4 or 11.5, C
submit in form acceptable to ENGINE]
breakdown together with supporting dst:
Cash Allowances:
11.8. It is understood that CONTRA
in the Contract l:qice all allowances so na
Documents and shall cause the Work so.
by such Subcontractors or Suppliers and 1
the limit of the allowances as may be 'al
NEER. CONTRACTOR agrees that:
1'1.8.'1. 'The allowances include
TRACTOR (less any applicable trade
rials and equipment required by the alh
ered at the site, and all applicable tax~
owed to CONTRAC-
.'term]ned as fo/lows:
ed fee: or if none can
ng percentages of the
fork:
:let paragraphs 11.4.1
Fee shall be fifteen
er paragravh 11.4.3.
e five percent: and if
ost of the Work Plus
CONTRA_ fOR on
,f all Subcontractors
tble on thc basis of
.4.4, I 1.4.5 and l 1.5:
t to be allowed by
y such chanve which
'ill be the amount of
:tion in CONTRAC-
t''ten percent of the
,s~ and credits are
~dj/4. stment in CON-
d on the basis of the
~aragraphs 11.6.2.1
:is to be determined
ONTRACTOR will
!R an itemized cost
ETOR has included
reed in the Contract
covered to be done
Or such sums within
:ceptable to ENGI-
:he cost to CON--
discounts) of mate-
~wances to be del]v-
:s; and
?o~" unloading and
n Costs, overhead,
[ for the allowances
rice and not in the
1'1.'8.2-. 'CONTRACTOR's cost~
11.5.6. 'Other overhead or general expense costs of handling '~)n the site, labor', installatk
any kind and the costs of any item not specifically and '""profit and 0ther expenses contemPla~e~
expres,.s.l.y !ncluded in i~arag. Vaph 11.4: '- .-:- ...-7' .... ~.-:-. ~..' '-':;. have been included in the Contrad't'
"~":-':'" ':: ':'"'"-' ::'' "~'"' ..... '"" ~'-" ;'":'"':'": .... "-':'::.' ...... .-'-::.'i .!.'.e::::.~....:~, ..-' .:..:: ....._-~:~ .... . ..... .
..'...... '.~ 7.. 5'i~.:f ' '
~'.'..;:...- .-. - ....- '.~ .'. '.:..-:'. .-...'....: :'23
.......... -'- . - :.'..:' ..--- '":.:: '-'. ".: "'.-.--'.' ": -' ' : - :. " '
· .' " ' . - -' .5' -:'. ".' .-. i. · '
allowances. No demand for additional payment on account
of any thereof will be valid.
Prior to final payment, an appropriate Change Order will be
issued as recommended by ENGINEER to reflect actual
amounts due CONTRACTOR on account of Work covered
by allowances, and the Contract Price shall be con-espond-
ingly adjusted.
Unit Price Work:
11.9.1. Where the Contract Documents provide that
all or part of the Work is to be Unit Price Work, initially
the Contract Price will be deemed to include for all Unit
Price Work an amount equal to the sum of the established
unit prices for each separately identified item of Unit Price
Work times the estimated quantity of each item as indi-
cated in the Agreement. The estimated quantities of items
of Unit Price Work are not guaranteed and are solely for
the purpose of comparison of Bids and determining an
initial Contract Price. Determinations of the actual quan-
tities and classifications of Unit Price Work performed by
CONTRACTOR will be made by ENGINEER in accor-
dance with Paragraph 9.10.
11.9.2. Each unit price will be deemed to include an
amount eonsid, ered by CONTRACTOR to be adequate to
cover CONTRACTOR's overhead and profit for each sep-
arately identified item.
11.9.3. Where the quantity of any item of Unit Price
Work performed by CONTRACTOR differs materially
and significantly from the estimated quantity of such item
indicated in the Agreement and there is no corresponding
adjustment with respect to any other item of Work and if
CONTRACTOR believes that CONTRACTOR has
incurred additional expense as a result thereof, CON-
TRACTOR may make a claim for an increase in the Con-
tract Price in accordance with Article 11 if the parties are
unable to agree as to the amount of any such increase.
ARTICLE 12--CHANGE OF CONTRACT TIME
12.1. The Contract Time may only be changed by a Change
Order or a Written Amendment. Any claim for an extension
or shortening of the Contract Time shall be based on written
notice delivered by the party making the claim to the other
party and to ENGINEER promptly (but in no event later than
thirty days) after the occurrence of the event giving rise to
the claim and stating the general nature of the claim. Notice
of the extent of the claim with supporting data shall be deliv-
ered within sixty days after such occurrence (unless ENGI-
NEER allows an additional period of time to ascertain more
accurate data in support of the claim) and shall .be accom-
panied by the claimant's written statement that the 'adjust-
ment claimed is the entire adjustment to which the claimant
has reason to believe it is entitled as a result of the occurrence
of said event. All claims for adjustment in the contract Time
shall'be determined by ENGINEI
graph 9. I 1 if OWNER and CONT
agree. No claim for an adjustmer
be valid it' not submitted in accorc
of this parag_raph 12.1.
12.2. The Contract Time will
equal to time lost due to delays ~
TRACTOR if a claim is made th
graph 12.1. Such delays shall in¢
acts or neglect by OWNER or o
work as contemplated by Article
disputes, epidemics, abnormal w
God.
12.3. All time limits stated 'i
are of the essence of the Agreen
Article 12 shall not exclude reco
but not limited to fees and chart
attorneys and other professional
costs) for delay by either party.
ARTICLE 13..--WARRANTY A
TESTS AND IN
CORRECTION,
ACCEPTANCE
Warranty and Guarantee:
13.1. CONTRACTOR wa
OWNER and ~NGtNEER thai
dance with the Contract Docume
Prompt notice of all defects she
TOR. All defective Work, whet
rejected, corrected or accepted,
Access to Work:
13.2. ENGINEER and EN
other representatives of OWNE
ernmental agencies withjurisdicti
to the Work at reasonable times fe
and testing. CONTRACTOR si
conditions for such access.
Tests and Inspections:
iR in accordance with para-
?,.ACTOR cannot other~,-ise
t in the Contract Time will
ance with the requirements
be extended in an amount
eyond the control of CON-
erefor as provided in
lude. but not be limited to,
:hers performing additional
7, or to fires, floods.
esther conditions or ac~ of
n the Contract Documents
tent. The provisions of tNs
tery for damages (including
es of engineers, architects.
s and court and arbit:'=-:icn
ID G UAiL-MNTE E:
iPECTIO~S;
REMOVAL OR
OF DEFECTIVE WORK
.'rants and guarantees :o
all ·Work will be in ac:c>
nts and will not be defer:i;'.-'.
dl be given to CONT.:L-'.C-
~er or not in place, may be
provided in this Articie !3.
itNEER's representatives.
R. testing agencies and gov-
~nal interests v,itl have ~ccess
r their observation,
tall provide proper and s~fe
13,3, CONTILa, CTOR sh~ ~ ye ENGINEER timely notice
of readiness of the Work for alltequired inspections, tests or
approvals. ' /
13.4. If Laws or Regulations of any public body having
jurisdiction_zeqtth:e any Work (Or part thereot3 to sgecificaily
be inspected, tested or apprc
assume full responsibility theref
therewith and furnish ENGINI
· otGnspection, testing or approv~
veal, CONTRACTOR s~.~l
~r, pay all costs in connection
iER the required certificates
d. CONTRACTOR shall also
be responsible for and shall pay all costs in connection with
any inspection or testing required in connection with OWN-
ER's or ENGINEER's acceptance of a Supplier of materials
or equipment proposed to be incorporated in the Work, or of
~materials or equipment submitted for approval prior to CON-
TRACTOR's purchase thereof for incorporation in the Work.
The cost of all inspections, tests and approvals in addition to
the above which are required by the Contract Documents
"'~shall be paid by OWNER (unless otherwise specified).
13.5. All inspections, tests or approvals other than those
'-'required by Laws or Regulations of any public body having
jurisdiction shall be performed by organizations acceptable
to OWNER and CONTRACTOR (or by ENGINEER if so
,-,specified).
13.6. If any Work (including the work of others) that is
into be inspected, tested or approved is covered without written
concurrence of ENGINEER, it must, fi.requested by ENGI-
NEER, be uncovered for observation. Such uncovering shall
be at CONTRACTOR's expense unless CONTRACTOR has ·
--'given ENGINEER timely notice of CONTRACTOR's inten-
tion to cover the same and ENGINEER has not acted with
reasonable promptness in response to such not/ce.
13.7. Neither observations by ENGINEER nor inspec-
tions, tests or approvals by others shall relieve CONTRAC-
TOR from CONTRACTOR's obligations to perform the Work
'-'in accordance with the Contract Documents.
Uncovering Work:
13.l]. Ifany Work is covered contrary to the written request
of ENGINEER, it must, if requested by ENGhNEER. be
uncovered for ENGINEER's observation and replaced at
CONTRACTOR's expense.
· "" 13.9. If ENGINEER considers it necessary or advisable
that covered Work be observed by ENGINEER or inspected
or tested by others, CONTRACTOR. at ENGINEER's
request, shall uncover, expose or otherwise make available
"","or observation, inspection or testing as ENGINEER may
require, that portion of the Work in question, furnishing all
necessary labor, mater/al and equipment. If it is found that
~such Work is defective, CONTRACTOR shall.bear all direct,
indirect and consequential costs of such uncovering, expo-
sure, observation, inspection and testing-and of satisfactory '
reconstruction, (includingbut not limited to fees and charges
-'bf engineers, architects, attorneys and other professionals),
.,end OWNER shall be entitled to an appropriate decrease
the Contract Price, and, if the parties are unable to agree as
-.to the amount thereof, may make a claim therefor.as.provided
n Article 11. If, however, such Work is not found to be
defective, CONTRACTOR shall be allowed afl'increase in
the Contact Price. or'an extension of the Contact Time, or
"~'~oth, directly attributable to such uncovering, exposure,
~bservation, inspection, testing and reconstruction; and, if
the parties are. unable to agree ag to the am~)u'imt or extent .
~2 ..?...~ ,~ ,LC, ;-2.~, ~;2':'--''".' '~-'.~ --.-' ."-'. :, .... . ..'-= · ....
thereof,'CONTRACTOR may make a cl
vided in Articles 11 and 12.
Owner ,~£ay Stop the Work:
13.10. If the Work is defective, or C
to supply sufficient skilled workers or
equipment, or fails to furnish or perforrr
way that the completed Work will conf
Documents, OWNER may order CONTI
Work, or any portion thereof, until the
has been eliminated; however, this right
the Work shall not give rise to any duty or~
to exercise this right for the benefit of
any other party.
Correction or Removal of Defective Work:
13.1 I. If required by ENGINEER, C
promptly, as directed, either correct
whether or not fabricated, installed or (
Work has been rejected by ENGINEEI~
site and replace it with nondefective Wc
shall bear all direct; indirect and conseq
correction or removal (including but no
charges of engineers, architects, attorne
sionals) made necessary, thereby.
One Year Correction Feriod: . ..
13.12. If within one year after the
Completion or such longer period 'of'ti
scr/bed by Laws or .Regulations or by th,
cable special guarantee required by the (
or by any specific provision of the Contr
Work is found to be defective. CONTRAC
without cost to OWNER and in accorda
written instructions, either correct such
if it has been rejected by OWNER, rerr
and replace it with nondefective Work.
does not promptly comply with the terms
or in an emergency where delay would (
loss or damage, OWNER may have the
rected or the rejected Work removed a
direct, indirect and consequential costs,
replacement (including but not limited tc
engineers, architects, attorneys and oth¢
be paid by CONTRACTOR. In special
a particular item of equipment is placed
before Substantial Completion of all the
period for that item may start to run frt
so provided in the Specifications or by V
Acceptance of Defective Work:
13.13.. If, instead of requiring correc
replacement of defective Work, OW1,
ENGINEER's recommendation ~of..fi
ENGINEER) prefers to accept it, OWNt
TRACTOR shall bear all direct, indirec
aim therefor as pro-
ONTRACTOR fails
uitable materials or
the Work in such a
>tm to the Contract
L~CTOR to st, op the
:ause for such order
of OWNER to stop
the part of OWNER
CONTRACTOR or
ONTRACTOR shall
all defective Work.
:ompleted, or, if the
· remove it from the
rk. CONTRACTOR
aential costs of such
limited to fees and
ts and or,her profes-
date of Substantial
~ as may be pre-
; t'erms of any appli-
~o~tract Documents
act Documents, any
TOR shall promptly.
ace with OWNER's
defective Work, or.
ove it from the site
If CONTRACTOR
:fsuch instructions.
ause serious risk of
ffefective Work cor-
ed replaced, and all
~fsuch removal and
fees and charges of
rprofess/onals) will
[rcumstances where
t continuous service
Vork, the correction
m an earlier date if
rritten Amendment.
~lon of removal and
'ER (and, prior to
~al payment, also
!R may do so. CON-
and consequential
costs attributable to OWNER's evaluation of and determi-
nation to accept such de£ective Work (such costs to be approved
by ENGINEER as to reasonableness and to include but not
be limited to fees and charges of engineers, architects, attor-
neys and other professionalsL If any such acceptance occurs
prior to F-NGINEER's recommendation of final payment, a
Change Order will be issued incorporating the necessary revi-
sions in the Contract Documents with respect to the Work;
and OWNER shall be entitled to an appropriate decrease in
the Contract Price, and, if the parties are unable to ag.ret as
to the amount thereof, OWNER may make a claim therefor
as provided in Article 11. If the acceptance occurs alter such
recommendation, an appropriate amount will be paid by
CONTRACTOR to OWNER.
OWNER May Correct Defective Work:
13.14. If CONTRACTOR fails within a reasonable time
alter written notice of ENGINEER to proceed to correct and
to correct defective Work or to remove and replaoe rejected
Work as required by ENGINEER in accordance with para-
graph 13.1 I, or if CONTRACTOR fails to perform.the Work
in accordance with the Contract Documents, or if CON-
TRACTOR fails to comply with any other provision of the
Contract Documents, OWNER may, after seven days' writ-
ten notice to CONTRACTOR, correct and remedy any such
deficiency. In exercising the rights and remedies under this
paragraph OWNER shall proceed expeditiously. To the extent
necessary to complete corrective and remedial action, OWNER
may exclude CONTRACTOR from all or part of the site, take
possession of all or part of the Work, and suspend CON-
TRACTOR's services related thereto, take possession of
CONTRACTOR's tools, appliances, construction equipment
and machinery at the site and incorporate in the Work all
materials and equipment stored at the site or for which OWNER
has paid CONTRACTOR but which are stored elsewhere.
CONTRACTOR shall allow OWNER, OWNER's represen-
tatives, agents and employees such access to the site as may
be necessary to enable OWNER to exercise the rights and
remedies under this paragraph. All direct, indirect and con-
sequential costs of OWNER in exercising such rights and
remedies will be charged against CONTRACTOR in an amount
approved as to reasonableness by ENGINEER, and a Change
Order will be issued incorporating the necessary revisions in
the Contract Documents with respect to the Work; and
OWNER shall be entitled to an appropriate decrease in the
Contract Price, and, if the parties are unable to agree as to
the amount thereof, OWN'ER may make a claim therefor as
provided in Article 1 I. Such direct, indirect and consequen-
tial costs will .include but not be limited to fees and charges
of engineers, architects, attorneys and other professionals,
all court and arbitration costs and all costs of repair and
replacement of work of others destroyed or damaged by
correction, removal or replacement of CONTRACTOR's
defective Work. CONTRACTOR shall not be allowed an
extension of the Contract Time because of any delay in per-
formance of tl~e Work attributable to the exercise by OWNER
of OWNER's rights and remedies hereunder. '" '.'
26
ARTICLE 14--PAYMENTS TO ONTRACTOR AND
COMPLETION
Schedule of Values:
14.1. The schedule of values e:;tablished as provided in
paragraph 2.9 will serve as the basis for progress payments
and will be incorporated into a fort
ment acceptable to ENGINEER.
account of Unit Price Work will be
units completed.
Application for Progress Payment:
14.2. At least twenty days be~or
is scheduled (but not more often th:
TRACTOR shall submit to ENGINI
cation for Payment filled out and sis
covering the Work completed as of ti
,and accompanied by such suppor~
required by the Contract Documents
on the basis of materials and equip,
the Work but delivered and suitab?
another location agreed to in writ
Payment shah also 'be accompanied
or other documentation warranting tl~
the materials and equipment free and
security interests and encumbrance
in these General Conditions referr
evidence that the materials and eq~
appropriate property insurance and
protect OWNER's interest therein,
isfactory to OWNER. The amount c
to progress paymints will be as stipt
CONTRA CTOR's Warranty of Title:
14.3. CONTRACTOR warrants
to all Work, materials and equipmer
cation for Payment, whether incort
not, will pass to OWNER no later t
free and clear of all Liens.
Review of Applications for Progress P~
14.4. ENGINEER will, within t
each Application for Payment, eith
recommendation of payment and pr~
OWNER, or return the Application
caring in writing ENGINEER's rea:
ommend payment. In the latter ca:
make the necessary corrections ant
tion. Ten days after presentation of
ment with ENGINEER's recommer
ommended will (subject to the provis
of paragraph 14.7) become due and ,~
OWNER to CONTRACTOR.
"14.5. ENGINEER's recommend
requested in 'an Application for Pa
a of Application for Pay-
Progress payments on
based on the number of
: each progress payment
tn once a month). CON-
'~ER for review an Appii-
ned by CONTRACTOR
~e date of the Application
ng documentation as is
· If payment is requested
aent not incorporated in
t stored at the site or at
ng. the Application for
by a b?ll of sale. invoice
at OWNER has received
:lear of all liens, cha~es.
~ (which are hereinaAer
:d to as "Liens"J and
,ipment are covered by
other arrangements to
all of which will be sa:-
f retainage with respe::
fated in the Agreement.
~nd guarantees that title
t covered by any Ap.rli-
orated in the Project or
tan the time of payme.~t
rment:
n days after receipt of
:r indicate in wfitino_ a
'.sent the Application-to
a CONT1L&CTOR indi-
OhS for refusing to
, CONTRACTOR may
resubmit the Applic~-
he Application for Pay-
:lation, the amount fez-
OhS of the last sentence
hen due will be paid by
ation 'of' any' ~ayment
merit will constitute a
representation by ENGINEER to OWNER, based on ENGI-
NEER's on-site observations of the Work in progress as an
experienced and qualified design professional and on ENGI-
NEER's review of the Application for Payment and the
accompanying data and schedules that the Work has pro-
gressed to the point indicated: that, to the best of ENGI-
NEER's knowledge, information and belief', the qualiiy of
the Work is in accordance with the Contract Documents
(subject to an evaluation of the Work as a functioning whole
prior to or upon Substantial Completion, to the results of'any
subsequent tests called for in the Contract Documents, to a
final determination of quantities and classifications for Unit
Price Work under paragraph 9.10, and to any other qualifi-
cations stated in the recommendation); and that CONTRAC-
TOR is entitled to payment of the amount recommended.
However, by recommending any such payment ENGINEER
will not thereby be deemed to have represented that exhaus-
tive or continuous on-site inspections have been made to
check the quality or the quantity of the Work beyond the
responsibilities specifically assigne.d to ENGINEER in the
Contract Documents or that there may not be other matters
or issues between the parties that might entitle CONTRAC-
TOR to be paid additionally by OWNER or OWNER to
withhold payment to CONTRACTOR.
14.6. ENGINEER's recommendation of final payment
will constitute an additional representation by ENGINEER
to OWNER that the conditions precedent to CONTRAC-
TOR's being entitled to final payment as set forth in paragraph
14.13 have been fulfilled.
14.7. ENGINEER may refuse to recommend the whole
or any part of any payment if. in ENGINEER's opinion, it
would be incorrect to make such representations to OWNER.
ENGINEER may also refuse to recommend any such pay-
ment, or, because of subsequently discovered evidence or
the results of subsequent inspections or tests, nullify any such
payment previously recommended, to such extent as may be
necessary in ENGINEER's opinion to protect OWNER from
loss because:
14.7. I. the Work is defective, or completed Work has
been damaged requiring correction or replacement,
14.7.2. the Contract Price has been reduced by Writ-
ten Amendment or Change Order,
14.7.3. OWNER has been required to correct defec-
tive Work or complete Work in accordance with paragraph
13.14, or
14.7.4. of ENGINEER's actual knowtedge of .the
occurrence of any of the events enumerated in paragraphs
15.2.1 through 15.2.9 inclusive.
OWNER'to a set-off against the amot
OWNER must ~ve CONTRACTOR in
(with a copy to ENGINEER) stalin
action.
Substantial Completion:
14.8. When CONTRACTOR con
ready for its intended use CONTI1
OWNER and ENGINEER in writing
substantially complete {except for kerr
CONTRACTOR as incomplete) and
NEER issue a certificate of Substanti:
a reasonable time thereafter, OWNER
ENGINEER shall make an inspection
mine the status of completion. If ENE
sider the Work substantially complete.
CONTRACTOR in writing giving th,
ENGINEER considers the Work st
ENGINEER will prepare and deliver
certificate of Substantial Completion
of Substantial Completion. There
certificate a tentative list of items to
rected before final payment. OWNER
after receipt of the tentative certificate
written objection to ENGINEER as
certificate or attached list. If. after
lions, ENGINEER concludes that:thi
tially complete. ENGINEER will ,,i)itl
submission of the tentative certifica
CONTRACTOR in writing, stating:th
after consideration of OWNER's Ob
considers the Work substantially coral
within said fourteen' days execute
and CONTRACTOR a definitive cex
Completion (with a revised tentative 1
pleted or corrected) reflecting such cha
certificate as ENGINEER believes jt
ation of any objections from OWNER.
of the tentative certificate of Substant
NEER will deliver to OWNER and CO
recommendation as to division of re
final payment between OWNER and
respect to security, operation, safer
utilities, insurance and warranties.
CONTRACTOR agree otherwise in
ENGhNF_F_R prior to ~NGINEER.'s
certificate of Substantial Completion,
said recommendation will be binding
TRACTOR until final payment.
14.9. OWNER shall have the
TRACTOR from the Work after the dE
pletion, but OWNER shall allow CON
OWNER may refuse to make l>ayment of the full amount
recommended by ENGINEER because claims have been
made against OWNER on account of CONTRACTOR's per-. Partial tJtilizan'on: '
formance or furnishing of the Work or Liens have been filed.. 14.10.. -Use by OWNER of any fin
in connection with the Work or there are other items entitling · which has specifically been identified
..... ~.._. ~- .._. -
nt recommended, but
mediate written notice
the reasons for such
iders the entire Work
ACTOR shall notify
hat the entire Work is
s specifically listed bv
request that ENGf-
I Completion. Within
CONTRACTOR and
of the Work to deter-
INEER does not con-
iNGINEER will notifT
: reasons therefor. If
bstantially comple[e.
o OWNER a tentative
thich shall fix the date
dl be attached to the
be completed or cor-
shall have seven days
during which to make
, any provisions of the
!nsidering such objec-
Work is not substan-
~in fourteen days after
:e to OWNER notify
:.reasons therefor. If.
ections,, ENGINEER
'lete,' ENGINEER will
d deliver to OWNER
tificate of Substantial
ist of items to be com-
nges from the tentative
;stifled after consider-
At the time of delivery
iai Comp!etlon ENGI-
NTRACTOR a written
sponsibilities pending
CONTRACTOR with
l, maintenance, heat.
Unless OWNER and
,vriting and so inform
issuing the definitive
ENGINEER's afore-
m OWNER and CON--
ght to exclude CON-
.te of Substamial Corn-
tRACTOR reasonable
access to complete or correct items o ~ the tentative list.
'.she~l' part of the Work,
in 'the Contra'ct Docu-
ments, or which OWNER, ENGINEER and CONTRAC-
TOR agree constitutes a separately functioning and useable
part of the Work that can be used by OWNER without sig-
nificant interference with CONTRACTOR's performance of
the remainder of the Work, may be accomplished prior to
Substantial Completion of all the Work subject to the follow-
ing:
14.10.1. OWNER at any time may request CON-
TRACTOR in writing to permit OWNER to use any such
part of the Work which OWNER believes to be ready for
its intended use and substantially complete. If CON-
TRACTOR agrees, CONTRACTOR will certify to OWNER
and ENGINEER that said part of the Work is substantially
complete and request ENGINEER to issue a certificate of
Substantial Completion for that part of the Work. CON-
TRACTOR at any time may notify OWNER and ENGI-
NEER in writing that CONTRACTOR considers any such
part of the Work ready for its intended use and substan-
tially complete and request ENGINEER to issue a certif-
icate of Substantial Completion for that part of the Work.
Within a reasonable timeafter either such request, OWNER,
CONTRACTOR and ENGINEER shall make an inspec-
tion of that part of the Work to determine its status of
completion. If ENGINEER does not consider that part of
the Work to be substantially complete, ENGINEER will
notify OWNER and CONTRACTOR in writing giving the
reasons therefor. If ENGINEER considers that part of the
Work to be substantially complete, the provisions of para-
graphs 14.8 and 14.9 will apply with respect to certification
of Substantial Completion of that part of the Work and the
division of responsibility in respect thereof and access
thereto.
14.10.2. OWNER may at any time request CON-
TRACTOR in writing to permit OWNER to take over
operation of any such part of the Work although it is not
substantially complete. A copy of such request will be
sent to ENGINEER and within a reasonable time there-
after OWNER, CONTRACTOR and ENGINEER shall
make an inspection of that part of the Work to determine
its status of completion and will prepare a list of the items
remaining to be completed or corrected thereon before
final payment. If CONTRACTOR does not object in writ-
ing to OWNER and ENGINEER that such part of the
Work is not ready for separate operation by OWNER,
ENGINEER will finalize the list of items to be completed
or corrected and will deliver such list to OWNER-and
CONTRACTOR together with a written recommendation
as tO the division of responsibilities pending final payment
between OWNER and CONTRACTOR with respect to
security, operation, safety, maintenance, utilities, insur-
ance, warranties and guarantees for that pan of the Work
which will become binding upon OWNER and CON-
TRACTOR at the time when OWNER takes over such.
.operation (unless they shall have otherwise agreed in writ-
mg and so informed ENGINEER). During such operation
and prior to Substantial Completion of such part of the
Work, OWNER shall allow CONTRACTOR reasonable
access to complete or correct items on said list and to
comP!ete other related Work.
28
N.10.3. No occupancy or
of the Work will be accomplish(
the requirements of paragraph.
insurance.
Final Inspection:
14.1 I. Upon writtennotice fron
entire Work or an agreed portion tt
NEER will make a final inspection
TRACTOR and will notify CONTI
particulars in which this inspectiot
incomplete or defective. CONTR~
take such measures as are necess:
ciencies.
Final Application for Payment:
maintenance and operating instruc~
tees, Bonds, certificates of inspec
documents (as provided in paragraI
merits---all as required by the Contr~
ENGINEER has indicated that the
jeer to the provisions of paragraph
may make application for final pay
cedure for prom'ess pavr~ents. The fi
ment shall be ;ccomplnied by all d,
in the Contract Documents, together ~
effective releases or waivers (satisfa(
Liens arising out of or flied in conne,
lieu thereof and as approved by OW
may furnish receip{s or releases in fu
TRACTOR that the releases and rec
services, material and equipment for
filed, and that all payrolls, material at
other indebtedness connected with
OWNER or OWNER's property migh
sine, have been paid or otherwise sa
the surety, if any, to final payment. I~
Supplier fails to furnish a release or
TRACTOR may furnish a Bond or ot
tory to OWNER to indemnify OWNE
Final Payment and Acceptance:
14.13. If, on the basis of ENGIN
the Work during construction and
ENGINEER's review of the final Apl
and accompanying documentation--a
Contract Documents, ENGINEER is:
has been completed and CONTRACTI
under the Contract Documents have
NEER will, within ten days alter rec,
cation for .Payment, indicate in writit
ommendation of payment and prese
OWNER for payment. Thereupon Ei
written notice to OWNER and CONTR~
is acceptable subject to the provisions
separate operation of part
,d prior to compliance with
LIS in respect of prope.,'ty
z CONTRACTOR that the
ereofis complete, ENGi-
with OWNER and CON-
LACTOR in writing of all
reveals that the Work is
CTOR shall immediately
try to remedy such de,~'-
completed all such cor-
NEER and delivered
ions, schedules, guaran-
lion, marked-up record
h 6.19) and other docu-
ct Documents, and a~ter
Vork is acceptable (sub-
!4.16), CONTRACTOR
nent following the pro-
hal Application for Pay-
~cumentation called for
,ith complete and
:tory. to OWNER) ~fail
:lion with the Work.
NER, CONTRACTOR
[I; an affidavit of CON-
eipts include ali labor.
which a Lien could be
td equipment bills, and
the Work for which
t in any way be respon-
tisfied; and consent of
'any Subcontractor or
receipt in full, CON-
her collateral satisfac-
R against any Lien.
:-ER's observation of
~nal inspection, and
)lication for Payment
as required by the
tisfied that the Work
~R's other obligations
)een fulfilled, ENGI-
)t of the final Appli-
ENGINEER's rec-
the Application to
GINEER will give
.CTOR that the Work
of paragraph 14.16.
Otherwise, ENGINEER will return the Application to CON-
TRACTOR, indicating in writing the reasons for refusing to
recommend final payment, in which case CONTRACTOR
,-- shall make the necessary corrections and resubmit the Appli-
cation. Thirty days after presentation to OWNER of the
Application and accompanying documentation, in appropri-
ate form and substance, and with ENGINEER's recommen-
"' dation and notice of acceptability, the amount recommended
by ENGINEER will become due and will be paid by OWNER
to CONTRACTOR.
14.14. If, through no fault of CONTRACTOR, final com-
pletion of the Work is significantly delayed and if ENGI-
,_ NEER so confirms, OWNER shall, upon receipt of CON-
TRACTOR's final Application for Payment and recommen-
dation of ENGINEER, and without terminating the Agree-
ment, make payment of the balance due for that portion of
"' the Work fully completed and accepted. If the remaining
balance to be held by OWNER for Work not fully completed
or corrected is less than the retainage stipulated in the Agree-
.... ment, and if Bonds have been furnished as required in para-
graph 5.1, the written consent of the surety to the payment
of the balance due for that portion of the Work fully com-
pleted and accepted shall be submitted by CONTRACTOR
'" to ENGINEER with the Application for such payment. Such
payment shall be made under the terms and conditions gov-
erning final payment, except that it shall not constitute a
waiver of claims.
Contractor's Continuing Obligation:
14.15. CONTRACTOR's obligation to perform and com-
plete the Work in accordance with the Contract Documents
shall be absolute. Neither recommendation of any progress
or final payment by ENGINEER, nor the issuance of a cer-
tificate of Substantial Completion, nor any payment by
OWNER to CONTRACTOR under the Contract Documents,
nor any use or occupancy of the Work or any part thereof by
OWNER, nor any act of acceptance by OWNER nor any
failure to do so, nor any review and approval of a Shop
Drawing or sample submission, nor the issuance of a notice
of acceptability by ENGINEER pursuant to paragraph 14.13,
nor any correction of defective Work by OWNER will con-
stitute an acceptance of Work not in accordance with the
Contract Documents or a release of CONTRACTOR's obli-
gation to perform the Work in accordance with the Contract
Documents (except as provided in para.apb 14.16).
Waiver of Clnims:
14.16. The making and acceptance of final payment will
constitute:
14.16.1. a waiver of all claims by OWNER against
CONTRACTOR, except claims arising from unsettled
Liens, from defective Work appearing after final inspec-
tion pursuant to paragraph 14.11 or from failure to comply
with the Contract Documents or the terms of any special
guarantees specified therein; however, it will not consti-
tute a waiver by OWNER of any rights in Tespect of
CONTRACTOR's continuing oblig:
tract Documents; and
14.16.2. a waiver of all claims
against OWNER other than those pr~
lng and still unsettled.
ARTICLE lb--SUSPENSION OF W~
TEtLMINATION
Owner May Suspend Work:
15.1. OWNER may, at any time al
penal the Work or any portion there6f f,
than ninety days by notice in writing tt
ENGINEER which will fix the date o
resumed. CONTRACTOR shall resum
so fixed. CONTRACTOR shall be allo
Contract Price or an extension of the C
directly attributable to any suspensn
makes an approved claim therefor as
and 12.
Owner May Terminate:
15.2. Upon the occurrence of
following events:
15.2.1. if CONTRACTOR comn
under any chapter of the Bankruptc3
States Code), as now or, hereafter
TRACTOR takes any equivalent or
a petition or otherwise under any
law in effect at such time relatin
insolvency;
15.2.2. if a petition is filed a
under any chapter of the Bankn
hereafter in effect at the time of f
filed seeking any such equivalent
CONTRACTOR under any other
effect at the time relating to bankv
15.2.3. if CONTRACTOR mak
for the benefit of creditors;
15.2.4. if a trustee, receiver,
CONTRACTOR is appointed unde~
contract, whose appointment or a
of property of CONTRACTOR
enforcing a Lien against such pro~
of general administration of such
of CONTRACTOR's creditors;
15.2.5. if CONIRACIOR ad~
ity to pay its debts generally as tN
15.2.6. if CONTRACTOR per:
'~e Work 'in accordance with th
lions under the Con-
by CONTRACTOR
:viously made in writ-
)RK AND
td without cause, sus-
)r a period of not more
, CONTRACTOR and
a which Work will be
.' the Work on tl~e date
a, ed an increase in tee
ontract Time, or both,
m if CONTRACTOR
,rovided in Articles I 1
one or more of tee
:nces a voluntary, case
Code (Title l 1. Unite~
in effect, or if CON-
similar action by filing
other federal or state
to the bankruptcy or
ainst CONTRACTOR
ptcy Code as now or
ling. or if a petition is
~r similar relief agains:
federal or state lax,.- iv.
tptcy or insolvency:
general assignment
custodian or agent of
appllcab{e [aw or under
~thority to take charge
is for the purpose of
erty or for the purpose
~roperty for the benefit
tits in writing an inabil-
:y become due;
istently fails to perform
Contract Documents
(including. but not limited to, failure to supply sufficient
skilled workers or suitable materials or equipment or
failure to adhere to the progress schedule established under
paragraph 2.9 as revised from time to time);
15.2.7. if CONTRACTOR disregards Laws or Regu-
lations of any public body havinvjurisdicfion;
15.2.8. if CONTRACTOR disregards the authority of
ENGINEER; or '
15.2.9. if CONTRACTOR otherwise violates in any
substantial way any provisions of the Contract Docu-
ments;
OWNER may, after giving CONTRACTOR (and the surety,
if there be one) seven days' written notice and to the extent
permitted by Laws and Regulations, terminate the services
of CONTRACTOR, exclude CONTRACTOR from the site
and take possession of the Work and of ali CONTRACTOR's
tools, appliances, construction equipment and machinery at
the site and use the same to the full extent they could be used
by CONTRACTOR (without liability to CONTRACTOR for
trespass or conversion), incorporate in the Work all materials
and equipment stored at the site or for which OWNER has
paid CONTRACTOR but which are stored elsewhere, and
finish the Work as OWNER may deem expedient. In such
case CONTRACTOR shall not be entitled to receive any
further payment until the Work is finished. If the unpaid
balance of the Contract Pr/ce exceeds the direct, indirect and
consequential costs of completing the Work (including but
not limited to re'es and charges of engineers, architects, attor-
neys and other professionals and court and arbitration costs)
such excess will be paid to CONTRACTOR. If such costs
exceed such unpaid balance, CONTRACTOR shall pay the
difference to OWNER. Such costs incurred by OWNER will
~.e approved as to reasonableness by ENGINEER and incor-
porated in a Change Order, but when exercising any rights
or remedies under this paragraph OWNER shall not be required
to obtain the lowest price for the Work performed.
15.3.- Where CONTRACTOR'.~
terminated by OWNER, the termit
rights or remedies of OWNER agai~
existing or which may thereafter a
payment of moneys due CONTRA
not release CONTRACTOR from li:
15.4. Upon seven days' wr/tte~
TOR and ENGINEER. OWNER
without prejudice to any other right
don the Work and terminate the A
CONTRACTOR shall be paid for ali
expense sustained plus reasonable terr
will include, but not be limited to,
sequential costs (including, but not lin
of engineers, architects, attorneys
and court and arbitration costs).
Contractor May Stop }Fork or Terrain,
15.5. IL through no act or fault
Work is suspended for a period of n
OWNER or under an order of court ~
or ENGINEER fails to act on any A
within thirty day§ after it is subrnitte
thirty days to pay CONTRACTOR
mined to be due, then CONTRAC'I
days' written notice to OWNER and
the Agreement and recover from
Work executed and any expense sus
termination expenses. In addition am
the Agreement. if ENGINEER has fa
cation for Payment or OWNER has
merit as aforesaid, CONTRACTOR
written notice to OWNER and ENI
until payment of all amounts then due
paragraph shall not relieve CONTRAC
under paragraph 6.29 to carry on the
with the progress schedule and withou~
and disagreements with OWNER.
[The remainder of this page was left blank intentionally.]
30 7:
services have been so
ation will not affect any
ist CONTRACTOR then
ccrue. Any retention or
ClOR by'OWNER will
tbility.
notice to CONTRAC-
nay. without cause and
~r remedy, elect to aban-
:reement. In such case.
'Work executed and any
aination expenses, whic~
;irect, indirect and con-
5ted to, fees and char~es
md other profession-als
~f CONTKekCTOR. the
>re than ninety days by
' other public authority.
pplication for Payment
2, or OWNER.fa'ils for
any sum finally deter-
'OR may, upon seven
;NGINEER, terminate
/NCR payment for ail
:ained plus reasonabie
I in lieu of terminating
led to act on an Appii-
tiled to make any pay-
aa.v' upon seven days'
NEER stop the Work
The provisions oE this
fOR of the obligations
Work in accordance
delay during disputes
ARTICLE 16--ARBITRATION
16.1. All claims, disputes and other matters in question
between OWNER and CONTRACTOR arising out of. or
relating to the Contract Documents or the breach thereof
(except for claims which have been waived by the making or
acceptance of final payment as provided by paragraph.14.16)
will be decided by arbitration in accordance with the Con-
struction Industry Arbitration Rules of the American Arbi-
tration Association then obtaining subject to the limitations
of this Article 16. This agreement so to arbitrate and any
other agreement or consent to arbitrate entered into in accor-
dance herewith as provided in this Article 16 will be specifi-
cally enforceable under the prevailing law of any court having
jurisdiction.
16.2. No demand for arbitration of any claim, dispute or
other matter that is required to be referred to ENGINEER
initially for decision in accordance with paragraph 9.11 will
be made until the earlier of(a) the date on which ENGINEER
has rendered a decision or (b) the tenth day after the parties
have presented their evidence to ENGINEER if a written
decision has not been rendered by ENGINEER before that
date. No demand for arbitration of any such claim, dispute
or other matter will be made later than thirty days after the
date on which ENGINEER has rendered a written decision
in respect thereof in accordance with paragraph 9. I 1; and the
failure to demand arbitration within said thirty days' period
shall result in ENGINEER's decision being final and binding
upon OWNER and CONTRACTOR. If ENGINEER renders
a decision after arbitration proceedings have been initiated.
such decision may be entered as evidence but will not supersede
the arbitration proceedings, except where the decision is
acceptable to the parties concerned. No demand for arbitra-
tion of any written decision of ENGINEER rendered in
accordance with paragraph 9. l0 will be made later than ten
days after the party making such demand has delivered writ-
ten notice of intention to appeal as provided in paragraph
9.10.
16.3. Notice of the demand for arbitration will be filed in
writing with the other party to the Agreement and with the
American Arbitration Association, and
ENGINEER for information. The dem~
be made within the thirty-day or ten-d~
paragraph 16.2 as applicable, and in all
reasonable time after the claim, dispu
question has arisen, and in no event s[
be made after the date when institutim
proceedings based on such claim, disp,
question would be barred by the appl~
rations.
16.4. No arbitration arising out of (
tract Documents shall include by cons(
any other manner any other person
ENGINEER, ENGINEER's agents.,
rants) who is not a party to this coiitra(
16.4.1. the inclusion of such otl
necessary if complete relief is to be
who are already parties to the arbit
16.4.2. such other person or
involved in a question of law or fac
those who are already parties to th~
will arise in such proceedings, and
16.4.3. the written consent.of th
sought to be included and of OWl
TOR has been obtained for such in,
shall make specific reference, to
such consent shall constitute cons,
dispute not specifically described
arbitration with any party not specil
consent.
16._5. The award rendered by the
judgment may be entered upon it in
diction thereof, and will not be sub
appeal except to the extent permitte(
o[' the Federal Arbitration Act (9 U.S
[The remainder of this page was left blank intentionally.]
31 ' '
a copy will be sent to
nd for arbitration will
ty period specified in
other cases within a
[e or other matter in
all any such demand
~ of legal or equitable
ae or other matter in
cable statute of tirol-
,r relating to the Con-
,lidation. joinder or in
or entity {including
:mployees or consul-
:t unless:
ter person or entity is
afforded among those
'arSon.
:ntity is substantially
t which is common to
arbitration and which
other person or entity
4<ER and CONTRA~-
:Pasion. which consent
his paragraph; but no
nt to arbitration of any
in such consent or to
icatly identified in such
rbitrators will be final.
tny court having juris-
ect to modification or
by Sections 10 and l l
C. §§I0.11).
[This page was left blank intentionally.]
.~RTICLE 17--MISCELLANEOUS
;i~ing Notice:
17.1. Whenever any provision of the Contract Docu-
"aents requires the giving of written notice, it will be deemed
~ have been validly given if delivered in person to the indi-
vidual or to a member of the firm or to an officer of the
corporation for whom it is intended, or if delivered at or sent
,y registered or certified mail, postage prepaid, to the last
ousiness address known to the giver of the notice.
-Computation of Time:
17.2.1. When any period of time is referred to in the
Contract Documents by days, it will be computed to exclude
the first and include the last day of such period. If the last
day of any such period falls on a Saturday or Sunday or
on a day made a legal holiday by the law of the applicable
jurisdiction, such day will be omitted from the computa-
tion.
17.2.2. A calendar day of twenty-four hours measured
from midnight to the next midnight shall constitute a day.
'$eneral:
17.3. Should OWNER or CONTRACTOR suffer injury
damage to person or property because of any error, orals-
sion or act. of the other party or of any c
employees or agents or others for whose:
is legally liable, claim will be made in ~
party within a reasonable time of the first,
injury or damage. The provisions of this p
not be construed as a substitute for or a
visions of any applicable statute of limita~
17.4. The duties and obligations imp~
eral Conditions and the rights and remco
under to the parties hereto, and, in par
limitation, the warranties, guarantees and
upon CONTRACTOR by paragraphs 6.3C
14.3 and 1'5.2 and all of the fights and re
OWNER and ENGINEER thereunder,
and are not to be construed in any way as
rights and remedies available to any or al
otherwise imposed or available by Laws
special warranty or guarantee or by oth~
Contract Documents, and the provision
will be as effective as if repeated specific
Documents in connection with each pan
tion, right and remedy to which they ap!
tions, warranties and guarantees made i~
uments will survive final payment and
pletion of the A~eement.
f the other party's
.cts the other party
tiring to the other
~bservance of such
aragraph 17.3 shall
waiver of the pro-
ions or repose.
)sed by these Gen-
lies available here-
:icular but without
)bligations imposed
13.1, 13.12, 13.14.
~edies available to
~re in addition to.
a limitation of', any
of' them which are
or Regulations, by
:r provisions of the
~ of this paragraph
~lly in the Contract
icutar duty, oblige-
fly. All representa-
~ the Contract Doc-
:rmination or com-
LmK~/_B IT A
Construction Performance Bond
Any singular reference to Contractor. Surety, Owner or other party shall be considered plura
NTRACTOR (Name and Address):
OWNER (Name and Address):
,NSTRUCTION CONTRACT
Date:
Amount:
)escription (Name and Location)'
BOND
-Date (Not earlier than Construction Contract Date):
'-.mount:
Modifications to this B.ond Form:
~NTRACTOR AS PRINCIPAL
Company:
SURETY
(Cm'p. Seal) Company:
SURETY (Nan',c and Principal Pla,
?4arne and Tit[e:
~NTRACTOR AS PRINCIPAL
Company:
'"'~[gnature:
,,:amc and Title:
Signature'
Name and Tide:
S U RETY
(Corp. Seal) Company:
Signature:
Name and Title:
EJCDC No. 1910-28A (1984 Edition)
Prepared through thc joint efforts of The ,.Surety Association of America. Engineers' Joint Contract Documents Commiu
where. ,',pplicab[e.
:e of Business):
:e. The Associated
(Co:'.:.
(Corp.
· I he Contractor and Ibc Surety.jointly and sc:'eratly, bind thcm.%clvcs.
heir heirs, executors, adminbwaturs, successors and a~si~ns to thc Owner
~c in by reference.
~.. Il' thc Contractor performs thc Construction Cuntruc~. thc Surety and
he Conwactor ~hall have no obligation under this Bond. except to Oar-
k~tc in conferences ax provided in Subparagraph 3. ~.
':here is no Owner Dcfimlt. thc Surety'~ obligation under thb Bond
3. I. ~nc Owner has notified thc Cont~c:or and :he Sure=5' at its address
described in Paragraph 10 below. ~hat thc Owner is considering
dec{aping a Con~rnc:or Default and has requested and attempted
to nrran~¢ a conference with thc Con:rag:of and thc Sureb' Io be
hew not later than fifteen days aRer receipt of such notice ;o
discuss mmhods of pegorming the Construction Contract. I[ thc
Owner. the Compactor and the Surety agree, thc Contractor shall
be allowed: reasonable dine ~o pc~orm thc Construction Con-
wacL but such an agreement shall not waive ~hc Owner's right.
any. subsequently to declare a Contractor DcfauR: and
~2. T~e Owner has decbrcd a Contractor Default and Formally
minored the Contrac:or's right ;o compie~e thc con:FueL Such
Contractor Default shall not be declared earlier than :went7 days
aNer the Contractor and the Sure;y have received notice as pro-
vided in Subparagraph 3. l: and
3. The Owner has agreed to pay the Babnce of the Contract Price
to Ibc Surrey in accordance with thc terms of the Construction
Conlract or to a contractor selected to perform thc Consu'ucfion
Contract in accord=ncc with the forms of thc contract with the
Owner.
4. /hen thc Owner has ~adsRed the conditions of Paragraph 3. thc Surety
shall promptly and at the Surety's expense ~ake one of thc Following
a~ns:
.1. Arrange For the Contractor. with consent of thc Owner. to perform
and comple:e the Construction Con~rac:: or
a.a. Under:uRn to perform and complc:c thc Construction Comrac~
itself. ~hrough its a~cn~s or through independent tampon{ors: ur
~.3. awash bids'ar neVada:ed proposals from quali~ed contractors
acceptable ~o ~he Owner ~r a con:race For performance and cam-
pie:kin o( the Construction Carapace. arrange For u contract ~o bc
prepared (or execution by thc Owner and thc con:reeler ~c~cclcd
with the Owner's concurrence, to be secured '.~kh
and ~aymeat bonds executed by a qua[i~ed sure:y c~uivaleat
~he bonds issued on the Construction Comp:tnt. and pay to
Owner the amount of damages as described in Paragraph 6
excess of the Batancc of the Con,rant Price incurred by ~he Owner
re~ultlng from the Con~ractor's default: or
-.:. Waive its right :o.pcd~rm and complete, arrange for cample:iom
or obtain ~ new contractor and with reasonable prompmcss under
:he circum~anc¢~:
[. After inve=tigudon, determine :he amount for which it may
liable ~o ike Owner and. as ~oon as prac~!cab!e after the
i~ de:ermined, tender payment therefor to thc Owner; or
2. Deny liability in whole or in par: and noddy thc Owner
reasons thcrdor.
5 f ;he Surc:y docs not procc:d as provid¢d ia Paragraph 4 with reagan-
ann promptness, the Surety shall be deemed lo be in dcl~utt on this Bond
tioga ~;:y5 arc: receipt of an addS:lured wriacn no:icc :'rom thc Owner
a ~e Surety dcma0ding thai thc Surety perform ks obligations under this
E ed. =nd thc Owner sh:W be entitled to enforce any req;cdy ;wallabee
Ih¢ Owner. Ir the Surety proceeds as provided in Subparagraph 4.4.
thc Owner refuses the payment tendered or ~hc Surety has denied liab[liw.
it~;hole or in part. without further notice the Owner shall be enddcd
e ~rc= any remedy avaiiable to the Owner.
6. AFter thc O`.~ncr has :cra:ina:cd thc Contr;~
Con:,.truction Contract. ;md iFthc Surcp..'
4. I. 4.2. or~4.3 above. :hca ~h¢ re~o.'t.,,ibi!itic:
.,,hall not be greater ti'mn thm, e of thc Contrac
Car, ir, act. and thc rcspor, sibiiities of thc Own,
crc:tact than those of the O`.vncr u.'Wcr thc Co
limit of thc amount ol'~hi> Bond. but subject
of thc 13;dana.: of thc Ctm:rac:. Price to midg
nfl :he Con.,tn~ction Con:a:,::. thc Sure:y is
for:
6.1. Thc rc.%pon.,,ibilities of :ice Con:ate:al
work and completion of,,,-"- · Con'4ruc
6.2. Addition;al [cgaf. de:,i,='n professiona:
From the Contractor's Default. and r,
Ltilure to act of the Surety under Par,
~3. Liquidated damages, or il' no liquidat
thc Construction Contract. :actual d
performance or nun-performance of
7. The Surety shall not be liable to the Ov,'ne
thc Contractor that are unre!a~ed to the Con
B-'dance of :he Contr;:ct Price shall not bc re
of'.',ny such unrckttcd obligations. No rieht d
Bond to any person or entity other than (he 0
adn:ini.,4ra:ors, or succes:-ors.
8. Thc Surety hereby waives notice at'any c
tim..:', to the Construction Con:rant or to roi:
orders and other obligations.
9. Any proceeding. Icg:d ur equitable, under
in any court of competent jurisdiction in thc
or pa['t of thc wu& is located and shall bc inst
Contractor Dcfi~ult or within two years after
lng or within two years at:er the Surety re:
obli=.ations under this Bond. ,.,.'hichevcr occt
this Paraentph arc void or prohibited by I:
lin:itation'avaiktblc to sure:ins as a defense
shall bc applicable.
~O. Notice to the ,Pure:'..'.
ddi,'erad to the :,ddre.-.s <-.own on thc signa~
il. Wh,:a this Bond ha.-. beer. Furai.,,hed to
c;t:r's right ~o ct~mpie:e
:o ac: tinder Sub?urag.-i;pi~
c'.';hc Surety :o th::
:or under thc Con.,,~r'-'g:i,r.
:r to :he Sure:'.' ,~ha[~ not :,.;c
coma:irma.':: by the
::ion of co-.es :md
:miCa:cd ~.,. i: hun:
far carpet:ion eF de:'c,::ive
.icr. Contr-'c::
and dcby costs res'.:Mag
:~.t:.,h~g t,om ',he .':.g;{L'r.S Or
~,:?.a -. a..Li
~d ,Jam."-ge~ ar-" special, ed in
:m-"g::', caused by deia.':cd
~e Coming:or.
' or others ;'or obiiga:ior, s
struc:ion Contract. ar.d :he
mcr or its heirs.
'~aage. ir.ciudir.z change-, ,.cf
t¢;J ~ubco;';.lr;:c :s.
:hi.', Bond m::y be in.,.tkutc'J
Iocadon in .xhich the ,aork
ko:ed within two .','ear= al:er
he Con',rat:or ceased -..vcrk-
Uses or ~ils to ~e,-For..~ ia:
:rs ~rs:. It' :~e provis{ca~ cf
w. :he mir. imam F..erlod o."
;ac j,'ri,,dic:ion of :~.e sui:
re:nec:or sic. all bc maiM. i .--:
other kL-';:l reqt, irem¢.'~: ia :ia..:' loc:atica where :~.-' .:o.".s;r'.::::io.'. '.'.
F.c~brn:¢d. :tn:.' pro,.ision in :his Bond contllc:in: :`.i:k. 5aid .-:a:u::.-'..'
, ,-, ' ,- "~- ' - ' -' ,, · ' "- .-::'rom "n.~ :ro'.'i-,ic.~: c:.-.-
;,'5_ .0', · -:, ...........· vt- .......' - ::~;e.':.:::'.:
· . ..... · -re, '. - "'= ~' ':C.r.'~ ' "
st=i'.u:ory bond and not as a common !aw
Dc~nitions.
t". I. Balance oF,,hc Core.:=-'ct Price: Th~.
Owner to thc Can:rag:or under thc
all propc:' ::djus:men:~ have been
thc Contractor of an:.' amounts
thc O,vncr in -.ce;kmart of insure
ages to which
and proper p:::-mer4~ mi:de to or
under the Con~:.",:'c:ion Contract.
· aZ,2. Con.',;ruc:ion C,~ntrac;: The agree;
thc Con:rag:or idc.':.tificd on the
Compact Docur,:ca:s ::nd changes
I "'.3. Con:re:gear D¢:-:'ult: Faiiure of:he
boca remedied nor :,.';:ired. to per
with ti:c terms of :he Cons:ructio~
12.4. Owner De[auk: Failure of thc O~.
remedied nor v.::ivcd, to pa.,.' thc
Construction Contr,:c: or to
with thc other terms thereof.
(FOR INFORMATION ONLY--Name, Address and Telephone)
AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect. Engi~
:auq amour: :.-,:.:'..';:~'ie =:.' .'.nc
Cons:/:,:lira Con,r:.:: :::":er
a::dc, including ailo:t anze :._'
c.'?.'ed or .'.o be
:ce er ¢:her ti:ires
on ~eh;;if oz' :he
ug.-.?:ure ~age. ir.,:iu.J{ng
'on:rug:or. '.~. high h".-.5
arm er otherwise :o ,ac.-...=!:.'
~ Contract.
mcr. :aa, ich ?.s aei:~.c.' ~c..'::
:on::c:or a., required ~:.- :Nc
m-.., ::nd comFAe:e or :..':':.;pi}
tear or other party}:
~-LEHIBIT B
Construction Payment Bond
Any singular reference to Contractor, Surety, Owner ~r other party shall be considered plural
:(;;~N'TRACTOR (Name and Address):
)' NER (N ..... and Address):
:~}.,ix,rSTR U CTI ON CONTRACT
,ate:
.~.~.OU nt:
Descriptio,q (Name and Location):
B ND
Date (Not earlier th~n Construction Contrac: Date):
.4mount:
[odificat[ons to this Bqnd Form:
7_..a, NTRACTOR AS P.RINCIPAL
:ompany:
~i,',nature:
Zame and Title:
=..Q, NTRACTOR AS PRINCIPAL
:ompany:
Signature:
~ame and Title:
(Corp. Seal)
(Corp. Seal)
SURETY (Name and Principal P!ac~
SURETY
Company:
Signature:
Name and Title:
SURETY
Company:
Signature:
Name and Title:
F"~.DC No. 19[0-28B (1984 Edition)
F pared, through thc joint efforts of the Surety Association of America. Engineers' Joint Contract Documents Committe~
C_.:cml Contrac:ors of America. American Institute of Architects. American Subcontractors Association. -',nd thc Associ
Contractors.
of Business):
· T~.e Associated
~ted S~'eclalty
,':Corp.
(Corp. Sea!)
· ~e Contractor ar, d the Surety.jointly and seve:.~II':', bind themselves.
~eir heirs, executors· administrators, successors and assigns to thc Owner
~ pa'.,' for labor, materials and equipment furnished for use in the Ia;et'faf
~:~':e of the Constructi6n Contract. which is incorporated herein by
· With respect to thc Owner. this obligation shall bc null and void iF',h¢
iontractor:
'"l. Promptly makes payment, dirccdy or indirccdy, for all sums duc
C~aimants. nnd
..2. D¢,~cnds. indcmnifics and holds hat ,r,.~css :he Owe. er from :dl c!aims.
demands, liens or suits by any person or eh:ky who Furnished
labor, materials or equipment for usc in thc performance of thc
Construe'Jan Contract. provided the Owner has promptly notified
the Contractor and thc Surety (at the address described in Para-
g;':ph 12) of any claims, demands, liens or suits and tendered.
defense of such claims, demands· liens or suits to the Contractor
and the Surety. and provided there is no Owner Default.
· ith respect to Claimants. this obligation shall be nuit and void if thc
]ontmc~or promptly makes payment, directly or indirectly, for ail sums
re Surety shall have no obligation to Claimants under this Bond until:
I. Claimants '.','ho arc employed by or have a direr', contract v, ith
the Contractor have given notice to the Surety (at the address
described in ?aragraph 12} and sent a copy. or notice thereof, to
~ thc Owner. stating that a ctaim is being made under this Bond
and. with substantial accuracy, thc amount of the c!aim.
4.2. Claimants ;,.'ho do not have a direct contract with the Contractor.
I. Have furnished written notice to the Contractor and scat
copy. or no{icc thereof, to the O`.`.,ncr. v. ithin 90 days a£ter
having last performed labor or last Furnished materials or equip.
mcat included in thc claim stating, with substantial accuracy·
the ,".mount of the c!aim and the name of the party to whom
thc materials were furnished or supplied or ,"or whom thc !abor
was dane or peri, armed; and
2. Have ckher receivcd a rejection in whoie or in part from the
Contractor· or not received within 50 days o( furnishin~ th'.:'
above notice any communication ,"rom the Contractor by which
the Contractor has indic:ted the c!;[m '.'.'iii be paid dJrec.:ly or
indirectly: and
_% ..Not having been paid within the above .~0 days. have sent a
'.,,'rit:cn notice, to the Surety (at the :"ddress described in Para-
.~:aph 121 ."-nd sent a copy, or no{ia': '~hereof. to th,.: O`.v~.er.
stating th."-{ a claim is being made under ;his Bond and
a copy of the previous v,'dtten notice Furnished to the Con-
tractor.
· ""~: r,c:ic: required by Paragraph .4 is ~.i'."en by thc Owner to the
i,: ~c:or or to the Surety. that is sufficient compliance
· `.',hen the Claimant has satisfied the conditions o/. Paragraph -:. :he
;.:ret;,' shah promptly and at the Surety's e.',;.:ense {:kc thc following
c:,;'ms:
!. Send an answer to the C!aimant. with a copy to the Owner. within
45 days after rec"ipt of the claim· st::in~ :he amounts th:'4 are
ur, disputed and thc basis for challenginff an'..' :mounts tha: are
~ disputed.
' Pa',' or arrar,~e for payment of an'.,' · ': · '
-- . unc:,$pu,c~ &moun(s.
.... ~ Surety's total obligation shall not exceed :he amount o~' this Bond.
nd the -"mount of this Bond shall be -- ~;,-,~ ·
c..,.:' .... /'ar aa:,,:· p.'.'..·ments m.',de in
~<~Lf--,;:.h by the Surety.
· ~,ountS owed by the Owner to thc Contractor under :he Construction
'o..,':c: shall be used for thc p¢,"formance of the Construction Contract
and to satisfy claims, if:m/, under any Cons
By thc Co. ntrac:or lorn{shine ;:nd thc Ownc
agree that all Funds corned bv thc Con[racet
Construction Cataract .".re dcdic::tcd to sad
tn:cron and thc Sure:`.' under :his Bnnd. sub
to usc thc Funds for thc comp.{trion of thc v.x
9. Thc Surety shaft no; ~e [i::b!c :o the 0'.`.';
obli,='adons of the Contrr. z:or that arc unrck:t
of :my Claim:mt under :hi.., Bond. and
obEg;t:iuns to make pa.`.'men:s :o. :i;.c notice
ha'vt obli,._'ations Ia Ciain:an:.~ under :his Bur
In. Thc Surety h,:rcby ;`.:'ives notice of any
dmc. to :he Construction Contract or to ret;
orders :md other obligor!ans.
I 1. No suit or action shall be commenced by
other than in a court al'competent jur/sdicfioi
work or part of thc `.,.'or:.,: is located or ar{ct
from thc date III on which the Claimant
Subparagraph -'. I or C',:use '.2 (iii). or'iD
service `.,.-as performed by ont.'one or the last
furnished by anyone under thc Constructior~
or (2) first occurs. IF :he ;rayS:ions at'this Pan
by l--'-,.v, thc minimum pcried oF!i..mkadon avai
in :he juri',dicdon of thc s:i: :shall be applica
1"'. Notice to thc Surety. :he Owner or the C
delivered to thc address shown on thc
notice by Surety. thc Ov,'ncr or thc Con{FaC
shall be sufficient compli'.'nce as of the date rc
on thc signature page.
15. When this Bond has ~ccn Furnished to
o~her !cgal requiremcn,, in :he loc:~don when,,
p¢.-:'ormcd, any provisie.~ in :his Bond
I¢gal requlremcn: shaii bc dc-.'med J.,:~cted ":,
forn:in_c to such so-'au:cry cr mhcr Ic~.::l cc
ha. car.aura{cd herein. T?,c i.-.tcn: is. that this
[4. Lea'on request bv uny .::ers,.,n or
bc.-.c~ciar'/ut' this Bond. :he Com;-',c:or shal
if.1. Claimant: An inJ!:'idu:i or endty h
the Con{rat:or or :vi,.h a subconu
furnish labor· m::eri.--!s or equipmer
of{he Con-'.r::c:. ?.e iz:ent ,;'~-
u ..... s Bat
lin'al{arian in :he terms "!abut. mu;el
of water..eas, pm,.'cr. E.cht. hca{. oil
or rental equipment used in thc Con:
;urat and en:ine~r!r.-: ~cr'.'ices requ
all other i:ems /'cf ':,~.ich: mechan
thc jurisdic:io,~ '*kc:: :he labor.
furnished.
15.2. Construction C¢.'.:r."c:: Thc :~greem
thc Contractor ~d:n'.i;:,¢d on the si
[.':.5. Ov,,ner D¢£.',ult: F"iiure of th,: Ov,'r
Construction Cun:r"c: or to pa,-for
with thc other [:rr,,s thereof.
(FOR INFORMATION ONLY--Name, Address and Telephone)
,,LOENT or BROKER: OWNER'S REPRESENTATIVE (Architect. Engin~
ruction ?e~ormanc¢ Bund.
:'cccpting this Bond. ;he'..'
· in th,.: pan'arm:arise u( thc
f'/ oblig-:ions of :hr Con-
rk.
.cf. Chin:ams or ui?.crs ,"ar
:d lo :he Cons:ruction Con-
d.
ham:e, inc[udin',: chanzcs o{
a Claimant under this Bond
, in the location in which th,:
thc expiration of on: ye:ar
:n'c thc notice retained by
on which :he lust'!abut or
~atefials or cqui~m:n: '* ar:
Contract. whichc..'er of ( [;
graph arc vc~d or
ontrac~or sh~il bc m~:i~cd
urc p;:~c. Ac:u:~ rc:¢~pt o;'
or. hmvcvcr
ce~vcd :t ~he address shown
comply with a stu:u:ory or
the COnStrL:ction wa,.- 10 bc
c:ing '.~.i:h ~aid state:or'..' ct'
:re,rom and provision.~ ::~,-
::.:!rem::.".: ..,hall bc dc-.'mcC
:.:~e::rin_'; :,: ':c a
prom::l'..' furnish: cop)' u,
r.'in~: dire:: con;:a¢: '.:ia?.
nc:or o(
: :'or use in :he pc.'":.'orm::nc::
:ds h::?i be :c iht!ode -.'. i:hou:
ia~s or equi.:.me:'tt" :hz: par'.
?so,!nc. ;e!cphone se;'.'icc
:ruc:~on Con:zac:.
rcd for ;e~orm:nce
':rear's sab:or'.:rac:ors. :.-.:J
o's lien mx'..' be
:'-:-:.-!sls or ::.uipmer,: .~.'.:.'_
~na:ure pa~e. inc'.udi:.~ ct:
e:"e:o.
er. '.','h!ch ~:s n-:hbo: ~'~Cn
.-t and comp!eec or ccmrk.,'
:er or other par;.}'):
TO:
Certificate of Insurance
(Please Use This Form or Approved Equal)
Owner
Address
-- THIS IS TO CERTI3W THAT
Date
Project No.
Type of
Project
(Name and address of insured)
-- is, at the date of tkis certificate, insured by this Company with respect .to
operations hereinafter described, for the 9,pes of Insurance and in accorda
provisions of the standard policies used by th.is Company, and further ne, cmaz,
Exceptions to standard policy noted on reverse side hereof.
TYPE OF INSURANCE
Policy No. Effective Exaires Limits of Liability
Worker's
Compensation
Public
Liability
Contingent
Liability
Property
Damage
Builder's
Risk
Automobile
Other
The foregoing policies (do) (do not) cover all sub-contractors.
Locations Covered:
Descriptions of Operations Covered:
The above referenced policies may not be changed, cancelled, or redu
without at least thirty (30) days advance written novice of such change or ca:
given to the Ow'her.
Where applicable local laws Or regulations requke more than thirty d:
of change or cancellation to the insured, the above policies contai
requirements, either in the body thereof or by appropriate endorsement ti
Name of Insurer
By
Title
:ed in coverage
cella[iu,~ ' '
ts actual notice
n such special
creto
SCI~DULE
PREVAILING WAGE RATES FOR ENGINEERING
(HIGHWAYfl~AVY) CONSTRUCTION
CITY OF COPPELL
CLASSIFICATION
Air Tool Operator
Asphalt Heater Operator
Asphalt Raker
Asphalt Shoveler
Batching Plant Weigher
Batterboard Setter
Carpenter, Rough
Carpenter, Helper
Concrete Finisher (Paving)
Concrete Finisher Helper (Paving)
Concrete Fini.~her (Structures)
Concrete Finisher Helper (Structures)
Concrete Rubber
Electrician
Electrician, Helper
Form Builder (Structures)
Form Builder Helper (Structures)
Form Liner (Paving and Curb)
Form Setter (Paving and Curb)
Former Setter Helper (Paving and Curb)
Form Setter (Structures)
Former Setter Helper (Structures)
Laborer, Common
Laborer, Utility
Mechanic
Mechanical Helper
Oiler
Servicer
Painter (Structures)
Pipelayer
Pipelayer Helper
Pneumatic Mortar Operator
POWER EQUIPMENT OPERATOR
Asphalt Distributor
Asphalt Paving Machine
Broom or Sweeper Operator
Bulldozer, 150 lip and Less
Bulldozer, Over 150 tip
PREVAILING
RATES
7.554
8.00
8.565
8.25
9.371
8.920
9.447
7.695
9.345
8.146
9.058
7.494
7.733
12.761
8.436
8.717
7.550
8.913
8.686
7.787
8.427
7.356
6.402
7.461
10.658
8.345
8.698
8.104
10.913
8.509
7.037
6.80
PREVAIIJNG
RATES
8.404
9.053
7.908
8.703
9.160
CLASSIFICATION
Concrete Paving Curing Machine
Concrete Paving Finishing Machine
Concrete Paving Form Grader
Concrete Paving Joint Sealer
Concrete Paving Saw
Concrete Paving Spreader
Crane, Clamshell, Backhoe Derrick, Dragline, Shovel
(less than 1 1/2 CY)
Crane, Clamshell, Backhoe Derrick, Dragline, Shovel
(1 1/2 CY and over)
Crusher or Screening Plant Operator
Form Loader
Foundation Drill Operator (Truck Mounted)
Front End Loader (2 1/2 CY and less)
Front End Loader (over 2 1/2 CY)
Mixer (16 CF and less)
Motor Grade Operator, Fine
Motor Grade Operator
Roller, Steel Wheel (Plant-Mix Pavements)
Roller, Steel Wheel (Other Flat Wheel or Tamping)
Roller, Pneumatic (Self-propelled)
Scrapers (17 CY or less)
Scrapers (over 17 CY)
Self-Propelled Hammer
Side Boom
Tractor (Crawler) 1~0 lip and less
Tractor (Crawler) over 150 HP
Tractor (Pneumatic) 80 HP and less
Tractor (Pneumatic) over 80 HP
Traveling Mixer
Trenching Machine, Light
Trenching Machine, Heavy
Reinforcing Steel Setter (Paving)
Reinforcing Steel Setter (Structures)
Reinforcing Steel Helper
Sign Erector
Sign Erector Helper
Spreader Box Operator
TRUCK DRIVER
Single Axle, Light
Single Axle, Heavy
199~
Page 2
Prevailin~o Wa~e Rates
City of Coppell
Schedule
PRRVAIIJNG
8.213
9.453
8.50
7.350
9.29
9.75
9.513
10.517
9.50
12.00
10.00
8.823
9.311
9.00
10.346
9.891
8.339
7.963
7.403
8.138
8.205
7.793
7.793
8.448
8.873
7.725
7.735
7.615
8.188
12.498
9.218
11.548
8.665
11.436
6.402
6.988
PREVAII JNG
RATRS
7.465
8.067
1994
TRUCK DRIVER
Tandem Axle or Semi-Trailer
Single Axle, Light
Single Axle, Heavy
Tandem Axle or Semi-Trailer
Lowboy-Float
WinCh ~ ~ ? .....
Welder
Flagger
Milling Machine Operator
If the construction project involves the expenditure of federal funds in
minimum wages to be paid various classes of laborers and mechanics will be based i
be determined by the Secretary of Labor to be prevailing for the corresponding
mechanics employed on the project of a character similar to the contract work in t~
Except for work on legal holidays, the "general prevailing rate of per diem wa
or type of workers or mechanics is the product of (a) the number of hours worked per
hours, times Co) the above respective Rate Per Hour.
For legal holidays, the "general prevailing rate of per diem wage" for the,
workers or mechanics is the product of (a) one and one-half time the above respecti
Co) the number of hours worked on the legal holiday.
The "general prevailing rate for overtime work" for the crafts or type of wor]
and one-half times the above respective Rate Per Hour.
· Under the provisions of Article 5159a Vernon's Annotated Texas Statues, th~
as a penalty to the entity on whose behaff the contract is made or awarded, Ten D
laborer, worker or mechanic employed, for each calendar day, or portion thereof,:
mechanic is paid less than the said stipulated rates for any work under the con~
subcontractor under him.
Page 3
Prevnillng Wage Rntes
City of CoppeH
Schedule
PREVAIl.lNG
RATES
7.816
7.465
8.067
7.816
9.653
7_507
8.2O
10.459
5.75
6.650
recess of $2,000.00 the
tpon the wages that will
classes of laborers and
e City of Dallas.
ge" for the various crafts
day, except for overtime
~rious crafts or type of
~e Rate Per Hour times
:ers or' mechanics is one
: Contractor shah forfeit
oHars ($10.00) for each
~uch laborer, worker or
act, by him, or by any
DIVISION 0 - BIDDING AND CONTRACT DOCUMENTS
SECTION 00232 - SUPPLEMENTARY CONDITIONS
THESE SUPPLEMENTARY CONDITIONS AMEND THE STAI~
CONDITIONS OF THE CONSTRUCTION CONTRACT (NO. 191
INDICATED BELOW. ALL PROVISIONS WHICH ARE NO
SUPPLEMENTED REMAIN IN FULL FORCE AND EFFECT.
AMENDED REMAIN IN FULL FORCE AND ~EFFECT AS AMENI
ARTICLE 1 - DEFINITIONS
Bonds: Revise to read:
instruments of security."
Calendar Day or Days:
excepted.
"Bid, pcrformance,,payment, and mainten~
Any successive day or days of the week or
Engineer: The word "ENGINEER" in these: contract documents ar
be understood as referring to CITY ENGINEER, City of Coppell, P.O. Bo~
75019, Engineer of the Owner, or such other representatives as may be auth
to act in any particular position. . ~:
Owner:. The word "OWNER" in these contract documents and spec
CITY OF COPPELL acting through its authorized representatives.
Working Days: Any days of the week or month, except Saturda
holidays of the appropriate jurisdiction, and days of such weather that Wort
in a safe manner.
Shop Drawings: Add the following language after the s,
CONTRACTOR: '*after his review and approval of same".
All other terms used in these Supplementary Conditions which are de
General Conditions of the Construction Contract (No. 1910-8, 1983 ed.)
meanings used in the General Conditions.
ARTICLE 2 - PRELIMINARY MATTERS
SC-2.2. -~
Amend the first sentence by changing "ten Copies" to be "five copi
SECTION 00232 - SUPPI-RMENTARY CONDITIONS
DARD GENERAL
[0-8, 1983 ED.) AS
r AMENDED OR
kLL PROVISIONS
lED.
race bonds and other
nonth, no days being
d specifications shall
478, Coppell, Texas
~rized, by said Owner
ificafions refer to the
ts, Sundays, official
cannot be continued
:cond reference to
~fined in the Standard
shall have the same
PAGE 1
Imm
SC.2.8.
Amend the first sentence of paragraph 2.8 to delete the following:
after the effective date of the Agreement, but".
SC-2.9.
Amend the lb'st sentence of paragraph 2.9. by adding the followin
the sentence: "If requested by Owner, Engineer or Contractor".
SC-2.10.
Add the following new paragraph 2.10 immediately after paragrap
Conflict of Interest
2.10 City Charter states that no officer or employee of the City
interest, direct or indirect, in any Contract with the City, nor shall be
directly or indirectly, in the sale to the City of any land, or rights or
materials, supplies or services. This prohibition does not apply when the
is represented by ownership of stock in a corporation involved, provided
amounts to less than one percent (1%) of the corporation stock. Any violat
will constitute malfeasance in office. Any officer or employee of the Cic
should thereby forfeit his office or position. Any violation of this
knowledge, expressed or implied, of the persons or corporations contractJ
render the contract voidable by the City Manager or the City Council. The
that no employee or officer of the City has an interest in the Contractor.
ARTICLE 3 - CONTRACT DOCUMENTS: INTENT, AMENDING
$C-3.2.
Add the following language at the end of the paragraph 3.2.: "I
between the provisions of the Contract Documents and any such
specifications, manuals or codes, the provisions of the Contract Documents
over that of any standard specifications, manuals or codes."
ARTICLE 4 - AVAILABILITY OF LANDS: PHYSICAL CONDITI£
REFERENCE POINTS
Add the following new paragraph 4.2.1.1 immediately after paragr
4.2.1.1. In the preparation of Drawings and Specifications, ENGIb
and relied upon the following repons of explorations and tests of subsurfac{
of the work:
SECTION 00232 - SUPPLEMENTARY CONDITIONS
'"Nithin twenty days
g at thc beginning of
2.09;
~hall have a financial
inancially interested,
interest in any land,
interest
tach stock ownership
.on of this prohibition
found guilty thereof
~rohibifion with the
g with the City shall
Contractor represents
REVISE
there is any conflict
referenced standard
shall take precedence
~NS:
aph 4.2.1.:
EER has established
conditions at the site
PAGE 2
Report dated, March 1990, prepared by Terra-Mar, Inc., Dal
"Geotechnical Investigation Gateway Business Park, Phase I, Coppell, Text
contained in such report is the log of borings provided in the Appendix
represents the conditions only at the point of the boring at the time the bori
furnished for general information only. Variations will not be used as a
changed conditions. The Contractor may take borings at the site to ,~
subsurface conditions. A copy of this report is included in Appendix A o
ARTICLE 5 - BONDS AND INSURANCE
SC-5.1.
Add thc following after the second sentence as follows: "Contract¢
maintenance bond in an amount at least equal to 100% of the Contract Pric
Acceptance Of the work. The maintenance bond shall remain in effect ur
the date of final acceptance."
Amend the forth sentence of the first paragraph by deleting "as arc
list of "companies holding certificates .... and substituting "holding a pen
texas, to act as Surety and acceptable according to thc latest list of compani~
of approval from thc State Board of Insurance under 7.19-1 of thc Texas
SC-5.3 through SC-5.7.
Delete sections 5.3 through 5.7 in their entirety and substitute
thereof:
5.3. Insurance Required. The Contractor shall not commence w,
until he has obtained all insurance required under this paragraph and Itc
Central Texas Standard Specifications for Public Works Construction as
1990, and such insurance has been approved by the City, nor shall the ~
subcontractor to commence work on this subcontract until all sim_il
subcontractor has been so obtained and approved. ·
5.3.1. Compensation Insurance. Thc Contractor shall take out an~
life of this contract Worker's Compensation Insurance for all of his emplo',
project and in case any work is sublet, the Contractor shall require the sul
tO provide Worker's Compensation Insurance for all of the latter em
employees are covered by the protection afforded by the Contractor.
employee engaged in hazardous work under this contract at the site of the p
under the Worker's Compensation statute, the Contractor shall provide.
subcontractor to provide adequate and suitable insurance for the protection
otherwise protected. The minimum amount of insurance shall be as follo'
Each Accident
Disease Each Employee
Disease Policy Limit
$100,000
$100,000
$500,000
SECTION 00232 - SUPPLEMENTARY CONDITIONS
[as, Texas, entitled:
.s" thc technical data
of thc report and it
ag was made and are
basis for a claim of
afisfy himself as to
this document.
shall also furnish a
at thc time of Final
til one (1) year after
named in the current
nit from the State of
~.s holding certificates
nsurance code. ..
he following in lieu
rk under this contract
m 1.26 of the North
_amended August 23,
2ontractor allow any
~r insurance of the
maintain during the
'ecs at the site of thc
contractors similarly
ployees unless such
In case any class of
x~ject is not protected
md shall cause each
of his employees not
~'S:
PAGE 3
5.3.2. Commercial General Liability Insurance. Contractor shall
during the life of this contract such General Liability Insurance (includin
and underground damage coverage) as shall protect him and any subcontr
covered by this contract, from claims for damages for personal injury, inclu
as well as from claims for property damages, which may arise from
Contract, including blasting, when blasting is done on or in connection
project, whether such operations be by himself or by any subcontractor
or indirectly employed by either of them. The minimum amount of insuran~
General Aggregate
Products - Components/
Operations Aggregate
Personal and Advertising Injury
Each Occurrence
Fire Damage (any one fire)
Medical Expense (any one person)
$1,000,000
$600,000
$600,000
$50,000
$5,000
5.3.3. Automobile Liability Insurance. The Contractor shall take ou
the life of this contract such Automobile Liability Insurance for owned,
vehicles as shall protect him and any subcontractor performing work cox,
The minimum amount of such insurance shall be as follows:
Combined Bodily Injury and
Property Damage
Bodily Injury
odUy jury
Property Damage
$600,000 per occu
$250,000 per pers~
$500,000 per acck
$100,000
5.4. Protective Liability Insurance. The contractor shall take out an
life of this contract an owners protective liability insurance policy. Coo
"occurrence" basis and the policy shall be issued by the same insurance cot
contractors liability insurance. The minimum amount of such insurance s
Combined Bodily Injury
and Property Damage
$600,000 per occu
$1,000,000 aggregat
5.5. Proof of Carriage of Insurance. The Contractor shall f~
satisfactory proof of carriage of the Insurance required as required by
General Conditions.
SC-5.6.
Amend the fh'st sentence of paragraph 5.6. by deleting the word
sentence and substituting the word "CONTRACTOR".
SECTION 00232 - SUPPLEMENTARY CONDITIONS
ake out and maintain
explosion, collapses
gtor performing work
Jing accidental death,
~perations under this
Mth the work of the
by any one directly
:e shall be as follows:
t and maintain during
hired and nonowned
:red by this contract.
rrence
)n
~nt
maintain during the
erage shall be on an
apany that carries the
aall be as follows:'
crence
rnish the City with
~aragraph 5.8. of the
)WNER" in the first
PAGE 4
SC.$.7.
Delete this paragraph in its entirety.
SC-5.8.
' Amend the first sentence of paragraph 5.8.: (i) by deleting the we:
third line of the first sentence and substituting the word "CONTRACTO$
word "CONTRACTOR" in the seventh line of the first sentence and
"OWNER", and (iii) by' deleting the words "paragraphs 5.6. and 5.7." o
fu'st sentence and substituting the words "paragraph 5.6.".
$C-5.10.
Delete paragraph 5.10. in its entirety and insert the follOwing in li~
5.10. If OWNER requests in writing that other special insuram
property insurance policy, CONTRACTOR shall, if possible, include su,
cost thereof will be charged to OWNER by appropriate Change Order or
Prior to commencement of the Work at the site, CONTRACTOR sh~
OWNER whether or not such other insurance has been procured by COb
SC-5.11.1.
Amend paragraph 5.11.1 to delete reference to paragraph 5.7 in ~
the word "OWNER" in the next to last line and substitute the word "CO
SC-5.11.2.
~ :.. Delete paragraph 5.11.2 in its entirety and insert the following in
5.11.2 CONTRACTOR intends that any policies provided in msp~
and 5.6 shall protect all of the parties insured and provide coverage for a~
caused by the perils covered thereby. Accordingly, all such policies shall
the effect that in the event of payment of any loss or damage the insurer
recovery against any of the parties named as insured or additional insure~
forms are required of any Subcontractor, CONTRACTOR will obtain the
SC-5.12."
Amend the first sentence of paragraph 5.12 to delete reference to
SC-5.14.
Delete paragraph 5.14. in its entirety and insert the following in li
SECTION 00232 - SUPPI-RMENTARY CONDmONS
d "OWNER" in the
?, (ii) by deleting the
;ubstituting the word
the third line of the
thereof.'
:e be included in the
:h insurance, and the
Written Amendment.
fll in writing advise
[TRACTOR.
e 4th line and delete
NTRACTOR".
ieu thereof:
nse to paragraphs 5.4
. losses and damages
:ontain provisions to
gill have no rights of
[, and if such waiver
SalTl~.
,aragraph 5.7.
~u thereof:
PAGE5
5.14 If OWNER has any objection to the coverage afforded by (
the insurance required to be purchased and maintained by CONTRACTO
paragraphs 5.3 and 5.4 of on the basis of its not complying with the
OWNER shall notify CONTRACTOR in writing thereof within ten days ~
of such certificates to OWNER in accordance with paragraph 2.7. Failure
any such notice of objection within the time provided shall constitute
insurance purchased by the CONTRACTOR as complying with the Cont
SC-$.15.
Amend the first sentence of paragraph 5.15 to delete the word "sul
ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES
SC.6.7.1.
Amend the sixth sentence of paragraph 6.7.1 to delete the word "s
SC-6.15.1.
Add the following new paragraph 6.15.1 immediately after paragr,
6.15.1. Recent legislation has removed the sales tax exemption pr
Section 151.311 of the Tax Code covering tangible personal property pure
for use in the performance of a contract for the improvement of City-own
It is still possible, however, for a contractor to make tax-flee purchas
property which will be incorporated into and become part of a City constrt
the use of a "separated contract" with the City. A "separated contract" is
charges for materials from charges for labor. Under such a contract, the.
"seller" of those materials which are incorporated into the project, suc
concrete, paint, etc. The contractor issues a resale certificate in lieu of p~
the time such items are purchased. The contractor then receives an exem
the City for those materials. (This procedm'e may not be used, however, f(
not become a part of the finished product. For example, equipment rental,~
are not considered as becoming "incorporated" into the project).
Utilization of this "separated contract" approach eliminates the neex
in sales tax for materials which are to be incorporated into the project. Tt
bid form will be used to develop the "separated contract" and will detem
tax exemption. Upon execution of the construction contract, the conu
breakdown (per item) of 1) materials incorporated into the project; and
supervision and materials not incorporated into the project.
SC-6.20.
Amend the last sentence of paragraph 6.20 to delete the word "su[
SECTION 00232 - SUPPLEMENTARY CONDmONS
)r other provisions of
R in accordance with
2ontract Documents,
,f the date of delivery
by OWNER to give
acceptance of such
tact Documents.
)stanfial".
abstantial".
)h 6.15.:
viously provided by
lased by a contractor
:d realty.
e of tangible personal
cfion project through
one which separates
:ontractor becomes a
h as bricks, lumber,
tying the sales tax 'at
>fion certificate from
ir materials which do
form materials, etc.~
for bidders to figure
e successful bidder's
fine the extent of the
actor shall furnish a
2) labor, equipment,
,stanfial".
PAGE 6
ARTICLE 7 - OTHER WORK
SC-7.1
Delete the last sentence of paragraph 7.1 and substitute the followin
shall coordinate such other work with the CONTRACTOR and schedul~
delay caused to the CONTRACTOR. No additional time shall be given to~
for such related work except as provided in paragraph 7.5 and Article 12.
SC-7.5.
Add the following new paragraph immediately after paragraph 7.4.
"SC-.7.$. Should CONTRACTOR cause damage to the work or prop
Contractor at the site, or should any claim arising out of CONTRACTOR'
Work at the site be made by any separate Contractor against CONTIt
ENGINEER, Consulting Engineer or any other person, CONTRACTOR s
to settle with such other Contractor by agreement, or to otherwise re:
arbitration or at law. CONTRACTOR shall, to the fullest extent per
Regulations, indemnify and hold OWNER, ENGINEER and Consulting Er
and against all claims, damages, losses and expenses (including, but nc
engineers, architects, attorneys and other professionals and court and arbi
directly, indirectly or consequentially out of any action, legal or equit~
separate Contractor against OWNER, ENGINEER or Consulting Engine~
on a claim arising out of CONTRACTOR's performance of the Work
Contractor cause damage to the work or property of CONTRACTOR or sh
of work by any separate Contractor at the site give rise to any other clai
shall not institute any' action, legal or equitable, against OWNER, ENGI]
Engineer or permit any action against any of them to be maintained and ¢
or for its benefit in any court or before any arbiter which seeks to imp~
recover damages from OWNER, ENGINEER or Consulting Engineer on
damage or claim. If CONTRACTOR is delayed at any time in performin
by any act or neglect of a separate Contractor and OWNER and CONT!
to agree as to the extent of any adjustment in Contract Time
CONTRACT~OR may make a claim for an extension of time in accordance
extension of the Contract Time shall be CONTRACTOR's exclusive re~
OWNER, ENGINEER and Consulting Engineer for any delay, dismr
hindrance caused by any separate Contractor."
ARTICLE 9 - ENGINEER'S STATUS DURING CONSTRUCTION
SC-9.2.
Amend the last sentence of paragraph 9.2. to delete the following: "~
qualified design professional".
SC-9.10.
Delete Paragraph 9.10 in its entirety and insert the following in lie
SECTION 00232 - SUPPLEMENTARY CONDITIONS
g: The ENGINEER
events to minimize
he CONTRACTOR
:rty of any separate
s performance of the
ACTOR, OWNER,
.aall promptly attempt
'.olve the dispute by
~tted by Laws and
gineer harmless from
limited to, fees of
ration costs) arising
ble, brought by any
:r to the extent based
· Should a separate
ould the performance
aa, CONTRACTOR
qEER or Consulting
ontinued in its name
~se liability on or to
account of any such
g or furnishing Work
',ACTOR are unable
attributable thereto,
with Article 12. An
nedy with respect to
tion, interference or
ts an experienced and
u thereof:
PAGE 7
9.10. ENGINEER will have authority to determine the actual quantities
items of Unit Price Work performed by CONTRACTOR, and the
ENGINEER on such matters will be f'mal, binding on OWNER and CO!
subject to appeal (except as modified by ENGINEER to reflect change,
Engineer will make determination of actual quantities in accordance with lv
identified for Unit Price Work where such methods are so identified in the
ARTICLE 11 - CHANGE OF CONTRACT PRICE
SC-11.9.3.
Paragraph 11.9.3 is hereby deleted in its entirety and the follo,
paragraph 11.9.3.1 through 11.9.3.4, is substituted in lieu thereof:
'*The unit price of an item of Unit Price Work shall be subject
adjustment under the following conditions:
11.9.3.1. if the total cost of a particular item of Unit Price Work an
of the Contract Price and the variation in the quantity of that particular iter
performed by Contractor differs by more than 20%, both over and undel
quantity of such item indicated in the Agreement; and
11.9.3.2. if there is no corresponding adjustment with respect to an,
and
11.9.3.3. if CONTRACTOR can demonstrate that it has incurred
a result thereof; or
11.9.3.4. if OWNER can demonstrate that the quantity variafi
adjustment in the unit price, either OWNER or CONTRACTOR may:
adjustment in the Contract Price in accordance with Article 11 if the pattie
as to the effect of any such variations in the quantity of Unit Price Work
ARTICLE 12 - CHANGES OF CONTRACT TIME
SC-12.2.
Add the following at the end of paragraph 12.2.: "No extension of !
be allowed unless the CONTRACTOR can demonstrate the delay caused
the critical path and that loss of time can not be made up by revising the
of the project."
ARTICLE 13 - WARRANTY AND GUARANTEE: TESTS AND IN
SC-13.4.1.
Add the following new paragraph 13.4.1. immediately after paragr
SECTION 00232 - SUPPLEMENTARY CONDmONS
md classifications of
~ritten decisions of
[TRACTOR and not
! factual conditions).
;easurement Methods
Contract Documents.
ring, including new
to re-evaluation and
~ounts to 5% or more
of Unit Price Work
from the estimated
other item of Work;
ddifional expense as
on entitles it to an
rake a claim for an
s arc unable to agree
3erformed." '
te contract time shall
an adverse impact to
equence of the work
;PECTIONS:
~.ph 13.4.:
PAGE 8
13.4.1. Observation of the contractor's work to determine complian
specifications will include testing of materials installed on the projecl
performed and materials furnished shall be done by a commercial labora
Contractor and acceptable to the OWNER. The Contractor shall furnish, a
necessary specimens for testing of the materials. All materials not
requirements of the specifications will be rejected.
ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETI¢
SC-14.
Amend to delete all reference to "substantial completion" and replac
ARTICLE 16 - ARBITRATION
Delete this article in its entirety.
o0o
SECTION 00232 - SUPPI~FMENTARY CONDITIONS
:e with the plans and
· Testing of work
>ry employed by the
his own expense, all
conforming to the
}N
e with "completion".
PAGE 9
DIVISION 1 - GENERAL REQUIREI~
~ENTS
DIVISION 1 - GENERAL REQUIREMENTS
SECTION 01001 - GENERAL PROJECT REQUIREMENTS
PART I - GENERAL
1.1 General: The provisions of this section of the Specifications shal
of any conflict between them and the "General Conditions of Agreeme~
General Conditions".
1.2 Owner: The "Owner" as referred to in these Specifications is the
Parkway Boulevard, P.O. Box 478, Coppell, Texas 75019.
1.3 Non-Compensated Pro.|ect Manager: The "Project Manager" fm
Catellus Development Corporation, 5429 LBJ Freeway, Suite 600, Dallas, T~
their Engineer Albert H. Halff Associates, Inc., 8616 Northwest Plaza
75225.
It is understood and agreed that City and Catellus will be working
with this project, however, to the extent this section calls contract or appr
shall be required of City only to the extent and in the manner authorized b]
shall define the scope of the non-compensated project manager.
A. Bidding Phase: In compliance with standard municipal re
shall advertise the Project for bidding. Catellus, repres¢
distribute bid packages (including Contract Documents, Pla~
from the offices of Albert H. Halff Associates, Inc. Bids
public opening, at Coppell City Hall, by Catellus and City s~
opening of bids, Catellus and the City will, in closed mee]
review the bids and will mutually select the Contractor to '~
be awarded. Catellus will work with the successful Contr,
Contract Documents with the successful Contractor, in
municipal requirements. Upon final approval and award of
City, the Project will be ready for construction.
Construction Phase: Catellus shall employ Albert H. Hal
serve as Project Engineer for the Project and Catellus shall e:
and materials testing consultant (to be named) to perform q~
as required, for the Project. Catellus shall schedule and me
and weekly construction progress meetings between th
Contractor. Catellus shall oversee and manage the construct
shall provide written progress reports to the City on a bi-w,
shall be responsible, along with Project Engineer, for peffor
inspections and testing and for providing written reports of i~
to the City. Catellus shall obtain all progress lien waivers
shall review and approve all progress pay requests submitt
and Project Engineer and shall submit these requests for I
Payment checks shall be forwarded to Catellus for delivery t~
SECTION 01001 - GENERAL PROJECT REQUIREMENTS
govern in the event
t" or "Supplemental
City of Coppell, 255
this project shall be
;xas, 75240-2609 and
)rive, Dallas, Texas,
:losely in connection
>ye any matter, such
law. The following
tuirements, the City
nting the City, will
s and Specifications)
~ill be received in a
:afl. After the public
ings, simultaneously
'horn the Project will
ctor and will review
:ompliance with all
the Contracts by the
If Associates, Inc. to
x~ploy a geotechnical
~ality control testing,
nage preconstrucfion
'oject Engineer and
on of the Project and
:eldy basis. Catellus
ming all construction
tspections and testing
from Contractor and
:d by the Contractor
~ayment by the City.
the Project Engineer
PAGE 1
and Contractor. Catellus shall review and approve any req
or field changes and shall submit them for approval and
Upon completion of construction of the Project, Catellus
construction, shall obtain Project Engineer's certification [
completed in accordance with the Contract, as amended
orders, shall obtain final lien waivers from the Contractor,
requests and shall submit pay requests to the City for apprc
C. The City's obligations and responsibilities, as related to the P
Design Phase: The City shall review and approve
and Specifications, as submitted by Catellus.
Bidding Phase: The City shall accompany Catel
opening and recording of bids and shall review th,
select the successful Contractors with Catellus.
Construction Phase: The City shall accept, revie,~
progress reports, inspection reports and testing res~
review and approve all progress payment reques
payment approval to NationsBank Trust Departme
_timely manner. The City shall review and approve c
changes submitted for approval by Catellus. Any c
changes up to $10,000.00 will be approved by Cig
orders or field changes exceeding $10,000.00 will re
City Council. The City shall review and approve
and obtain, in a _timely manner, the City Council's
payment and shall then submit payment approval
payment in a timely manner. The City may,
construction meetings or inspect the work, but the (
cause, delay the progress of the Project.
1.4 Project Engineer: The "Engineer" as referred to in these Specit
Halff Associates, Inc., 8616 Northwest Plaza Drive, Dallas, Texas, 75225.
1.5 En~,ineer: The "Engineer" as referred to in these Specifications is
255 Parkway Boulevard, P.O. Box 478, Coppell; Texas 75019.
1.6 Site: The Contractor shall limit his work to the area shown on the
within the street right-of-way and utility easements. Entrance onto privat~
the expressed approval of the City Engineer only and the Non-Compensm
1.7 Pro. iect Description: This Contract consists of construction of land
improvements, and other miscellaneous improvements as shown in the co~
Completion for this project will include removal of all objection
asphalt or concrete and other construction materials, and in general prepari~
in an orderly manner and appearance, completion of any other work reql
SECTION 01001 - GENERAL PROJECT REQUIREMENTS
acsted change orders
ayment by thc City.
hall approve Project
at all work has been
by approved change
~hall obtain final pay
val and payment.
roject, are as follows:
~oject Design Plans
us in thc receiving,
bid submittals and
and file all Project
Its. The City shall
ts and shall submit
at for payment in a
hange orders or field
aange orders or field
' Staff. Any change
luke the approval of
~e final pay requests
approval of the final
to NafionsBank for
at any time, attend
.'ity shall not without
icafions is Albert H.
the City of Coppell,
Project Drawings as
; property shall be at
~ Project Manager.
~caping and irrigation
tstmction documents.
able rocks, pieces of
[g the site of the work
~ked by the Contract
PAGE 2
Documents, and acceptance by the City of Coppell, Texas, and the Non-i
Manager.
1.8 Working Day Count: Working days shall be counted by the
the definition set out in the General Conditions of Agreement.
The working day count shall be suspended upon receipt by the
request for final inspection. The working day count shall resume upon rec¢
of a written list of items necessary to satisfactorily complete the project
continue until such time as the project is accepted by the Engineer and ti
Project Manager.
1.9 Failure to Complete Work on Time: The time set forth in
completion of work is_an essential element of the Contract. A Breac
completion time of each Working day count bid will cause damage to
damages cannot be measured and the ascertainment will be difficult.
every calendar day any work, or any portion thereof, shall remain ut
expiration of the time limit set under this contract, or as extended by the
$1,000.00 per calencl~r day (unless otherwise specified in the General
deducted from the money due or become due to the Contract, not as a peru
damages, and added expense including administrative and inspection costs
1.10 Safety Precautions: The Contractor shall comply with all applical:
Occupational Safety and Health Act of 1970, ordinances, rules, regulatio~
public authority having jurisdiction for the safety of persons or property
damage, injury, or loss, He shall erect and maintain, as required by exi
progress of the work, all reasonable safeguards for safety and protection, incl
signs and other warnings against hazards, promulgating safety regulations
and users of adjacent utilities.
1.11 Soil Investigation: A copy of the geotechnical report prepared for
in the Appendix. The Owner does not represent that the available recordf
existing conditions and does not guarantee any interpretations of these rec~
assumes all responsibility for interpretations of these records and for male
the nature of materials to be excavated, the difficulties of making and mai
excavations and of doing other work affected by the geology of the site.
1.12 Finished Grades: The Contractor shall be responsible for grading
foot to conditions existing prior to beginning construction.
1.13 · Conformity with Drawings: All work shall conform to the lines,
and dimensions shown on the Drawings. Any deviation from the Dra~
required by the exigencies of construction will be determined by the Engim
him in writing.
1.14 Stop Work Order: If the work should be stopped or suspended u
court, or other public authority, the Owner may at any time during suspens
written notice to the Contractor, terminate the Contract. In such an even~
SECTION 01001 - GENERAL PROJECT REQUIREMENTS
2ompensated Project
ineer on the basis of
ngineer of a written
ipt by the Contractor
This process shall
Non-Compensated
he Contract for the
h of Contract as to
he Owner, but such
:refore, for each and
~completed after the
}wner, the amount of
Conditions) will be
lty, but as liquidated
~e laws including the
~s and orders of any
:o protect them from
sting conditions and
uding posting danger
md notifying owners
ae project is included
show completely the
a'ds. The Contractor
ng conclusions as to
ntaining the required
plus or minus 0.10-
ades, cross-sections,
lings which may be
:er and authorized by
ader any order of the
ion, upon seven days
the Owner shall be
PAGE 3
/
liable only for payment for all work completed plus a reasonable cost for a~y expenses resulting
from the temp.'nation ~f the Contract, but such expenses shall not exceed !5,000.
persons and property while said persons or property are approaching, leavi~tg or within the work
site or any area adjacent to said work site. No separate compensation will be paid to the
Contractor for the installation or maintenance of any warning devices, ba.'dcades, lights, signs
or any other precautionary measures required by law for the protection of persons or property.
Thc Contractor shall assume all duties owed by thc appropriatc City
in connection with the general public's immediate approach to and travel
and area adjacent to said work site.
to thc general public
hrough the work site
federal and state law (by failing to furnish the necessary flagmen, warnin1
lights, signs or other precautionary measures for the protection of pers~
Engineer may order such additional precautionary measures as required
protect persons and property, and to be reimbursed by the Contractor for
in ordering such additional precautionary measures.
In addition, the Contractor will be held responsible for all damages
public or private property due to the failure of warning devices, barricades,
precautionary measures in protecting said property, and whenever evide~
damage, the Engineer may order the damaged portion immediately remove~
at the cost and expense of the Contractor. All of this work is considered in
be a separate pay item.
The Contractor and his sureties shall indemnify, defend and save h~
the Non-Compensated Project Manager and all of its officers, agents an~
suits, actions or claims of any character, name and description brought for
injuries or damages received or sustained by any person, persons or prope
operations of the Contractor, his agents, employees or subcontractors; ¢
negligent act or fault of the Contractor, his agents, employees or subcontra
of said contract; or on account of the failure of the Contractor to p
barricades, warning lights or signs; and shall be required to pay any judgr
may be obtained against the Owner and/or the Non-Compensated Project
of such injury or damage.
SECTION 01001 - GENERAL PROJECT REQUIREMENTS
devices, barricades,
as or property), the
y law to be taken to
~ny expense incurred
Io the work and other
signs,' lights, or other
Ice is found of such
[ and replaced by and
eidental and shall not
mless the Owner and
employees from all
or on account of any
rty on account of the
r on account of any
:tots in the execution
.'ovide the necessary
aent, with cost which
~'Ianager growing out
PAGE 4
Where the work is carried on, in, or adjacent to, any street, al ey, sidewalk, public
right-of-way or public place, the Contractor shall at his own cost and expense provide such
flagmen and watchmen and furnish, erect and maintain such warning devic es, barricades, lights,
signs and other precautionary measures for the protection of persons or prgperty as are required
by law. The Contractor's responsibility for providing and maintaininglflagmen, watchmen,
warning devices, barricades, signs, and lights, and other precautionary measures shall not cease
until the project shall have been accepted. /
.I
If the Engineer discovers that the Contractor has failed to compl,, with the applicable
1.16 Existing Utilities, Structures and Other Property:
Prior to any excaVation, the Contractor shall determine the lo
water, gas, sewer, electric, telephone, telegraph, television, ~t
utilities and structures.
After commencing the work, use every precaution to avo
existing underground and surface utilities and structures,
damage.
Where the locations of existing underground and surface u
are indicated, these locations are generally approximate, and
be encountered during the wOrk are not necessarily indica
shall determine the exact locations of all items indicated,
locations of all items not ~indieated.
The Contractor shall repair or pay for all damage caused b)
existing utilities, public property, and private property, whett
or above ground, and he shall settle in total cost of all dart
arise as a result of his operations.
To avoid unnecessary interferences or delays, the Contractc
utility removals, replacements and construction with th~
company.
1.17 Drainal~e: The ContractOr shall maintain adequate drainage at all
1.18 Insurance: The Contractor shall not commence work under this
obtained all the insurance required hereunder and such insurance has
approved by the Non-Compensated Project Manager and the Owner. App:
by the Non-Compensated Project Manager and the Owner shall not rel
liability of the ContractOr.
-' Before commencing the work, the Contractor shall furnish the Ow~
of Insurance showing the company or companies carrying the aforesai~
effective date and expiration date of said policies. Certificates shall provide
not less than fifteen (15) days~ written notice of any cancellation or ch;
coverage, ff the expiration date of such insurance occurs during the t~
renewal Certificates shall be furnished not less than fifteen (15) days before
1.19 Permits: The Contractor shall, at his expense, secure all peru
completing of the improvement under this project, including but not limite¢
Note: The 2% construction permitting, inspection fee required by the
apply to this project.
SECTION 01001 - GENERAL PROJECT REQUIREMENTS
cations of all existing
ad other underground
id interferences with
td protect them from
tilities and structures
all items which may
ted. The Contractor
nd the existence and
his operations to all
ter it is below ground
age suits which may
r shall coordinate all
appropriate utility
2ontract until he has
been filed with and
oval of the insurance
[eve or decrease the
~er with a Certificate
coverages with the
that Owner be given
tnges that affect the
;rm of the Contract,
such expiration date.
fits required for the
to a NPDES permit.
of Coppell does not
PAGE 5
1.20 Ambi~,uit_v: In case of ambiguity or lack of clearness in stating p:
the Owner reserves the right to adopt the most advantageous construction
or to reject the Proposal.
1.21 Governing Documents: This work shall conform to the re
Specifications and the details as shown on the Drawings. These Con
intended to be complementary. Requirements of any of the Contract Doc~
as if called for by all. In the event of conflict between the Drawings and ~
Contractor will be deemed to have assumed the more expensive way of d~
before submitting a bid, the Contractor shall have asked for and obtain
decision as to which method or material is intended.
The North Central Texas Council of Governments (N.C.T.C.O.G.) St
for Public Works Construction are the governing specifications for tl
applicable in all cases except as noted herein and as amended by the City o:
by Albert H. Halff Associates, Inc. in the Special Provisions to Standard Sp~
Works Construction contained herein.
Where N.C.T.C.O.G. Standard Specifications do not adequately desc
of construction, and/or workmanship, the appropriate City Standard Specif
The Contractor shall provide a copy of N.C.T.C.O.G. Standard Spe
on the project site at all times.
1.22 Nondiscrimination: The Contractor shall not discriminate ag_ai~
applicant for employment because of race, age, color, religion, sex, ancesl~
place of birth. Thc 'Contractor shall take affirmative action to ensure
employed, and that employees are treated during employment, without reg
color, religion, sex, ancestry, national origin or place of birth. This action
be limited to, the following: employment, upgrading, demotion or terrain
other forms of compensation; and selection for training, including apprentice
agrees to .post in conspicuous places, available to employees and appl
provided by the Owner setting forth the conditions of this nondiscriminati
The Contractor shall in all solicitations or advertisements for empl¢
behalf of the Contractor, state that all qualified applicants will recei
employment without regard to race, color, religion, sex, age, ancestry, nat
of birth.
The Contractor shall furnish all information and reports required
designed to investigate his payroll and personnel records which pertain t¢
contracts with the Owner for purposes of ascertaining compliance with ~
opportunity clause.
The Contractor shall file compliance reports with the Engineer as rr
Non-Compensated Project Manager and/or the Owner or their agents or
reports must be fried within the time, must contain information as to the e
SECTION 01001 - GENERAL PROJECT REQUIREMENTS
.-ices in the Proposal,
thcreof to thc Owncr
tuirements of these
Fact Documents are
ments are as binding
~e Specifications, the
Ping the work unless,
~d (by addendum) a
andard Specifications
ds contract and arc
~ Coppell, Texas, and
,cifications for Public
.qbe material methods
ications shall govern.
:ifications to be kept
~st any employee or
y, national origin, or
that applicants are
u'd to their race, age,
shall include, but not
ation; rates of pay or
ship. The Contractor
.cants, notices to be
~n clause.
yees placed by or on
~e consideration for
[onal origin, or place
by the Owner or his
. current construction
is equal employment
ay be required by the
assigns. Compliance
mployment practices,
PAGE 6
policies, programs, and statistics of the Contractor, and must be in the for
his designed prescribes.
If the Contractor fails to comply with the equal employment opportm
contract, it is agreed that the Owner, at its option, may do either or both
a. Cancel, terminate, or suspend the contract in whole or in p
Declare the Contractor ineligible for further contract until h~
in compliance.
1.23 Subsidiary Work: Any and all work specifically governed by docu,
for the project, such as conditions imposed by the Plans, the General Corn
General Conditions, or these Special Conditions, in which no specific il
provided for in the Proposal, shall be considered as a subsidiary item of wc
shall be included in the price bid in the Proposal, for each bid item. Su
clean-up are general items of work which fall in the category of subsidiar
1.24 Release of Lien: The Contractor shall be required to exe
materialmen's lien releases upon receipt of payments.
1.25 Payment: Payment will be made for work completed on a:
Contractor shall submit monthly payment requests in a detailed Item by Ite~
to the Engineer (see Appendix B). Ten percent (10%) will be retained unl
Contract is completed and accepted by Engineer, Non-Compensated Project
Only after f'mal completion and acceptance will the f'mal estimate be submitl
be made. .-
1.26 Project Record Documents:
..... -:a. · ' Description
The Contractor shall maintain at the site for the Owner's pe
copy of:
2.
3.
4.
5.
6.
Drawings
Specifications
Addenda
Change Orders and other Modifications to the Contr
Shop Drawings, Product Data and Samples
Field Test Records
b. Maintenance of Documents and Samples
Documents and samples shall be stored in Contracu
from documents used for construction.
SECTION 01001 - GENERAL PROJECT REQUIREMENTS
m that the Owner or
tity conditions of this
f the following:
~ is determined to be
aentary requirements
itions, Supplemental
'~m for bid has been
rk, the cost of which
trace restoration and
work.
ate mechanics and
nonthly basis. The
n format satisfactory
il all work under the
Manager and Owner.
ed and final payment
rmanent records one
act
}r's field office apart
PAGE 7
de
Documents shall be maintained in a clean, dry, legi
good order. Record documents shall not be used for cl
Documents and samples shall be made available at all
by the Owner.
Recording
1. Each document shah be labeled "PROJECT REC(
printed letters.
2. Information shall be recorded concurrently with corn
a. No work shall be concealed until required infi
3. Drawings shall be legibly marked to record actual cm
a. Depths of various elements of foundation in
b. Location of appurtenances concealed in the ce
to visible and accessible features of the struc~
c. Changes of dimensions and detail.
d. Changes made by Change Order.
e. Details not on original contract drawings.
4. Each specification and addenda section shall be legit
a. Manufacturer, trade name, catalog number ~
product and item of equipment actually insta2
b. Changes made by Field Order or by Change
Submittals
At Contract close-out, Record Documents shall be d
Submittals shah be accompanied with transmittal
containing:
1.27 Project Field Office:
Date
Project title and number
Contractor's name and address
Title and number of each Record Document
Signature of Contractor or his authorized rep
A project field office is not required for thi
SECTION 01001 - GENERAL PROJECT REQUIREMENTS
~le condition and in
)nstrucfion purposes.
times for inspection
)RD" in neat, large
.trucfion progress.
~rmafion is recorded.
tstmcfion as follows:
elation to finish slab
tstruction, referenced
.UI~.
ly marked to record:
md supplier of each
led.
Order.
llivered to Owner.
letters in duplicate,
resentafive
contract.
PAGE 8
1.28 Utilities for Construction: All utilities required for construction wi'
Contractor at his own expense.
1.29 Work on Saturdays~ Sundays & Holidays: When work must be
days the Contractor must request permission to work to the Engineer at least
The Contractor shall bear the entire cost of inspection (4 hour minimum) fo
amount to be withheld from any monies to be due or to become due to
completion of this contract. Any additional costs associated with workin
be borne by the Contractor. No work will be allowed on Sundays.
1.30 Material Storage: Materials may be stockpiled on site at loca~
Owner and the Non-Compensated Project Manager. The storage site shall
pre-construction meeting after the award of contract.
The Contractor shall be fully and legally responsible for safeguardin
storage site. The Contractor and his sureties shall indemnify, defend an
Owner and the Non-Compensated Project Manager and all of their officers,
from all suits, actions or claims of any character, name and description brou
of any loss at this location.
Before any flammable liquids or fuel is transported into the City or.,
limits, the Contractor shall contact the respective City Fire Marshall
regulations.
If necessitated, Contractor, at his expense, shall erect a tempor
materials inside of the fenced area.
The Contractor shall maintain the storage area in a neat and orderly n
acceptance of the project by the owner the areas used for storing petroleum
where spills may have occurred will be inspected by owners representative tl
for Total Petroleum Hydrocarbon (T.P.H.) is necessary.
T.P.H. in excess of 100 mg/kg (ppm) shall be excavated and dispo:
with applicable state and Federal Regulations at the Contractor's exper
be furnished by the
~erformed on these
48 hours in advance.
r this work with said
the Contractor upon
on these days shall
.ns approved by the
be determined at the
;materials within thc
d save harmless the
gents and employees
ht for or on account
>red within the City
for any applicable
u'y fence and store
tanner. Prior to final
~roducts on any area
, determine if testing
;ed of in accordance
.se. Soil testing to
determine compliance will be performed by the Owner at the Contractor'slexpense.
___
!
1.31 Debris Maintenance: The Contractor at all times shall keep the ~onstmction site free
from accumulation of waste materials, rubbish, debris, etc. caused by hi_~ operations. Waste
materials, rubbish, debris, etc. shall be cleaned up daily and removed from tl~e project site at least
once a week. No payment will be made for this work, its cost being sut,sidiary to the entire
project.
1.32 Disposal of Waste and Surplus Excavation: All waste mater
construction, including but not limited to old pavement, subgrade material, t~
debris, unless otherwise noted will become the property of the Contracto~
offsite by him at his own expense.
SECTION 01001 - GENERAL PROJECT REQUIREMENTS
.als removed during
ecs, shrubs and other
and be disposed of
PAGE 9
1.33 Temporary Use of Materials: No material which has been used
any temporary purpose whatever is to be incorporated in the completed
consent of the Owner.
1.34 Preservation of Trees: Permission of the Engineer must be obtaine
on the property that obstruct the grading or other improvements as outlined i
requested, the Engineer will mark the trees to be saved. Penalty for destruc
permission shall be $500.00 each, payable to the Owner. If damage is co:
shall be erected when so directed by the Engineer at the Contractor's expe
1.35 Temporary Erosion Control: A Storm Water Pollution Prevention
construction project will be prepared by the Contractor as required under
amended, under the authority of the Clean Water Act, 33 U.S.C. 1251
requires a permit for construction activities including clearing, grading,
disturbs five acres or more of total land area or is part of a larger dew
Contractor will be required to submit a Notice of Intent (NOI) as a co-pc:
of Coppell at least two (2) days prior to the commencement of constructic
The Contractor shall provide on the plan measures to control soil erosion
pollution created by construction operations during the duration of the cont
the Contractor shall divert off-site flows around the construction area or ct
hay bales and/or silt fences around ail erodible stockpiles such as excaw
stockpiles, sand and embedrnent stockpiles. The Contractor shall not alloy
to be discharged onto the ground or any surface where it will eventuall)
storm sewer system. Storm Water Pollution Prevention means and rnethod~
requirements of the NCTCOG manual Storm Water Quality Best Manat
Construction Activities, First Edition, February 1993 and the Standard Sp¢
No payment will be made for this work, its cost being subsidiary to the en~
silt will be removed when it reaches a depth of six inches. Maintenance
device includes replacement as directed by the Engineer at no additional
equipment, materials, and labor necessary to control soil erosion for
subsidiary to the entire project.
PART II - MATERIALS
Not applicable
PART IH. INSTALLATION
Not applicable
PART IV - PAYMENT
4.1 Payment for the work described in this section shall be made only
item for payment provided in the Contractor's proposal. All other work
incidental and subsidiary to the various bid items and payments made und
shall be considered as full compensation for these requirements.
o0o
SECTION 01001 - GENERAL PROJECT REQUIREMENTS
~y the Contractor for
cork without written
for removal of trees
this project. When
Jon of a tree without
~tinuous, tree guards
nsc.
Plan (SWP3) for this
40CFR Part 122, as
· .t seq. This section
and excavation that
:lopment plan. The
mittee with the City
n.
sediment and water
tact. At a minimum,
~nstmct and maintain
~d material, topsoil
petroleum products
be washed into the
shall conform to the
rement Practices for
cificafions.
ire project. Trapped
f the erosion control
:ost to the City. All
tis contract shall be
if their is a specific
shall be considered
:r specific pay items
PAGE 10
Trenching: Remove lumber, rubbish and large rocks from t~
uniform bearing for entire length of each pipeline to preve!
Wedging or blocking of pipe will not be permitted. Remove
from inside of pipe before welding, and keep piping clean d~
of pipe. See drawings.
PVC pipe shatl not be installed when there is water in the
pipe be laid when temperature of 40 degrees or below or
PVC pipe will expand and contract as the temperature chan
shall be snaked from side to side of trench bottom to allo
contraction.
3.3 PVC PIPE AND FITTING ASSEMBLY:
Solvent: Use solvent recommended by manufacturer to:
joints following standards noted herein. Thoroughly clean pil
dust and moisture before applying solvent. All pipe connecti
and non-gasketed jointed pipe shall be cleaned with accept~
PVC to Metal Connection: Work metal connections fn'st.
pipe dope such as Permatex No. 2 on threaded PVC to m
light wrench pressure.
Threaded PVC Connections: Where required, use threade
which pipe may be welded.
3.4 COPPER TUBING AND FITTING ASSEMBLY:
Clean pipe and fittings thoroughly and lightly sand pipe cc
residue from pipe. Attach fittings to robing in an approved m
solder.
3.5 POP-UP SPRAY HEADS:
Pop-up spray heads shall be installed on a flexible PVC nipple
piping illustrated on the drawings. Heads shall be installed with und
with the finish grade. CONTRACTOR will be required to adjust he~
establishment of grass.
3.6 ROTARY HEADS:
Rotary heads shall be installed on a triple swing-joint assembly a~
each head 1/4" below finish grade.
3.7 QUICK COUPLING VALVES:
Quick coupling valves shall be installed with the top of the cove
finish grade. Quick coupling valve shall be installed on a triple
SECTION 02751 - IRRIGATION SYSTEMS (GENERAL)
~nches. Provide firm,
tt uneven settlement.
foreign matter or dirt
a'ing and after laying
~nch, nor shall PVC
,hen rain is eminent.
ges. Therefore, pipe
s' for expansion and
hake solvent-welded
and fittings of dirt,
ons 1-1/2" and larger
ble PVC cleaner.
Jse a non- hardening
~tal joints. Use only
t PVC adapters into
,nnecfions to remove
anner using lead-free
tirecfly on to lateral
erside of flange flush
tds as necessary after
d set with the top of
r 1/2-inch below the
swing-joint assembly
PAGE 10
with a 1-inch gate valve as illustrated on the drawings. A valve 1
detail shall be installed around the quick coupling valve. ~ Und
CONTRACTOR must remm after grass is established and adjust
proper grade. .,
3.7 MANUAL AND ELECTRIC VALVES:
Manual and electric valves shall be sized and located where shoa
valve boxes shall be flush with finished grade. The CONTRACTO]
adjust after establishment of grass. Valve boxes shall be propex
sufficient construction that tractors and mowers crossing over the
boxes down and crush the pipe, valve or box.
3.8 ELECTRIC CONTROLLERS AND VALVES:
Electric controller(s) shall be located as shown on the plans
of operating the number of stations indicated on the pl,
designed to operate only one section at a time, unless otb
plans. The CONTRACTOR shall install the size controller Sl
Controllers shall be located where shown on the plans am
manner as to allow the operator to view a maximum area of
The CONTRACTOR shall provide electrical service as requ
plans. All electrical work shall be done in accordance with
and permits and standard industry procedures. 115 Volt or
be installed a minimum 24 inches deep.
Paint controller box with two coats of rust inhibitive
Manufacturer's recommendations for surface preparation an~
or brush application will be acceptable.
tt will be the responsibility of the CONTRACTOR to fm
proper size wire on each of the low voltage circuits from the ~
to the various section automatic valves. Also see Section 2.
Consideration will be given to each circuit for allowanc
economy consistent with accepted practices of electrical in,,
circumstances shall the voltage of any branch circuit be redu~
due to length of run exceeding the maximum allowable for
Remote electrical control valves shall be located and sized a~
All electrical connections shall be made when the weather is
kits in strict accordance with manufacturer's recomr
CONTRACTOR shall submit connection kit data as require~
ELECTRIC POWER: Electric power, meter pedestal, met{
operate the control(s) shall be fmmished by the CONTRACT
SECTION 02751 - IRRIGATION SYSTEMS (GENERAL)
)ox as shown on the
Jr the warranty, the
heads and boxes to
'n on plans. Top of
.~ will be required to
ly supported and of
boxes will not push
and shall be capable
ns. The system is
erwise noted on the
~ecified on the plans.
I oriented in such a
he irrigation system.
zed by the irrigation
all applicable codes
larger services shall
enamel. Follow
application. Spray
fish and install the
naster control center
1.D.
~ voltage drop and
tallation. Under no
ed more than proper
:he wire size used.
shown on the plans.
dry with connection
aended procedures.
under Section 1.3.
drop and meter to
DR.unless otherwise
PAGE 11
3.9
3.10
3.11
noted on the plans. Service wiring to the breakers and disc~
and the controller cabinet shall be furnished by the CONTR~
'otherwise on the drawings.
THRUST BLOCKING:
he
All main line piping shall be installed with concrete thrust
blocking of main line piping, see drawings.
TESTING:
Sprinkler Mains: Test sprinkler main only for a period of
normal water pressure. If leaks occur or pressure drop, reph
repeat test.
Complete tests prior to backf'flling (See Section 3.1, Paragr;
compacting). Sufficient backfill material may be placed
fittings to insure stability of line under pressure. In each cz
coupling open to visual inspection for full period of test.
The CONTRACTOR shall furnish all water necessary for
jetting unless otherwise noted.
BACKFILL AND COMPACTING:
Be
After the system is operating and required tests and inspect
backfill excavations and trenches with clean soil, free of mbt
particles greater than the diameter of the pipe be used as
rocky materials are to be used, pipe shall be embedded
minimum depth of 3 inches of sand.
Backfill for all trenches, regardless of the type of pip
compacted to between 95% and 100% of the Standard Pro
D698) at or up to 5 percent above the optimum moisture cc
Compact trenches in areas to be planted by thoroughly f
Compact all other areas by flooding or handtamping. The je
used in areas when flooding. Compaction by jetting shall
beneath or directly adjacent to existing or proposed paveme
D. Dress off all areas to finish grades.
The CONTRACTOR shall immediately repair any trench
during the guarantee period.
SECTION 02751 - IRRIGATION SYSTEMS (GENERAL)
)nnects and breakers
~CTOR unless noted
~locking. For thrust
.2 to 14 hours under
ce joint or joints and
tph "H" backfill and
in trenches between
se leave fittings and
esting, flushing, and
)ns have been made,
,ish. In no case shall
>ackfill material. If
and covered with a
covered, shall be
:tor Density (ASTM
ntent.
ooding the backfill.
tting process may be
not be used in areas
at.
~ubsidence before or
PAGE 12
3.12 FINAL ADJUSTMENT:
3.13
After the installation has been completed, make final adj~
system preparatory to the OWNER'S designated representati
Completely flush system to remove debris from lines by re
heads on ends of lines and turning on system.
C. Check sprinklers for proper operation and proper alignment
Check each section of spray heads for operating pressure
sections by use of flow adjustment on top of each valve.
Check nozzling for proper coverage. Prevailing wind conditi
arc of angle of spray should be other than as shown on dm
change nozzles to provide correct coverage and furnish recox
designated representative with each change.
After system is thoroughly flushed and ready for operatJ
sprinklers must be adjusted to control pressure at heads.
method, one section at a time:
Remove last head on section and install a temporm
Install tee with pressure gauge attached on top of tis,
with nipple onto tee.
Correct operating pressure at last head of each secfi¢
Spray Heads - 40 psi
Or as per manufacturer's recommendations
3. After replacing head, at grade, tamp thoroughly arou
GUARANTEE AND MAINTENANCE:
A. The CONTRACTOR shall guarantee material and workmansl
installation including repair and replacement of defective ma
and repair of bach~ll settlement.
B. Maintenance shall include, but not necessarily be limited to
1. Adjustment of sprinkler height and plumb to compel
2. Adjustment of head coverage as necessary..
3. Unstopping heads plugged by foreign material.
4. Adjustment of controller as necessary to insure prop
SECTION 02751 - IRRIGATION SYSTEMS (GENERAL)
~stment of sprinkler
ve's final inspection.
moving nozzle from
direction of throw.
md balance to other
)ns may indicate that
wings. In this case,
d data to OWNER'S
on, each section of
Use the following
y riser above grade.
;r and re-install head
,n as follows:
nd head.
dp for one- year after
terials, workmanship
the following:
~sate for settling.
er performance.
PAGE 13
e
Cleaning to insure heads pop-up and pop-down prop,
All maintenance necessary to keep the system in got
PART 4 - MEASUREMENT AND PAYMENT
4.0 MEASUREMENT AND PAYMENT:
All work associated with materials, installatiOn, labor, utility connecl
for irrigation systems shall be measured by the lump sum and payrr
the unit price listed in the proposal for the following items:
Payment shall be complete compensation for furnishing and
functioning irrigation systems.
o0o
SECTION 02751 - IRRIGATION SYSTEMS (GENERAL)
,'fly.
d operating order.
ions, and incidentals
ent shall be made at
installing complete,
PAGE 14
DIVISION 5 - CONCRETE
DIVISION 5 - CONCRETE
SECTION 02515 - CONCRETE CONSTRUCTION FOR STRUCTUI
PART 1 - GENERAL
1.0 GENERAL
1.1 WORK INCLUDED
This section provides for furnishing and installing miscellaneous concrete
1.2 RELATED WORK
A. Division 1 - General.
(1) Section 01300, Submittals.
(2) Section 01401, Testing Laboratory Services.
1.3 MEASUREMENT AND PAYMENT
No separate payment will be made for the work specified in this section, h
work under this section in Bid Item #1.
1.4 TESTING LABORATORY SERVICES
The tests required in this section will be performed by a commercial testing
Owner at his discretion, as specified in Section 01410, Testing Laboratory
1.5 CONTROL OF CONCRETE MIXTURES
a. Consistency. Test for slump shall be performed at the jobsite immed~
in accordance with Method of Slump Test for Consistency of Portland Cern
C143). If the slump is greater than that specified, the concrete shall be
showing either poor cohesion or poor coating to the coarse aggregate with p~
If this does not correct the condition, the concrete shall be rejected. If th~
allowable limit, but excessive bleeding, poor workability, or poor finish.
changes in the concrete mix shall be obtained only by an adjustment of
following:
(1)
(2)
(3)
The gradation of aggregate;
The proportion of fine and coarse aggregate; and
The percentage of entrained air, within the allowable limits.
SECTION 02515 - CONCRETE CONSTRUCTION FOR STRUCTURES
,,ES
tclude thc cost of the
laboratory, or by the
Services.
ately prior to placing
:nt Concrete (ASTM
rejected. Concrete
Lste shall be remixed.
slump is within the
~bility are observed,
one or more of the
PAGE 1
b. Air Content. Test for air content shall be made on a fresh concrete
for concrete made of ordinary aggregates having low absorption shall be ma~
either Method of Test for Air Content of Freshly Mixed Concrete by
(ASTM C138), or Method of Test for Air Content of Freshly Mixed Concr~
Method (ASTM C173).
c. Unit Weight. Test in accordance with Method of Test for Weight p
and Air Content (Gravimetric) of Concrete (ASTM C138), may be used in
test, provided the relationship between air content and unit weight has
approved by Engineer for the materials being used and engineer gives apl
d. Strength. Compression test specimens shall be made and cured
Method of Making and Curing Concrete Compression and Flexural Test S
(ASTM C31); Strength of Molded Concrete Cylinders (ASTM C39).
e. Number of Specimens. Number of sets of concrete test cylinder
sample. Air content
te in accordance with
t~e Pressure Method
;te by the Volumetric
~r Cubic Foot, Yield,
leu of the air content
>een established and
roval.
in accordance with
~ecimens in the Field
to be cast for each
concrete pour shall be as follows:
No. of C.Y. Concrete Poured
Minimum No. of Sets of
0 - 25 1
25 - 75 2
75- 150 3
150 - 250 4
250 - 400 5
400 - 550 6
C 'linders
A "set" of test cylinders consists of four cylinders, two to be broken and
7 days; and two broken and strengths averaged at 28 days.
PART 2 - PRODUCTS
2.1
MATERIALS
Cement. ·
-!
(1) Use Portland cement conforming to ASTM C 150, Type I.
(2) Use 'only one brand of cement in any one structure.
b. Water. Furnish clean water, free from harmful amount of oils,
damaging substances.
c. Coarse Aggregate. Provide aggregates conforming to ASTM C
specified, use standard size from No. 4 to 1.5 inch and modify only in
following. Supply aggregate not larger than 1/5 of the narrowest dimens
forms, nor larger than 3/4 of minimum clear spacing between reinforcing
SECTION 02515 - CONCRETE CONSTRUCTION FOR STRUCTURE~
xengths averaged at
:ids, alkalis or other
33. Unless otherwise
accordance with the
[on between sides of
bars.
PAGE 2
d. Fine A~gre~ate. Provide fine aggregate meeting the requirement e
e. Air Entraining Admixtures. Use an air entraining admixture confi
260.
f. Chemical Admixtures. Conform to ASTM C494, "Tentative Speci
Admixtures for Concrete". All chemical admixtures must be approved by
g. Water-Reducing Retarder. Use of an admixture containing chloride
product must be nonstaining. Use Master Builders' "MBHC", Sikas "Pla~
equal.
h. Reinforcing Steel.
(1) Use new deformed steel bars, grade 60, conforming to ASTM
manufactured by the open hearth process. When placed in work, st~
dirt, scale, rust, paint, oil, or other hannful materials.
(2) Where shown, use welded wire fabric conforming to ASTM /
and spacing shown, with longitudinal and transverse wires electrical
points of intersection, using welds strong enough not to be broke
placing. Weld and fabricate fabric sheets according to ASTM A 1
(3) Submit manufacturer's certificates giving properties of steel
free of cost, for testing when required.
i. Cm'ing. For curing concrete, provide liquid membrane forming col
2, white-pigmented compound conforming to ASTM C 309. Curing
permanently discolor concrete.
j. Fly Ash. Fly ash admixtures shall not be allowed.
2.2 STORAGE OF MATERIALS
a. Cement. Store cement off of the ground in a well-ventilated weatl
b. Agm'e~ate. Prevent mixture of foreign materials with aggregate aa
of aggregate.
c. Reinforcing Steel. Store reinforcing steel to protect it from mecha
2.3 CONCRETE
Use ready-mixed concrete conforming to ASTM C 94.
SECTION 02515 - CONCRETE CONSTRUCTION FOR STRUCTURES
f ASTM C 33.
rming with ASTM C
Lcafi°ns for Chemical
Engineer.
is not permitted. The
~.timent", or approved
A 615. Provide bars
· .el must be free from
82. Supply the gage
ly welded together at
a during handling or
~5.
nd supply specimens,
~pounds. Use a Type
compound shall not
ter proof building.
td preserve gradation
aical injury and mst.
PAGE 3
2.4 MEASUREMENT OF MATERIALS
Measure material by weight.
Water may be measured by volume.
c. Cement may be measured by bag. One bag weighs 94 pounds.
2.5
CLASSIFICATION AND PROPORTIONING ·
a. Proportioning. Proportion concrete materials on the basis of maximu:
and minimum strength allowable with limits set on minimum cement cont~
content above the minimum if, at any time, the type, gradation, or size:
supplied requires that extra cement be added to meet strength and workabi
b. Classification.
Class Type
Minimum
Compressive Minimum
Strength (lbs. Cement
per square inch) (bags per
28-Da¥ cubic yard)
All
A Structural
4000 6.0
Pipe Block- ·
ing Fill 2500 4.5
(1) Use quickset concrete (3000 psi in maximum 4 hours) for b
have less than 7 days shutdown time.
(2) Include for maximum water, a calculation of free water
absorption of aggregate based on a 30-minute absorption period.
(3) Use a minimum of 6.5 bags of cement per cubic yard of con,
be placed under water.
c. Admixtures. Proportion admixtures according to the manufacture~
Use of an approved accelerator is permitted when the air temperature is le
an approved retarder is permitted when the temperature of placed concret
of an approved retarder is required then the air temperature exceeds 85°F.
d. Water-Cement Ratio for Concrete. If the relationship between su
cement ratio has been determined previously for materials specified for no:
the ratio may be used. Otherwise, determine the proper water-cemen
following procedures.
SECTION 02515 - CONCRETE CONSTRUCTION FOR STRUCTURE~
n water-cement ratio
:nt. Increase cement
, of aggregate being
lity requirements.
Consistency
Range in
Slump (In.)
2to4
3to5
locking on lines that
in aggregate minus
:ret. if concrete is to
's recommendations.
~s than 40°F. Use of
exceeds 75°F. Use
;ngth and the water-
mai-weight concrete,
ratio by using the
PAGE 4
(1) Make concrete trial mixtures having suitable proportions and
least three different water-cement ratios which will produce a
encompassing those required. Design trial mixes to produce the
slump.
(2) Determine proportions of ingredients and conduct tests in a~
relationships and procedures outlined in ACI 613, "Recommended
Proportions for Concrete".
(3) Make and cure specimens according to ASTM C192, "Me~
Curing Concrete Compression and Flexure Test Specimens in the L
water-cement ratio, prepare at least three specimens for each age te
at 7 days and 28 days, or other age as required. Conduct tests acca
"Method of Text for Compressive Strength of Molded Concrete Cy
(4) From results of these tests, plot a curve showing the relatior
cement ratio and compressive strength. Determine the maximun
cement ratio for ultimate strength concrete by using the value
corresponds to a minimum strength 25 percent greater than the spa
e. Alternate Determination of Proportions. In lieu of proportioning as
concrete, a mix design employing the same ingredients proposed for use,
on previous projects under similar conditions may be used. To obtain the
submit the following:
(1) Concrete mix design.
(2) Reports for at least 20 consecutive sets of 7-day and 28-day c
made during the last 6 months.
(3) Reports of compliance tests of fine and coarse aggregates
months.
f. Consistency. Use concrete with consistency that can be worked rea
around reinforcing steel without segregation of materials or having free
surface. Proportions will be changed if satisfactory mix is not being obtaJ
g. Air Content. Ak-entrain all concrete, unless otherwise specified. Pr(
3 percent nor more than 5 percent by volume of total entrapped and entrain¢
h. Changes in Mixes. Make changes in proportions or materials, or bot~
desired concrete properties as directed by the Engineer. Obtain prior app
in materials, gradation, or proportions of mixture, or use of special concrete
SECTION 02515 - CONCRETE CONSTRUCTION FOR STRUCTURES
consistency. Use at
range of strengths
~aximum allowable
:cordance with basic
Yacfice for Selecting
hod of Making and
aboratory." For each
st. Test for strength
xting to ASTM C39,
tinders."
.ship between water-
t permissible water-
~¥om the curve that
:ffled strength.
specified for normal
nd used successfully
necessary approval,
}ncrete strength tests
made during last 6
dily into comers and
water collect on the
ned.
,vide for not less than
d air for all concrete.
1, necessary to secure
:oval should changes
additives be required.
PAGE 5
2.6 QUALITY OF CONCRETE
a. Field Tests. Test cylinders or beams will be made in numbers re
check on the strength of the concrete. Provide and maintain curing fac
ASTM C 31. Moisture tests of aggregate will be made at sufficient
hatching and proportioning.
b. Applicable Standards. Meet ASTM standards for sampling and testin
in this section. Use ASTM C42 for test cores.
c. Failure to Meet Specifications. Should 7-day or 3-day test streng!
type of cement being used, fail to meet established strength standards,
resumed curing on those portions of structure represented by test specim~
Should additional curing fail to give required strength, strengthening of reg
of structure which fail to develop required strength could be required at no
sum.
PART 3 - EXECUTION
3.1 WORK CONDITIONS
a. Timing. Mix concrete in quantities required for immediate use. PIE
minutes after start of mixing with an approved high range water reducer.
ticket of all batches with time of mixing at ready-mix plant.
b. Weather.: When adverse weather conditions affect quality of concre!
Do not mix concrete when the air temperature is at or below 40°F and falli~
mixed when temperature is 35'F and rising. Take temperature readings in
artificial heat. If authorized for placement during cold weather, place co
with PCA Standard, Design and Conlxol of Concrete Mixtures. Pr
temperatures below 32°F until the concrete has cured for a minimum of 3 d
at 50°F. In hot weather, cool ingredients before mixing to maintain tempe~
below the maximum placing temperature of 90°F. If necessary, substitute
all or part of the mixing water. When air temperature is above 85°F, a~
mixture shall be required.
3.2 MIXING AND MIXING EQUIPMENT
a. Ready-Mixed Concrete. Mix and transport ready-mixed concrete acct
"Specifications for Ready-Mixed Concrete". In addition to normal batch
outlined in ASTM C94, provisions must be made at the batch plant for th,
(1) Arrangement. Provide separate bins or compartments for diff~
and for bulk cement. Compartments of ample size constructed so
kept separate under all working conditions are required.
SECTION 02515 - CONCRETE CONSTRUCTION FOR STRUCTURE5
uired to maintain a
ilities as required in
nervals for accurate
g, except as specified
hs, as applicable for
extended curing or
~ns may be required.
lacement or portions
hange in the contract
:e concrete within 90
;lock-stamp delivery
~', postpone the work.
tg. Concrete may be
he shade away from
tcrete in accordance
)tect concrete from
ays at 70°F or 5 days
ature of the concrete
well-crashed ice for
approved retarding
rding to ASTM C94,
plant procedures as
following items.
rent sized aggregates
fiat materials will be
PAGE 6
(2) Weighing of Materials. Aggregates may be weighed in set
with individual scales. Weigh bulk cement on a separate scale
batcher. Observe the following limits of accuracy when weighing or
Materials
Percent Accuracy
Cement 1
Water 1
Aggregates 2
Admixture 3
(3) Water Meter or Batcher. Provide a suitable measuring device
mixing water within the specified accuracy for each batch. Note ~
of water as hatched on printed hatching tickets.
(4) Moisture Control. Provide a moisture meter to measure the
in fmc aggregates within 0.3 of a percent. Compensate for varying
fine aggregates and change batch weights of materials if necessary
(5) Scales. Provide adequate facilities for accurate measuremen
material entering each batch of concrete. Accuracy of weighing equ
to applicable requirements of ASTM and NRMCA for such equipt:
(6) Recorders or Printers. Provide recorders/printers to produce
will provide a printed record of weights for cement as batched and f{
as batched individually. Use the type of indicator that returns for:
after a batch is.discharged. Clearly indicate by stamped letters or nt
between aggregates and cement as batched. Show the time of day
intervals of not more than 6 minutes. Deliver recorded ticket copie
testing agency will keep one copy.
(7) Protection. Protect weighing, indicating, recording or p:
equipment against exposure to dust and weather.
Transit-Mix Truck Requirements.
(1) Clean each transit-mix truck drum and reverse drum total
proceeds under the batching plant.
(2) Keep the water tank valve on each transit truck locked at al
is in use. Any addition of water must be directed by the Enginee~
be incorporated by additional mixing of at least 35 revolutions.
(3) Equip each transit-mix truck with a continuous, nonreversik
showing the number of revolutions at mixing speeds. Counter sh;
batch plant when cement is placed in the truck.
SECTION 02515 - CONCRETE CONSTRUCTION FOR STRUCTURE/
arate weigh batchers
in a separate weigh
measuring materials.
capable of measuring
~e number of gallons
amount of free water
moisture contents of
before hatching.
and control of each
~ment must conform
lent.
tickets. Each ticket
,r separate aggregates
~ro punch or to zero
merals the difference
~tamped or printed at
with concrete. The
int-ing, and control
ion before thc truck
times that the truck
Added water must
e revolution counter
[1 be reset to 0 at the
PAGE 7
3.3 FORMS
a. Construction. Provide mortar-tight forms sufficient in strength to pre
supports. Forms shall provide a continuous, straight smooth surface. Set
lines designated. Construct forms to permit removal without damage
adequate cleanout openings and before placing concrete, remove extraneo
forms. Do not shore any forms from existing structures without approval
vent bulging between
nd maintain forms to
) concrete. Provide
s matter from within
of Engineer.
b. Form Design. The design and engineering of all concrete formwork, ~ncluding all shoring,
bracing and reshoring, shall be the responsibility of the Contractor. Desig~formwork for loads,
lateral pressure and allowable stresses as described in ACI 347. Allow for ~esign consideration,
wind loads, allowable stresses and other applicable requirements of cont,,oiling local building
codes. Camber formwork to compensate for anticipated deflection during t'lacement of concrete
when required to maintain specified tolerances. Design formwork to be rea lily removed without
impact, shock or damage to concrete surfaces and adjacent materials.
c. Material.
(1) General Form Lumber. Use seasoned lumber of good qualil
unsound knots, knot holes, twists, shakes, decay and other impeff
affect strength or impair the finished surface of concrete. Use S4S
sheathing. Use nominal 2-inch lumber as minimum thickness ell
caps, or 3/4-inch form plywood backed adequately to prevent mi
lumber of nominal 1-inch thickness or form plywood of approved
use and back by a sufficient number of studs and wales.
(2) Lining for Rubbed Finish Surfaces. Provide form surfaces o~
free of irregularities for exposed concrete faces which are to be give
plywood of 1/4-inch minimum thickness, and preferably oiled at
lacquer the liner on the job before using. Facing may be constructed
made with waterproof adhesive backed by adequate studs and wales
lining will not be required. Apply rubbed finishes where indicated
(3) Special Form Lumber. Make molding for chamfer strips,
redwood, cypress, or pine. Furnish a quality that will not split when
be maintained to tree line. Use mill-cut molding dressed on all fac~
provided, fillet forms at sharp comers and edges with triangular c
inch, mcasurcd on sidcs.
d. Form Ties. Use commercially manufactured metal form ties of al
forms in place. Do not use wire: ties or snap ties. Remove form ties to dep
from surface of concrete. Provide form tie holes not larger than 7/8 inch
burn off ties. Do not use pipe spreaders. Remove spreaders which are se
concrete is being placed.
SECTION 02515 - CONCRETE CONSTRUCTION FOR STRUCTURES
y, free from loose or
~ctions which would
lumber for facing or
'orms for bottoms of
~alignment. Provide
thickness for general
form-lining surfaces
n rubbed finish. Use
the mill. Re-oil or
of 3/4-inch plywood
In such cases, form
on drawings. ~~
or similar uses, of
nailed and which can
rs. Unless otherwise
~amfer strips of 3/4-
)proved type to hold
Ih of at least 3/4 inch
in diameter. Do not
)arate from forms as
PAGE 8
e. Wetting and Oiling Forms. Treat facing of forms with approved cc
form oil before concrete is placed. When so directed, treat both sides o
Apply oil before reinforcement is placed. Immediately before the concrete:
of forms which will come in contact with concrete. Coating must no
adversely affect concrete surfaces. It must not impair subsequent treatmen
including bonding agents, curing compounds and membrane waterproofin
f. Metal Forms. Applicable provisions of these specifications apply e
Countersink bolt and rivet heads on facing sides. Use only metal forms w
surface and which line up properly. Keep metal free from rust, grease or
that will tend to disfigure or discolor concrete. Provide metal pan forms
good condition, free from dents and rust. Provide pans of a gage and ir
concrete and construction loads without significant distortion.
3.4 PLACING REINFORCEMENT
a. Placing. Place reinforcing steel accurately and secure it adequat
forms. Maintain reinforcing steel in place using approved bar supports a~
bar tie pigtail extending more than 3/8-inch past the outside face of the bar
must be inspected and approved by the Engineer before concrete is place~
b. Bar Supports. Provide chairs, riser bars, ties and other accessori
metal, except as otherwise specified. Bar supports and accessories shall b~
to provide concrete cover as specified. Where concrete surfaces are exlx
liquid in liquid-containing structures in finished work, provide stainless
tipped chairs only. Use of galvanized or plastic-tipped metal is not permi!
Use of plastic chairs in walls is not permitted. Plastic bar supports and
manufactured by W.H.C. Products, Inc., Houston, Texas, or equal. M~
accessories shall be Class I or 2 conforming to the requirements of CRS
Practice. Provide preeast concrete bar supports 3 inches wide, 6 inches 1¢
to allow the required cover where allowed. Embed fie wires in the 3-incl
c. Bar Spacing and Cover. Provide minimum spacing center-to-cente~
times nominal diameter of the bar. In no case permit clear distance bet~
1-1/2 times maximum size of coarse aggregate. Minimum cover meas
concrete to face of reinforcing bar will be 3 inches.
d. Bending. Bend reinforcing steel to required shapes while steel
irregularities in bending will be cause for rejection. Detail bars in accorda
e. Splices. Splicing of bars, other than at locations shown on drawings
without written approval. Approved bar bending schedules or placing draw
approval. Splice bars with a lap of 30 times the diameter of reinforeemet
inches. Stagger splices in adjacent bars and locate at points of low tensil
f. Cleaning. Clean reinforcement of all scale, loose or flaky rust or
including oil, mud or coating that will reduce the bond to concrete.
SECTION 02515 - CONCRETE CONSTRUCTION FOR STRUCTURE
mmercial formulation
face forms with oil.
placed, wet surfaces
bond with, stain or
of concrete surfaces,
g.
tually to metal forms.
aich present a smooth
:~thcr foreign material
that are clean and in
condition to support
~ly in position in the
td spacers. Provide a
t. All reinforcing steel
,~s made of plastic or
; of the sizes required
seal to the weather or
'.teel or stainless steel
ted in these locations.
eeessories shall be as
~tal bar supports and
Manual of Standard
ag, and thick enough
sides.
of parallel ba~s 2-1/2
een bars be less than
ared from surface of
is cold. Excessive
ace with ACI 317-57.
, will not be permitted
[ngs constitute written
.t but not less than 12
~ stress.
,ther foreign material,
PAGE 9
g. Placement Tolerances. Place reinforcement within the following
Placement
Concrete cover to formed surfaces
Minimum spacing between bars
Top bars in slabs and beams to 8-inch depth
Top bars in slabs and beams between
8 and 24-inch depth .....
Top bars in slabs and beams more than
24 inches in depth
Crosswise of members spaced evenly within
Lengthwise of members
Tolerance in In~
+ 1/2
+1
Ii. Interferences.- If reinforcing interferes with the location of other rein:
or embedded'items, bars may be moved within specified tolerances
whichever is greater. If greater movement of bars is required to avoid it
Engineer. Do not cut reinforcement to install inserts, conduits, mechani,
items without approval of the Engineer.
i. Concrete Cover. Provide a clear cover measured from reinforcem
concrete as shown on the contract drawings.
j. Welded Wire Fabric. Install wire fabric in as long lengths as pracC
pieces at least one full mesh length plus 2 inches, or 6 inches, whichev
splices with wire. Do not make end laps midway between supporting be
beams of continuous structures. Offset end laps in adjacent widths to pre
k. Field Bending. Not allowed without approval of Engineer. If appro,
bent during construction operations to conform to the drawings. Bars shal
heat 'bars. Closely inspect the reinforcing for breaks. If reinforcing
Cadweld or otherwise repair as directed by the Engineer. Do not bend re:
embedded in concrete.
L Field Cutting. Reinforcing bars cut'on thc job shall be cut by she
not cut bars with a cutting torch unless approved by the Engineer.
)lcrances.
hes
:'orcing steel, conduits
ar one bar diameter
tefference, notify thc
:al openings or other
:nt to the face of the
cable. Lap adjoining
er is larger, and lace
ams, or directly over
vent continuous laps.
,ed, shape reinforcing
be cold-bent; do not
s damaged, replace,
nforcement after it' is
aring or sawing. Do
SECTION 02515 - CONC~ CONSTRUCTION FOR STRUCTURE
PAGE 10
tired without written
details equivalent to
construction joints. Joints, other than those indicated, will not be peru
authorization. Where authorized, make additiohal construction joints wit[
those for joints in similar locations.
m. Welding. Welding of reinforcing bars is prohibited.
3.5 CONSTRUCTIO~N JOINT._._..~S /
1
a. _Definitions. Contact surface between plastic concrete and concrete ~hat has attained initial
set is a construction joint. Monolithic means manner of concrete PNcing which prevents
b. Construction. Roughen the surface of concrete previously placed le~Mng some aggregate
particles exposed. Remove loose materials and then wash and scrub the st rface clean with stiff
brooms. Keep the surface wet for several hours prior to placing of plastic ct mcrete. Immediately
prior to placing of concrete on horizontal surfaces, slush the surface with a coating of mortar.
Where possible, apply mortar on previously placed vertical surfaces by I~mshing and working
mortar into irregularities of the surface. Form keyways to permit easy rem~val of forms without
damaging concrete.
3.6 WATERSTOPS
a. Waterstops shall be 6" minim!~m width and 3/8-inch minimum thickn ess. Waterstops shall
be made of virgin polyvinyl chloride compound and shall conform to the requirements of the
Corps of Engineers Specification CRD-C572.
b. Install in locations shown.
c. Provide waterstops in all horizontal and vertical joints in foundafior slabs and peripheral
walls of all structures up to a minimum of 12 inches above final ground level and all walls and
slabs of liquid-containing structures or compartments to a minimum of 12 in~:hes above maximum
liquid level unless specifically shown otherwise on the drawings.
d. Each piece of premolded waterstop must be of maximum practicable length for a minimal
number of end joints.
e. Make joints at intersections and at ends of pieces in a manner mc st appropriate to the
material being used and in accordance with manufacturer's recommendations. Joints must
develop effective watertightness fully equal to that of continuous waterstop material, must
permanently develop not less than 50 percent of mechanical strength of par ~nt section, and must
permanently retain flexibility. Whenever possible, the manufacturer's then nostafic splicing tool
shall be used and in any case shall be in accordance with the manufacture r's instructions.
f. Waterstops to be in place and secure prior to placing concrete. A~ ~urately position and
support waterstops against displacement during concrete placement.
3.7 SEALING JOINTS
a. Thoroughly clean and prime joints to be sealed before applying ealant. Joints to be
sealed include all expansion joints and exterior conslxuction joints in slabs ~n grade. Additional
joints to be sealed are identified on the drawings.
b. Apply sealants in accordance with manufacturer's recommendation ~.
c. Sealant shall be applied when the ambient temperature is between .OW and 90~F, unless
recommended otherwise by the sealant manufacturer.
d. During pouring operations, exercise care to prevent sealant from pilling onto surfaces
adjacent to grooves.
SECTION 02515 - CONCRETE CONSTRUCTION FOR STRUCTURE, PAGE 11
e. Sealant shall be a single or multi-component cold-applied elastome
complying with Federal Specification Tr-s-00230C or TT-S-00227E, respe
be Class A, Type I or II and shall be gray in color.
3.8 PLACING CONCRETE
a. Preparation. Give 24 hour advance notice to permit inspection of fo~
waterstops, and other preparations for placing of concrete. Place no concr
Regulate concrete placing to permit completion of finishing operation
However, if necessary to continue after daylight hours, light the site as
rainfall occurs after placing operations are started, provide covering t
Concrete pour must begin prior to 1:00 p.m. or be postponed to the follov
b. Handling and Transporting. Arrange and use metal or metal-line~
pipes in placing concrete so that ingredients of concrete will not be sep~
having a maximum slump of 3 inches if deposited by chutes and troughs. E
chutes either vertically down inside of forms or into a pocket outside of t~
it can flow through holes left in forms. Keep chutes, troughs and pipe
coatings of hardened concrete. Use of chutes in excess of 35 foot total lei
authorization.
c. Depositing. Limit free fall of concrete to 4 feet. Use tremies fo:
walls and similar placement. Do not deposit large quantifies of concrete a
running or working concrete along forms is required. Do not jar forms aft
on initial set; do not place any strain on projecting reinforcement or anchor
in sections, or provide in several lengths, so that outer may be adjusted to
placing operations. Place concrete in continuous horizontal layers ap
thickness. Place each layer while layer below is still soft. Let no
between the placing of successive layers in continuous placement.
d. Consolidation. Compact each layer of concrete with concrete spa,
mechanical vibrators of approved type. When immersion vibrators cannot
of the type which operate by attachment to forms only. Apply vibrators to
after depositing, and move the vibrator through the layer of concrete jm
inches into plastic layer below. Do not penetrate or disturb layers previous
partially set, and do not use vibrators to aid flow of concrete laterally.
3.9 CURING
a. Definition. Accomplish curing by preventing loss of moisture, rapi
and mechanical injury for a period of 7 curing days when normal Portland
and for 3 curing days when high-early-strength Portland cement has been
soon as free water has disappeared from the surface of the concrete after
A curing day is any calendar day on which temperature is above 50°F
Colder days may be counted if air temperature adjacent to concrete is m
In continued cold weather, when artificial heat is not provided, removal of
may be permitted at the end of calendar days equal to twice the number
SECTION 02515 - CONCRETE CONSTRUCTION FOR STRUCTURE
fie type joint sealant
:fivcly. Sealant shall
ms, reinforcing steel,
· .te ~rior tO approval.
~ in daylight hours.
ectcd or required. If
c) protect the. work.
,lng working day.
. chutes, troughs and
rated. Use concrete
~ischarge troughs and
lo forms from which
clean and free from
~gth requires specific
placing concrete in
one location so that
x concrete has taken
bolts. Make tremies
~roper height during
rroximately 12-inch
than I hour elapse
hag implements and
~e used, use vibrators
:oncrete immediately
placed and several
placed which have
I temperature change
:ement has been used
ased. Start curing as
~lacing and finishing.
ar at least 19 hours.
intained above 50°F.
forms and falsework
f curing days.
PAGE 12
b. Form-Finish. Cure formed surfaces not requiring mb-finished sm
in place for the full curing period.
Rub-Finish.
(1) Cure formed surfaces requiring rub-finished surfaces by leav
a minimum number of curing days as follows: Vertical surfaces
(2) After mb-finish operations are complete, cure formed sur
cotton mats until normal curing period is complete.
d. Unformed Surfaces. Cure by membrane curing compound method
(1) After the concrete has received a f'mal finish and surp
disappeared, seal the surface with a single uniform coating of appm
applied at the rate of coverage recommended by manufacturer
Engineer. Do not apply less than 1 gallon per 180 square fe
satisfactory means to properly control and check rate of applicafio]
(2) Thoroughly agitate the compound during use and apply
mechanical power pressure sprayers, equipped with satisfactory ate
application on small miscellaneous items, hand powered spray
For all spraying equipment, prevent loss of compound between
surface during spraying operations.
(3) Do not apply compound to a dry surface. If the surface of the
dry, thoroughly moisten the surface immediately prior to applicafioJ
the coating shows discontinuities, pin holes or other defects, or
coated surface before film has dried sufficiently to resist damage, al
of compound immediately, at the specified rate of coverage.
3.10 REMOVAL OF FORMS
Remove forms from surfaces requiring rubbing as specified in thc paragrap
the forms from the surfaces only as rapidly as the robbing operation pro
forms from surfaces not requiring mb-finish. Removal of forms shall no!
3.11 DEFECTIVE WORK
Immediately repair any defective work discovered after the forms have
surface of the concrete is bulged, uneven, or shows excess honeycombinl
cannot be repaired satisfactorily, remove and replace the entire section.
'ace by leaving forms
[ng forms in place for
SECTION 02515 - CONCRETE CONSTRUCTION FOR STRUCTUREI
- 2 full curing days.
."aces by using moist
us water sheen has
red curing compound
and as directed by
et of area. Provide
of the compound.
means of approved
mizing nozzles. For
ipment may be used.
nozzle and concrete
concrete has become
t. At locations where
rain falls on newly
~ly an additional coat
h on curing. Remove
~resses. Remove the
damage concrete.
,een removed. If the
or form marks which
PAGE 13
3.12 FINISHING
a. Patching. Patch slight honeycomb, minor defects and form tie hole~
with cement mortar mixed one part cement to two parts fine aggregate.
unsatisfactory material and replacing it with new concrete, securely key~
concrete. Finish to make joints as inconspicuous as possible. Use a stiff mi
tamp into place. After the patch has stiffened sufficiently to allow fo~
shrinkage, strike off mortar flush with the surface.
b. Rub-Finish. Rub-finish all exposed surfaces of formed concrete stmc
After pointing has set sufficiently, wet the surface with brush and give first
No. 16 carborundum stone or equal. Rub sufficiently to bring surface to p
marks and projections, and to produce a smooth, dense surface. Do not
surface Paste. Spread or brush material, which has been ground to paste, m
and allow to take reset. In general, do not rub chamfered comers in firsl
preparation for final acceptance, clean surfaces and give final finish
carborundum stone or equal. After rubbing, strip the surface with brush am
surface to take a reset; then wash surface with clean water. Leave structu
and uniform-appearing finish.
- -o0o- -
SECTION 02515 - CONCRETE CONSTRUCTION FOR STRUCTURE~
in concrete surfaces
[epair by cutting out
and bonded to old
xture and thoroughly
greatest portion of
utes except as noted.
surface rubbing with
aste, to remove form
add cement to form
dformly over surface
surface rubbing. In
~bbing with No. 30
allow mortar on the
· e with a clean, neat
PAGE 14
DIVISION 6 - SPECIAL SPECIFICA~!
'IONS
DIVISION 6 - SPECIAL SPECIFICATIONS
SECTION 02910 - CONCRETE UNIT PAVERS
PART I - GENERAL
1.0 GENERAL:
THE GENERAL CONDITIONS, SUPPLEMENTARY CONDrr]
requirements of Division 1 - General Requirements are hereby
Section.
1.1 .SCOPE:
Furnish all labor materials, services, equipment, and appliances n
with the construction of concrete unit pavers placed on a sa,
compacted subgrade, as described herein and shown on the accom
1.2 QUALITY ASSURANCE:
ASTM C936-82 "Specification for Solid Concrete Interlocking Pavi~
have a homogeneous finish on the top surface.
PART 2 - MATERIALS
2.1 CONCRETE PAVERS:
Concrete interlocking pavers shall be dark gray color as manufacture
pavers shall be approved by the Engineer prior to installation.
2.2. BEDDING SAND:
A. Bedding sand shall be coarse graded concrete sand conformi
fine aggregate, as specified in the following table, NOTE: D
Coarse Graded Concrete Sand
Sieve Size Mass Percent Passing
3/8 100
No. 4 85 - 100
No. 100 10 - 30
The bedding sand shall be free of deleterious soluble salts.
likely to cause efflorescence or lead to reduced skid resista
SECTION 02910 - CONCRETE UNIT PAVERS
ONS, and applicable
made a part of this
:quired in connection
~d/bed layer, over a
panying Drawings.
~g Unit". Pavers shall
:d by Pavex. Concrete
ag to ASTM C-33 for
not use mason sand.
r other contaminants
nee.
PAGE 1
2.3
Moisture Content: Thc sand shall be of uniform moisture conl
shall be protected against rain when stockpiled on site prio
moisture shall be maintained at 3 percent to 7 percent.
SUBGRADE MATERIAL:
Before commencing the placement of the sand bedding course and ~
compacted subgrade shall be inspected and approved by th
representative.
PART 3 - INSTALLATION
3.1 SIJBGRADE PREPARATION:
Existing Subgrade: Bring the subgrade to 3" below finish
2-3/8" thick pavers. The existing subgrade shall be trimm
nominal design levels, including, where necessary, the
materials to correct levels in any depressed areas. The subgra,
deviate by more than 1/4" from the bottom of a 8" strai
direction. Subgrade compaction shah be to 100% compactic
Where directed, any unsuitable materials shall be remove~
and replaced by approved fill and suitably compacte,
stabilization has been specified, the subgrade shall be pr, pa
Thc upper layer of thc subgradc shall be sufficiently well g~
to prevent infiltration of thc bedding sand into its surface boil
and throughout the life of the pavement. If available sul
unsuited to this requirement, then the upper surface shall ,itl
application of crushed fines, which shall then be watered an,
surface or suitably scaled.
3.2 BEDDING SAND INSTALLATION:
Spreading Bedding Sand: An uncompacted sand base shall
compacted subgrade to the thickness of 1-1/2" and not ex
assumes that after the stones are placed and vibrated, ti
approximately 1/2" lower. Under no circumstances shall san(
leveling.
Screeding of Bedding Sand: The spread sand shall be carel
loose condition and protected against precompaction both p
screeding. Any pr, compacted sand or screeded sand lef
loosened before further paving units are placed. Sand shall 1
a loosed condition to the predetermined depth only, slightly.
of the paving units. Under no circumstances shall the sand be
of the laying face to an extend to which paving will be cot
SECTION 02910 - CONCRETE UNIT PAVERS
ent when spread and
to spreading. Sand
laying of units, the
Engineer or his
grade elevation for
Rd to within 1/4" of
~ddition of suitable
te surface should not
ghtedge laid in any
n.
l from the subgrade
1. Where subgrade
:~ accordingly.
aded and compacted
I during construction
~grade materials are
her be blinded by the
compacted into the
e screeded over the
:ceding 1-1/2". This
te elevation will be
bedding be used for
ally maintained in a
rior to and following
: overnight shall be
De lightly screeded in
ahead of the laying
screeded in advance
tpleted that day.
PAGE 2
3.3.
Screeding sand must be fully protected against accidental pre
compaction by rain or dew. Any screeded sand which is ~
laying of units shall be removed and brought to profile an~
PAVER INSTALLATION:
A. Laying Paver Units:
compaction including
recompacted prior to
loosed condition.
Paving units shall be placed, on the uncompacted,: ereeded sand bed, to
the nominated laying pattern, care being taken to r aaintain the specified
bond throughout the job. Paving units shall be pl~tced to achieve gaps
nominally 1/8" wide between adjacent units suc~ that all joints are
correctly aligned. Paving stones will be laid in th~ approved pattern as
noted on the Drawings. /
/
The first row shall abut an edge restraint with a gaf, of 1/8" and shall be
laid at a suitable angle to the edge restraint to achie' re the required visual
orientation of paving units in the completed pavement.
In each row, all full units shall be laid first. Closure
fitted subsequently. Such closure units shall consist
of a full unit. Units may be cut using a mechanical
bolster, or by power sawing. A dry grout mix shall
edge space.
No other construction traffic shall be allowed on
paver installation until the pavers have been compa{
B. Paver Compaction:
-After laying paving units, they shall be compacted to
of the sand bedding and brought to design levels an
than two preferably three, passes of a suitable plate.
The ComPactor shall be a high-frequency, low-ampli
plate vibrator having a plate area sufficient to coy
paving units. This plate type soil compactor shall b~
5,000 lb. centrifugal compaction force. This equipm¢
the one manufactured by Koehring, Master Divisio~
designated as their Model P-22.
3. , Compaction shall proceed as closely as possible lollG
to the acceptance of any traffic.
Compaction should not be attempted, however, wi:
laying face. Compaction shall continue until lippinl
between adjoining units. Joints shall then be filled am
described
SECTION 02910 - CONCRETE UNIT PAVERS
units shall be cut and
of not less than 25%
r hydraulic guillotine
,e used to fill a larger
pavement during the
:ted and sanded.
achieve consolidation
~ prof'fles by not less
compactor.
:ude, mechanical, flat
~r a minimum of 12
~ capable of 3,500 to
nt should be equal to
~, Dayton, Ohio, and
wing laying and prior
bin three feet of the
;has been eliminated
I compacted as herein
PAGE 3
All work to within three feet of the laying fao
compacted at the completion of each day.
Damaged Units: Damaged units which are structm
compaction shall be immediately removed and repl~
Filling Joints: As soon as practical after compaction, and in
termination of work on that day and prior to the acceptance (
sand for joint filling shall be spread over the pavement. TI
be allowed to dry and then swept to fill the joints. At least
vibrator is required o achieve compaction of the joint fillin
Pavement Preloading: As soon as possible after the fi
construction traffic should be encouraged to use the pave
development of "lock-up". Such traffic should traverse the
of the pavement.
PART 4 - PAYMENT
4.1 Payment at the Contract unit price shall be total compensation for
equipment, backfill, cleanup, and incidentals necessary to complete all wo~
the Drawings and Specifications.
o0o
SECTION 02910 - CONCRETE UNIT PAVERS
must be left fully
damaged during
any case prior to the
,f construction traffic,
te filling sand should
one pass of the plate
sand.
lng of joints, light
ment'to assist in the
greater possible area
all labor, materials,
'k in accordance with
PAGE 4
APPENDIX A - SOIL INVESTIGATION
DATA
GEOTECHNICAL INVESTIGATION
GATEWAY BUSINESS PARK PHASE I
COPPELL, TEXAS
TO
SANTA FE PACIFIC REALTY C0RPORAT2
5429 LBJ FREEWAY, SUITE 600
D~LLAS, TEXAS 75240-2609
BY
' TERRA-MAR, INC.
DALLAS / FORT WORTH / HOUSTON
MARCH 1990
'ON
Consulting Engine~rs.e Geotechnlcal · Environmental · C,
DALLAS · FORT L1VORTH · HOUSTOF
R~
Santa Fe Pacific Realty Corporation
5429 LBJ Freeway, Suite 600
Dallas, Texas 75240-2609
Attn:
Mr. Wayland Threadgill
Manager of Construction Services
GEOTECHNICAL INVESTIGATION
GATEWAY BUSINESS PARK PHASE I
COPPELL, TEXAS
Gentlemen:
Submitted herewith is our report on the evalu~
conditions at the above referenced site. Thi
results of the field and laboratory investigati
recommendations concerning the proposed
sedimentation control structure, site preparat
railway sections and subgrade stabilization r
included are preliminary foundation design
recommendations for the use of existing top
landscaping operations. This investigation
Mr. Wayland Threadgill.
The results and recommendations of this st~
below. A site plan and Logs of Borings are att
I. Project Description2 It is planned
approximate 109 acre site north of I.H. 635 a
east by, Freeport Parkway in Coppelt, Texas.
proposed construction is to include roadways ar
capabilities together with the construction ¢
sedimentation control structure to be loc
existing creek. A general layout of the proj
on the Plan of Borings, Plate 1.
II. Field Investigation. Twelve sample t,
drilled at the site to evaluate existing subst
Borings located along the proposed roadway
extended to depths of 15 feet below existing
borings located along the proposed railway ali§
2679 Lombardy. Dallas. Texas 7S220 Phone:214-3S2-8352
~nstructlon Materials Testing
· AUSTIN
March 14, 1990
)oft No. DE90-002
~tion of the soil
~ report presents
ons together with
erosion and
£on/ pavement and
~quirements. Also
parameters and
soil material in
'as authorized by
dy are presented
ached.
to develop- an
Nd bounded on the
At this time,
~d railway sez-vice
f an erosion and
ated within the
~ct site is shown
~st borings were
[rface conditions.'
alignments were
grades while the
nments extended
to depths of 10 feet below existing grades.
borings were advanced at the proposed, location
and sedimentation control structure and extended
and 40 feet below existing grades, penetratir
least five feet. Borings are located approxima'
the Plan of
Borings, Plate 1. Sample depth, soil and rock
classification (based on the Unified Soil Classi
are shown on the Logs of Borings, Plates 2 throu
Generalized Soil Profile, Plate 15. A key to
terms and symbols used on the logs is presented
Soil formations were generally sampled using
sampler to sample the cohesive soils. Cohesil
soils too hard to push using the hydraulic ~
drill rig were sampled by means of a split-b~
conjunction with the Standard Penetration Test
formation was evaluated by the Texas Highway
Dynamic Cone Penetrometer Tests, utilizing pub]
order to determine the suitability of the exis'
use in landscaping operations, representative
the topsoil and near surface soils were obtained
the subgrade bulk samples were utilized to eval=
strength characteristics.
Borings were drilled dry, without the aid of drJ
more accurately evaluate groundwater levels.
determine the presence and levels of groundwa~
all borings at the completion of drilling and
later. These obse=vations are indicated on
After final water level observations, all
backfilled.
III. Laboratory Investigation. The purpose o
testing program was to evaluate the physical
characteristics of the subgrade soils. Tes
liquid and plastic limits, natural moisture
unit weight. Results are noted at the appropri
on the boring logs.
Shear strength of the clay soils were ev~
penetrometer tests and later confirmed by labo]
compression tests. Test results are ta
appropriate sample depth on the boring logs.
content and dry unit weight, determined ~
unconfined compression tests, are also show
logs. Allowable bearing capacity of the sha
evaluated by correlation of THD Cone Penetrome~
utilizing published data.
A series of liquid and plastic limit tests were
natural subgrade soils in order to de
stabilization additive contents for the purpose
soil plasticity. Additives evaluated included
Two additional
of the erosion
to depths of 24
g the shale at
:ely as shown on
description and
fication System)
gh 13 and on the
the descriptive.
)n Plate 14.
the Shelby tube
~nless soils and
ull-down of .the
Lrrel sampler in
[SPT). The rock
Department (THD)
.ished' data. In
ting topsoil for
bulk .Samples of
. Additionally,
ate the subgrade
lling fluids, to
Measurement to
er were made in
least 24 hours
~he. boring logs.
boreholes were
the laboratory
and engineering
~s consisted of
:ontent, and dry
ate sample depth
~luated by hand
~atory unconfined
Dulated at the
Natural moisture
s part of the
n on the boring
te formation was
:er test results,
conducted on the
termine optimum
of reduction in
~ydrated lime and
2
Type I Portland Cement. In these tests, soil
(PI) was evaluated as a function of the
stabilization additive,, expressed as a perce]
weight. Results shown o.n Plates 16 and 1~
optimum additive contents of six percent cement
weight, is required to stabilize soils with res
the plasticity index (PI) to values less than 15
In order to determine appropriate design paramE
pavement and railway design, the strength chara¢
natural and additive treated subgrade soils-~wE
California Bearing Ratio (CBR) tests and
Undrained (UU) Triaxial Compression tests. Re~
tests are shown on Plates 19 through 21 while
UU tests are given on Plate 22.
Samples of the existing topsoil were anal~
Agricultural Laboratories of Memphis, Tennes~
content, pH, textural classification and chemi
to determine the suitability of this materl
landscaping. Results of these tests,
recommendations concerning landscaping operatic
in Appendix A.
IV. Site and SubSurface Conditions. The site
located in the mapped Outcrop of the Eagle Ford
as shown on the Dallas Sheet of the Geologic
Where this formation outcrops, subsurface cond
consist of highly~expansive surficial silty cls
overlying shale.
Soil formations encountered at the site are sh
the boring logs, Plates 2 through 13 and on the
Profile, Plate 15'i The soil data indicate
conditions can be grouped as follows:
Average.
Stratum Depth (ft) Descri
I 0-7
II 7-18
III 18-22
Stiff to hard
to grayish bz
silty clay (
Very stiff
light gray
CL).
Dense tan an
clayey fine
sand with fi
(SC-SP). ~
NOTE: Encoui
Boring B-11,
3lasticity index
percentage of
~t of dry soil
indicate that
or lime, by dry
)ect to lowering
ters for use in
teristics of the
~re evaluated by
Unconsolidated
;ults of the CBR
summary of the
zed by A & L
zee for organic
cal constituents
Lal for use in
together with
~ns are included
is geologically
Shale Formation,
Atlas of Texas.
itions typically
y and clay soils
Dwn'in detail on
Generalized Soil
that subsurface
)tion ,,
dark gray
'own clay and
iH & CL).
:o hard tan and
~i-lty clay (CH &
'light gray
o coarse
te gravel
~tered in
near creek.
3
22-25
Soft tan and
weathered sba
fine sand sea
NOTE: Encoun
Boring B-11,
V 25-
Completion
Soft'to firm
shale, fissuz
NOTE: Encou~
Borings B-ii
near'creek.
[: V. Groundwater Conditions. Water level o
?! during the field investigation indicated that g:
are generally below the depths of the borings.
B- 12, near Grapevine Creek, encountered gr~
average depth on the order of 18 feet below exi~
should be noted that present groundwater cot
remain static and will fluctuate with variat~
precipitation and surficial runoff.
light gray
le with ver~
ms.
tered in
near creek.
dark gray
ed.
tered ~n
and B-12,
~servations made
roundwater levels
Borings B-il and
)undWater at an
~ting grades. It
~ditions may not
ions in seasonal
VI. Design Conditions., The overburden soils o~ Strata I and II
are compact and vary from moderate to highly )lastic. Clayey
sand was encountered in Boring B-11, near Grapevine Creek, and
extended a depth of 8.feet. These soils, if e~countered during
straight shaft pier ihstallation, will need ~o be temporarily
cased. These more permeable soils alsp need special
consideration for the design of the erosion ~nd sedimentation
control structure and are discussed in more detail in that
section. The dark gray shale is relatively strong and will
provide adequate bearing for foundation loads.
VII. Subgrade Soil Parameters. Pavement and
design requires the use of soil properties o
specific tests to determine appropriate de
Listed in Appendix B are the subgrade desigr
used for both pavement and railway spur design
VIII.Pavement Section. It is our understand
pavement is planned for this site and it is to
street and thoroughfare pavement design for the
Based on correlations of subgrade t!rpe and su[
the reqUired thickness, as a function of esti
wheel loading, has been determined using the ~
railway section
c the results of
sign parameters.
. soil parameters
sections.
.ng that concrete
meet the standard
City of Coppell.
porting capacity,
hated traffic and
ASHT0 "Structural
)epartment Design
Number" (SN) System and the Texas Highway i
Manual, Rigid Pavement Structures (Appendix F-100).
Based on our field and laboratory studies an~ the presence of
ii highly expansive subgrade soils it is recommended that concrete
pavement be placed on a six inch thick stabilized subgrade. In
· our opinion, long term performance of concret.~ pavement can be
enhanced by stabilization of the expansive cl~ys. Six percent
(6%) hydrated lime or Type I Portland Cemen~
with the subgrade soil to achieve the d~
should be mixed
~sired degree of
4
stabilization. In order to compensate for non-u
spreading and mixing, it is recommended that
pounds per square yard (psy) for each six inc~
thickness be used. Procedures for additive trea
as recommended in Appendix B. '~
Utilizing the above mentioned procedures,
assumptions and soil strength parameters, the
parameters were used:
Roadway .Class:
Design Period:
Traffic:
Terminal Service-
ability Index:
ReliabilitY: -
Industrial Co
20 Years
1,000,000 18
2.5
90%
Listed below are recommended pavement sections.
sections will be suitable for frequent appl
design wheel loading and infrequent loads of g~
Adequate subgrade drainage is essential to pave
in accordance with design criteria. It is c
that the City of Coppell utilizes both comp
concrete criteria and flexual strength concrete
I is based on the use of 3,000 psi comp~
concrete, while Table' II assumes the use of
strength concrete.
TABLE I
(3,000 psi compressive strength c¢
8.0" Portland Cement Concrete Pavement
6.0" Lime stabilized or cement modified
subgrade (35 psy)
NOTE: ~This pavement thickness is based
heavy truck traffic using the de~
listed above. Seven inch pavemer
. may be used if 500,000 18 kip ES~
~ anticipated, for the ~0-year desi¢
Table II
(650 psi flexural strength concr~
7.0" Portland Cement Concrete Pavement
6.0" Lime stabilized or cement modified
subgrade (35 psy)
NOTE: This pavement section assumes fr~
truck traffic, if 500,000 18 kip
are anticipated, six inch paveme]
be used for a 20-year design lif~
niformity during
:hirty five (35)
~es of compacted
tments should be
traffic data
following design
11 ector
Kip ESAL
These pavement
ications of the
· eater magnitude.
~ment performance
ur understanding
ressive strength
criteria. Table
ressive strength
550 psi flexural
~nc~ete)
on frequent
:ign parameters
Lt thickness
~L's are
in period.
:e)
~quent heavy
ESAL's
~t thickness may
5
Specifications are included in ADp. endix B.
IX. Railway Sp_u~ ,~~. ~.4~r~ ~ th~ ~ai~
was performed ~.sirg the elastic th~crrx- deSig
differing modu~£ ~ ~la~ti~ an~ a~ bussed
loads, using the d~gz% soil ~=~m~a=~ ~te(
Listed below are re~oTm~ended r~i~'wa~' s~tions.
It should~'Se nofed'.!~t lime ~tabiliz-ed subgra(
over cement modi~ie~ soils due to the brittlen~
modified soils. ~ ~ ~b~uld also be nat~l that
subballast is reconVeYed to ~e~ILuze~ th~ s.t~es~
section. ~
6.0" Crushed "Chico" limestone ballast-ben~
8.0" Crushed S~one Base' with binder subbal]
8.0" Lime stabilized subgrade (~7 DsY)
SpeCifications are included in ~ppendix B.
X. Sit~t and P~ement Subqrade Preparation..
may requ~e mino~ cuts and fills to brin~ the
grades a~d improve drainage. Recommended earth
and subgrade preparation procedures should h~
Appendix B.
;
Te
[e is ~eco~m~ended
:ss of the ~gm~nt
,ath tie
.asr'
Site preparation
site to
work constr~ct±on
as o.utli~d in
~re. It ~ our
to be constructed
! ~ater flow and
:he upstre~ side
evel close ~o ~he
6
4,000 psf.
For the desig~ Of the structure, equivalent
associated wit~ c~ay sedmmentatmon behind the
assumed to be 110 pcf.
For chan~el si.d~opes., 3(H): 1 (V) slopes ar~
stable with res~c~ to deep seated slides.. Hc
clays would be'~u~ect to relatively shallow s
by the develop~of ~hrinkage cracks during
~ considered.~.to b~
wever, thesactive
kin slides, caused
[ry summer ~eather
fluid pr~s. sures
structure :~ay be
XI. Erosion and Sedimentation Control Struct
understa'~ding that a 10 .foot high structure is
within t~ existing Grapevine Creek to retar,
provide l~ss erQsive velocities. By design, '
of this '~tructure will eventually silt into
top of the structure, i, ~.
Based 'on Borings-B-11 and B-12, excavations Derformed to depths
of 10 feet below 'ex%sting grade will ter~nat.~ approximately
feet aboye the-perviOus sand stratum and,i~aDD~oximatel~
above th~ present~ groundwater level. It is' e~timat0d that the
coefficient ok~ pe~eaUil%ty (k) for the clayey sand stratum is
on the order of 1.0 x 10- cm/sec.
The proposed s%~cture founded at a depth cf 10 f~ets-~b$~ w
existing grade ~uld ~e founded below any so~t ~urfieial soil
layer in the ha~to very stiff tan and light gray silt~a clay.
Allowa~ie bearin~ pressures at this depth are on the
followed by heavy rains in the winter. In
future maintenance associated with the repai]
slides, slope ratios of 4(H): 1 (V) should be cc
XII. Foundations, Grade Beams and Floor Sla'
conditions at the site were evaluated by a di
borings. Therefore, additional geotechnical
required for specific design of structure~
recommendations for foundation systems are
Design of specific foundation systems should
properties obtained at specific site locations.
Based on the presence of highly-expansive cl
soil profile, structural loads should be suppor
beam foundation system. For preliminary purpos
bearing pressures for straight shaft piers fou~
order to reduce
~ of these skin
nsidered.
Ds. Subsurface
screte number of
studies will be
· Preliminary
)resented below.
ie based on soil
~ys in the uppe~
~ed on a pier and
~s, allowable end
~ded'in~competent
gray shale may be assumed to be on the order of 12,000 to 20,000
pounds per square foot (psf). Allowable sk±r~ friction values
may be aSsumed to be on the order of 2,000 to 4~000 psf for that
portion of the shaft extending greater than t~o feet into the
competent gray shale. Penetration into shale~,must be adequate
to resist uplift forces in that POrtion of th6 pier within the
zone of expansive clays. Final design penetration should be
determined by a structural engineer, followin¢ a site specific
geotechnical investigation
As an alternative, underreamed (belled) pier
carry structural loads. Underreamed piers sho'
depths of approximately 15 to 17 feet below
the hard to very stiff tan and light gray silt~
bearing capacities on the order of 4,000 to
assumed for underreamed piers founded at the rE
These piers should be subject to maximum set'
quarters of an inch and maximum differential sE
than one-half inch if the piers are bell
thoroughly cleaned after belling. Underreame(
provided with a bell diameter"to-shaft diamet~
3:1 to resist uplift forces created by soil-tc
the zone of expansive clays.
Both straight shaft .and underreamed piers shO
for their full depth with reinforcing steel
quantity should be adequate to resist tensile
adhesion over the first 15 feet of the pier
with the clays or to the top of rock, ~hicheve~
Detailed observation of pier construction shoul
a qualified engineering technician to assur.
founded in the proper bearing stratum and
materials have been removed prior to co~
Considering strength of the soils and pr
levels, it is anticipated that shaft excava
stable during drilling operations for belled
may be used to
~ld be founded at
~xisting grade in
clay. Allowable
6,000 psf may be
commended depths.
:lements of three
~ttlements of less
ed properly and
. piers should be
~r ratio of.about
-pier adhesion in
uld be reinforced
Reinforcement
~orces due to soil
shaft in contact
is less.
.d be performed by
that piers are
that all loose
crete placement.
~sent groundwater
tions will remain
pier foundations,
7
with only minor water seepage anticipated throug
fissures of the clay soils.
It should be recognized that water bearing gra
encountered, in Boring B-11, near Grapevine Creek
granular soils may be encountered in other area
shaft piers founded in shale are used. I~
granular soils are encountered in any pier
casing will be required to seal out groundwater
during concrete placement. For any given p.
placement of.steel and concreting should be com
workday.
Grade beams or panels should be isolated from t
using a structural suspension to provide a posit
the beam and soil. The voids can be pr(
compressible cardboard carton forms especially
this purpose. The void space should be dete~
specific investigation.
Floor slabs may consist of either a suspended
utilizing a positive void space as state,
independent floating slab-on-grade placed on a !
pad. If placed directly on the untreated sub
slab will be subject to heave and cracking
moisture changes in the underlying expansive c
Vertical Rise (PVR) of the floor slab due to
underlying highly expansive clays could range f
inches for wet weather conditions to about fiv
weather conditions. For slab-on-grade constru
accepted design standards require that the PVR 1
inch or less.
A reduction in potential floor movement can
supporting the floor slab on a building pa
plasticity compacted select fill· lime
injection/water pressure injection· or a combine
It should be noted that these analyses do not i~
of site cuts and fills. The actual amount
movement will depend on the loading conditions
moisture, depth of expansive material and drains
XIII.Inspection and Testing. Many prqblems c~
solved in the field if proDer inspection and
are provided. It is recommended that si'
preparation, lime stabilization and/or cemel
pavement and railway construction and the con
erosion and sedimentation control structure b~
qualified engineering technician. Density
performed to verify compaction and moisture
earthwork. Inspection should be performed pti
concrete placement procedures. TERRA-MAR emp
experienced, well-trained technicians for inspe¢
h the cracks and
5ular soils were
· Water bearing
s where straight
~ water bearing
hole, temporary
and ~aving soil
[er, excavation,
.leted within one
~e subgrade soils
~ive void between
)duced by using
manufactured for
~ined by a site
structural floor
~ above or an
)repared building
~rade soils, the
resulting from
lays. Potential
swelling of the
rom one to three
~ inches for .dry
ction, generally
De ~educed to one
be achieved by
d utilizing low
slurry pressure
tion of the two.
~clude the effect
of differential
· .available free
ge conditions.
~n be avoided or
testing services
~e and subgrade
It modification,
struction of the
~ monitored by a
tests should be
content of any
or to and during
loys a group of
:tion and
8
construction materials testing.
on this project phase.
We would be pl
XIV. Limitations. The recommendations presente~
were based on a discrete number of soil te
observations. Although our field personnel vis
site for surface features indicative of variabl
(fill, borrow, or drainage areas, faulting,
conditions may be encountered that differ from
this case, we should be notified immediately so
of these conditions on design and construction c
This study was conducted for the exclusive
Pacific Realty Corporation and was coordinate(
engineering firm, Albert H. Halff Associat
reproduction of this report or any part there
other documents supplied to persons other than
bear language indicating that the information
is for general design purposes only and
purposes, unless so indicated, and that the own
INC. are not liable for any representation made
We appreciate the opportunity to assist on
trust that our recommendations will lead tc
design and construction. Please call us if we
assistance.
Sincerely,
TERRA-MAR, INC.
T W.'Oswald, E.I.T.
Staff Engineer
Mark J. Farr(
Sr. Geotechn:
Grul
President
TWO/MJF/BRG/al
Copies Submitted: (2)
Santa Fe Pacific Realt'
Mr. Wayland Threadgill'
(1)
Albert H. Hulff Associ
Mr. Patrick Acker
(f:\Report\DE90002)
Leased to assist
~ in this report
st borings and
ually survey the
soil conditions
~tc.). subsurface
these'data. In
that the effects
an be addressed.
lse of Santa Fe
· with the civil
es, Inc. The
of, in plans or
~he owner, should
:ontained therein
lot for bidding
~r and TERRA-MAR,
therein.
ihis project and
cost effective
Dan be of further
~w, P.E.
.cal Engineer
bs, P.E.
Corporation
~tes, Inc.
9
ILLUSTRATIONS
Plan of Borings
Logs of Borings
Legend
Generalized Soil Profile
Optimum Stabilization Additive Determination
Proctor Test Report
CBR Test.Reports
Summary of Unconsolidated Undrained Triaxial
Test Results
APPENDIX A - Results of Topsoil Analyses and Re
APPENDIX B - Specifications for Design and Cons
Plates
1
2-13
.14
15
16-17
18
19-21
22
~ommendations
truction
LETTER' OF TRANSMITTAL
ATTENTION: /~ r, /..~,,. ~'r;,.~ ~mr I ? ~ :
/
Our Job No.:
~l'¢a-~ o ~_ .
1
/
Remarks: /
/~' ,
Signed' ~~)~ I-1 Reply ~equested
T
\~ ~ture Street
?
Futura Street
Royal L~ne
~Z
DEgo-o02
Freaport Parkway
0
pl.,AR OF I~ORING!
PLATE
LOG OF BORTNG
BORING B- 1
Boring: B-1 Date: 1-5-90 Project No: I)E90-002
Pro)ect: Gateway Business Park -coPpel1 . Texas
Elev: 530.9 Location: See Plate ~
Depth to water at completion of boring: Dry
Depth to water when checked' ~ 4 days was: Dry
Depth to cavlng when checked' e 4 days was: 15.0'
SAHPLER SYHBOLS DESCRIPTION ~ ~f ~nd P~n ~con.
O~TH, A~ FIELD TEST DATA
535 -
530-- I ~ silty CLAY w/ calcareous
/ nodules G trace fine gravel
/. -very stif~ from 2' zt 45 J7 ~ ~ t.oi
'!-5 ~~, -light Drown in color from
CLAY w/ calcareous nodules. ~2 62 23 ~ t.24
/ ,/ ~ron stains & silt seams,
I/
Comp~e~ion Oepth: ~5.0'
PLATE
, TERRA-MAR, INC.
Dabe:
Boring:B-2
Project: Gateway Business Park - CoppeI1 .
Elev: 525.6 Location: See Plate ~
Oepth to water ab completion of boring: Dry
Depth to water when checked: ~ 4 days
Depth to caving when checked: @.4 days
LOG OF BORTNG
BORING B-2
~-5-90 Project No:
Texas
t SOIL SYMBOLS
S~LER SYMBOLS
L~TH &~ FIELD TEST DATA
OESCRZPTION
very ssz'¢~"B~b~"~'F~"~i'i~i"
CLAY ~/ calcareous nodules
nodules & trace fine gravel
-hard from 2'
(CH)
-lighter in co~or w/
calcareous &nclus~ons
from 6'
CLAY w/ calcareous & iron
nodules & occasional silt
seams
(CH)
was'.
was:
~C
Compietion Depth: 15.'0'
TERRA-HAR, INC.
LL
¥
)E90-002
Dr*'
15.0'
~L PI -20~0
H. and p,'n/uncon. /
.g3
.5+
..5+
.5+
t .5+
t 5'~
PLATE NO: 3
LOB OF BORTNG
BORTNG 8-3
Boring: 0-3 Date: ~-5-90 Pro)ect No: [)E90-002
Pro)ect: Gateway Business Park -Coppel] . Texas
Elev: 523.1 Location: See P~ate ~
Depth ~o wa~er a~ completion of boring: Dry
Depth ~o ~a~er when checkeO: ~ 4 ~ays was: Dry
Depth to caving when checked: ~ 4 days was: 15.0'
~ SYHBOLS DESCRIPTION ~ I ~ I~cf IHand Pon/ uncon.
O~TH , A~ FIEL0 TEST DATA , , ,
525 --
~w/ ca)careous nodules ~
~~ ~ 3nc]usions, sIickenside~
(CH)
CLAY w/ calcareous noOu~es
:~ iron' 5~8~ns, slickensi~eO
5~0-- -w/ fine sand seams ~ 34'
. (CH)
Comp~e~ion Depth: 35.0'
PLATE NO:
_ TERRA-HAR. INC. ,
LO6 OF BORTN6
BORING B-4
Bor±ng: B-4 Date' 1-3-90 Pro~ect No: 3E90-002
Pro~ect: Gateway Business Park - Coppell . Texas
Elev: 520.6 Location: See Plate ~
Depth to water at completion of boring: Ory
Depth to water when checked: ~ 6 days was: Dry
Depth to caving when checke~: ~ 6 days was: · 15.0'
SAHPLE~ SYMBOLS DESCRIPTION ~ ~, I"a"" "~/~'
O~TH A~ FIELD TEST DATA ,
525 ~
- o ~~ - V~'6 ~ "~' ~'~ ¥"~F&'~ ¥~"~ 5'~ ......
5~o- ~ si[fy CLAY ~/ calcareous
, ~, nodu]es S occasional f~ne o.85
'.5 ~ ' (CH)
~- ~ / s~lty CLAY ~/ calcareous
nodules ~ incSus[ons ~ iron
/~ stains
5~0-- ~
X t.oe
/
Comp~e[[on Depth: ~.0,
P~ATE
. TERRA-HAR, INC.'
LOIS OF BORTNIS
BORING 8-5
Boring: B-5 Date' ~-3-90 Pro)ect No: [IE90-002
Pro~)ect: Ga~e~ay Bus,ness Park - Coppe~ . Texas
E~e~: 52~.6 Location: See P~ate
Depth to ~a~er a~ ~o~p~et~on of boring' Dry
Depth to wa~er when c~ec~eO: ~ 60ays was: Dry
Oepth to caving when checked: Q 6 days was' 15.0'
SANDER SYHS0LS DESCRIPTION
O~TH ~ ~[[LO SEST
m
525 --
m
, CLAY ~/celcareous nodules
5~o-- _hard ~ 2' ~7 t.~
5~-. ~ / l~ght gray sllty CLAY w/
/~ / calcareous noOules ~
severely sl ickensSOed
,--tO
" / '?1
'1 -~ard g tan ~n color from ~ ~.a~
~/ ~3'
-m ~ .Zi
Comp]e~on Depth: ~5.0'
PLATE
~~ TER~A-MA~. ~NC.
LOG O~F BORTN6
BO,q T_ NG B-6
Boring: B-6 Date: ~-3-90 · Project No: DE90-O02
Project: Gateway Business Park - Coppell , Texas
Elev: 520.6 Location: See P~ate
Oepth to ~a~er a~ comple~on of boring: Ory
Depth to water when checke0: ~ 6 ~ays was: Dr~ -
Depth to caving' when checkeO: ~ 6 days was: l~.O'
~ s~ s~.~o~s u~u~Z~T~u~ / L~
I
525~
.
/
~o-_ ~'~ brown silty CLAY ~/
- [,~ calcareous nodules G iron /
.- ~ stains ~ . .......... ?.. /
- ~ ~VE'F~"6~'iY¥"E~n ~ 3~g~ ~ray /
~- [/~ silty CLAY w/ ce!careous ~ / ~.oa
- ~ /~ nodules & inclusions ~ iron
'F /~ -tan in color from 13' ~ /
Completion
Depth:
15.0'
I
~ PLATE NO; 7
I
,,, TERRA-MAR. INC. ~ ,
· ' LOG OF BORING
· BORING 8-7
Boring: B-7 Date: !-3-90 Pro)ect No: 0E90-002
Pro~ect: Gateway Business Park - Coppel] . Texas
Elev: 5J9.5 Location: See Plate
Depth to water at completion of boring: Dry
Depth to water when checked: ~ 6 days was: Oral
Depth to caving when checked: @ 6 days Was: 8.19'
--] SAILER SYNBOLSDESCR[. TION I ~ ~ =/I I ~ I~
520 ~ 0
,- ~ ~/ calcareous nodules ~
515-- ~5
/
- ~ salty CLAY ~/ calcareous ~ ~.~
,
Completion
Depth:
lO.O
/
/ PLATE NO: B
_ TERRA-MAR. iNC.
LOG OF BORTNG
BORING B-8
Boring: B-8 Dats: 3-3-90 Pro)ect No: DEgo-o02
Project: Gateway Business Park - Coppe)~ . Texas
E~ev: 5~8.2 Location: See P~ate
Depth to ~a~er a~ completion of bor~ng: Dry
Dept~ to ~ater ~hen checkeO: ~ .6 days ~as: Or~
Depth to caving when checked: ~ 6 days was:. ~( .0'
S~ SYHBOLS DESCRIPTION
D~TH' ~ FIELD TEST DATA
520 ~
.- ~~ ,/ ~/ occasional calcareous
_- ~ ~ noOules S ~ron stains
~,~~ (CH)
510- ~ sil~y CLAY ~/ calcareous
-to ~ ~ noOu~es ~ ~ron stains (CH)
Comp)etlon Depth: ~0.0'
PLATE
, TERRA-MAR, INC.
LOG OF BOR;[NG
ROR[NG B-9
8or±ng: B-9 Date: ~-5-90 Pro)act No: B
Pro:ject: Gateway Business Park - Coppe]l , Texas
Elev: 52~.5 Location: See Plate 1
Oepth to water at completion of boring: Dry
Oepth to water when checked: N/A was: N/A
Oepth to caving when checked: N/A was: N/;
S~ER SYMeOLS OESCRIPT ION ~
DI~TH AN3 FIELO TEST [~ATA
520 -
5]5 -
.O
CLAY W/ calcareous noaules
-hard from 2'
(CH)
V~'6~"~'~¥"~"~"l~gn~ gray
sil~y CLAY w/ calcareous
nodules ~ ~nclusions ~ iron
s~a~ns (CH)
Completion depth: ~0.0'
F90-002
Uncon.
PLATE NO: 10
>" __ TERRA-HAR. INC.
m
m
OF
~ORING B-lO
Bo~g:,B-IO Date: 1-3.90 Project No:
Pro)ect: Gateway Business Park - Coppel] Texas
Elev: 520.4 Location: See Plate ~
Depth to waLer aL completion of boring:
Depth to water when checked: ~ 6 days
Depth to cay&rig when checked: ~ 6 days
IELEv I SOIL sYMBOLS
SAMPLER SYMBOLS
DEPTH AhO FIELD TEST OATA
515l l0
DESCRIPTION
CLAY w/ calcareous S iron
nodules, blocky
CCH)
silty CLAY w/ calcareous
nodules & inclusions ~ iron
stains (CH)
DE90-O02
· was: -Dp
,.was: B~7'
~46 .L
-200 O.D.
~ Pcf '
91
Completion Depth: 10.0'
TERRA-HAR, INC.
PLATE NO: 1!
LOG OF BORTN6
SORiNG B-~
Boring: 8-11, Date: 1-5-90 Pro)act No:
Pro)act: GaLeway Business Park - Coppell . Texas
ELEV
Elev: 522.4 Location: See Plate ~
Oepth to water at completion of boring: 22.0'
Depth to water when checked' ~ 4 days. was:
Oepth to caving when checked' @ 4 days was:
SO~L SYHIN]LS
$ ~4~_F_~ SYHBOLS
FIELD TEST DATA
-iO
10/6
'80/6
26/6
-30
4O
DE~H
DESCRIPTION
~/ ca)careous noOules
iron s[ains
(CH)
CLAY ~,/ calcareous nodules
~ lron stalns
-very stiff from
(CH)
Dense ~'~"~'~[~ht gray
clayey fine to coarse SAND
~/ fine gravel
-increasing gravel con~ent
from 25' (SC-SP)
~6'~'~'~"i¥~'~F~V ..........
~eathere~ SHALE w/ very
fine sanO lenses
iSHALE, fissured
-harder from 35'
~ater Checke~
~ 4 days
Completion Depth: 40.0'
TERRA-HAR. INC.
E90-002
16 8'
PLATE NO: !2
~ LOG OF BORTNG
~ BORTNG 8-12
Boring: B-12 Oa~e: ~-8-90 ' Pro~ect No: DEgO-O02
Project: Gateway Business Park - Copp~e!] . Texas
Elev: 538.0 Location: See Pia~e ~
Depth to water at completion of boring: Dry
Depth to water when checked: .:~ 24 hours was: ~9.15' '
Dept~ to caving when c~ecked: ~ 24 hours was: 2~.6'
{ SAHPLER SYHBOLS UE~Z~/~UI~ I I ~/I ~ I f I~0 P~n~ Uncon.
/
520 -- .
/
-'o r~ -Hg~-.~F~Vy~.-b-db-~--~-~-¢V ...... ~ ~3 ~1 39 ~.5+
-- ~/~ 'CLAY w/ c~]cereous nodules
.--~ S iron stains /
'' ~// -w/ calcareous inclusions ~ /
.- ......... /
--s ~,/i grayish brown silty CLAY ~//
¢~F/ calcaeeous S iron nodules /
5o5-- ~/~ -hand, becoming s]~ghbly ~ I ~.5+
._ ~ ~ey ~ ]~n~d f~o~. /
._,~ ~I ~3' . /
__. : - ~6'~ ~' ' '{~' ' '¢ YF~' '8~F~' ' ~'F~ ~ .........
OUU -- ' !~ I SHALE fissured , I
.. ~ i ' - /
/
~ -harder from 20.5' /
. __~
I
Water Checked /
~ ~4 hOUPS i '
/
Comlpet~on
Depth:
24.0'
PLATE N0:
/
TERRA-HAR, ZNC.
Legend:
Symbo 1:
Description:'
Clay
Sand
Weathered Limestone
Symbol: Oescr
Silt
6ravel
Unweath
Limesto
Shale
----~7/6 Standard penetration
5/6 ~est. N blows for
12 inches.
--~ Undisturbed thin
wall Shelby tube
THD Cone Pene-
trometer, i00 blows
for N inches.
Pavemen
ROCk Cc
--~ Bulk s~
--~ Water
time i
Water level ~ Depth
at completion boeing
of boring
Notes:
t. Exploratory borings were drilled on dates indicated
using truck mounted drilling equipment.
2. Water level observations are noted on boring logs.
3. Results of tests conducted on samples recovered are
on ~he boning logs. Abbreviations used are:
Od = natural dry density (pcf] LL = Liquid
MC = natural moisture content (%) PL = Plastic
Uncon.= unconfined compression (tsf) PI = P]astlc
Hand pen.= hand penetrometer (tsf) -200 = Percent
4. Rock Cores
Recovery = sum of core sample recovered
length of run. expressed as
ROD (Rock 0uality Designation) = sum of
recovery 4" or greater in ler
by the run. expressed as pert
iption:
ered
re Sample.
mple taken
~ger flights.
leasured a~
~dicated
t which
caved
-eported
limit (%]
limit (%)
lty Index
passing ¢200
divided by
ercentage.
core sample
,gth divided
entage.
PLATE NO:
i4
Pro)ncr No. DEeO-O02
TERRA-MAR, INC.
[~..
0
n,-'
I
DESO-OOE
TERRA - MAR
/
GENERAL I ZI
'.'D SOIL PROFILE
PLATE 1 5
OPTIMUM STABILIZATION ADDITIVE DETERMIN
Msterlsl Description' Groylsh brown silty CLAY
Locstlon' Borlnt~ B-6' O' - ?-'
8O
6O
40
;:'0
I I I
' /L~quld
Llmit
Limit
LEGEND
0
n
! I I
Llme Stablll
Cement Stabll
I
~ 4 6 8
Z Stab~l~zlnl~ Agent By Dry ~e~l~ht
6O
'- 40
~ 2o
o!
DEgo-o0~
I
LEGEND
o Lime Stablllze~
Cement Stablll:
~. 4 6 8
Z Stablllzlnl~ Al~ent By Dr), Well, hr
OPTI~L
ADDITI
TERRA-MAR
ATION
10
10
IM STABILIZATION
'E DETERMINATION
PLATE 16
OPTIMUM STABILIZATION ADDITIVE DETERMI
~aterlal Desorlptlon' Dark [~raylsh brown silty
Location' Sub[~rade Bulk Sample
80 ~ I
i
l
Llquld
Llml t
LEGEND
0 Lime Stabilize
Cement Stablll
: I ; I
g 4 6 8
7. Stablllzln[~ A~ent By Dry Weight
60I L I I I
LEGEN__~___~D
o Lime Stabilize
~ Q Cement Stablll
~ 40
0
~ lo
l
0
DEB0 -OOE
E 4 6 8
7. Stablllzln[~ Aaent By Dry Welaht
OPTI~
ADDITI
TERRA-MAR
[ATION
AY
10
:ed
IY STABILIZATION
~E DETERYlNATION
PLATE 17
PROCTOR TEST REPORT
~o i i I'x,,: I ~ I '
i
i %- No.1 xX
- I I ~
~- II - ,- '
~ I I
= I I No z
~ so ~11 I1 I ~_. II N~ii
II I I III I ~11 I~ i~, I
v5 Ill{ llll ll,} ~l } I',xl~ l,
I I ,l I ~ I I ,
~0 ~5 " 30 35 40 ' 45
MOISTURE 60HTENT [Z) .
'Standard' Prootor.AST~ D 6~8 Method A
TEST RESULTS
. - . ~ Optllmum ~ax. Dry
Sample Description LiqUid Plasticity ' ~ol~t~ro Density
No. Limit Index (~} (per }
1 Raw Soil 50 3~ ~0 ' 88
~ 6Z Lime Additive 57 14
3 { 6Z Cement Additive ' 55
Proleot No DE~O OOZ Material Desorlptl~on:
eot t ~ Da~k Pa lsh b~ wn sllty ULAY
Pro~ ' Ga e ay Business Pa~k
' "Coppeil. Toxos ( CH )~ J . -_ .
SamPle Locat Ion: Remarks:
Date: 1-30-90 ' addl
TERRA-MAR PLATE 18
g
I
GBR T~ST REPORT
· ~o'o Ill~,ltl,1 III III i-!I!
' 2 so I I I I I i I_J~~i I I J J, J J I i
~ 4o iii / I I I , '
~ I I/I ~ j I I ~ ! i: J I I I i
~ ~t/i , I IJ
/J/J ltl IJ I :I i I I I'
, /~'i ' i I I i t1~1 Ilil
' V
o~~ II I I ~1' I I i~ Iii Jl:.ll
0 0.1 O.g 0.3 0.~ 0.5
~ PBNBTRATION (in) J
/
California Bearln~ Ratlo.AST~ D 1883 ' ' J
Moldln~ Conditions ~aterlal DescrlptJlon:
Sample Moisture Dr~ Unit z ~ax. Dare .grayish b~wn silty CLAY
J z ] ~ pcl ~ uenslt~ /
[ Remarks: Sample5 Jremolded at plus
1 ' 3~ 84 95 4.0 , ·
lZ and plus 4~
~ 34 , 84 95 5.0 /
. ; 95~ maximum dr~ Jdensity '
Project No: DEgO-OOZ TEST R~SULTS
Project: Gateway Business Perk ~- Liquid Ll~lt = 59
Coppell, Texas Plasticity In(ex =39
Loo~,,o.; S.b~;~a~' B.~k S~mpi~ · Op~.a~o,~ = 30 z
Date I 30 90 . ~axlmum Dry Density = 88 pot
TERRA-MAR : PLATE 19
t
CBR TEST REPORT
soo :. :~ I1 I I I I!ll II I?~,.'
!11! ]111 I I i~ INo
~ mOO I I I I II ~/ I i I I I I t[ 11 I I!.
~ llli IXX i I
' ii I il I'lll
~ I -~1 II iii
~ ~oo '' ;~ II:~ I' I I I I iii ~1 ! Il
~~ "1 t111
//il IIII iii I II11~, ~ ,,,
/i iii i II I
~i il I, Ilii Ilil/i '~i
o~ili!~ i!li IIII tillll!ll
- 0 O. 1 0.~ 0.3 0.~4 0.5
' PENETRATION
Oallfornla Be~rln~ R~Ilo.KST~ D 1883
~oidln~ Gondltlons ~aterla] Desorlpt[lon:
No. Gontent ~elght Dry GBR stabilized usln~ fi~ lime
Remarks: Samples Imolded at minus
i [ .30 77 97 [ ! . 0 /
, 3Z and plus 3Z dr optimum and at
~ 36 76 96 ~ 1 0 /
Pro~eo~ No~ D~O-O0~ T~ST R~SULTS
P~o~eo~:G~tews~ Business Ps~ Ll~uld
Coppell. ~ex~s . Pl~s~o~y In~ex
Loo~lo~ Subercale Bulk S~mple Opilmum
D~e ~ 14 ~0 ~xlmum Dr~ Dens~y = ~ pcf
Illl i/~,,IiiiI
fill I/Xli ! II
, i Ii
ii, I I I ii I I
!~ il ii ii I'l
ii! i IIII
iii II I Iii!
iii I, i III I
TERRA-MAR PLATE 20
-.7
' TEST REPORT
CBR
~ooo~ ilI I ~ II I '~ ~
8oo I I I I~
- II i ~ ileal· i
~ BO0 , '
~ 'il ~~ I , , I!t~
~ I Y ' ~ i I
o1 ~11~-t ~1! I I
0 O. 1 0.~ 0.3 o/.4 0.s
PENETRAT
Oallfopnla Bearl~ Ratio.ASTM D 1883
Moldln~ gondl~lons I Material Desorlp~ion:
Sample] ~o~s~u~e Dry U~ x ~ax. " Da~R ~raylsh b~own sll~y GLAY
No Content ~l~ht Dr~ CBR modified usln~JCZ cement
' ( z ) ( per ) Dens~ t7 J
I ~6 88 ' I00 45 0 Remarks: SempJeSJ molded at minus
' 3z and plus 3Z Jcl optimum and at
~ [~ 8[ ~5 41 .0 /
j ~ ~5Z maximum dr~donslt~
TEST ESULTS
Project No: DEBO-OOg
Projeot:CateweJ Business Park Liquid L~mlt = 55
Coppel 1. Texas Plast lott~ 19dex =
Location: Subgrade Bulk Sample Opt lmum ~ols~u~e = E8 z
Date ~ 14 DO ~sXlmum Dr~ Den~lt~= 88 pot
I ~ ~ I I I'
/ I l-i I I I I
TERRA - ~IAP~
PLATE
~0
O~
Om
PT.AT~. '7'~
--03
·
luuc~
o
u~
wu
APPENDIX A
RESULTS OF TOPSOIL ANALYSES
AND RECOMMENDATIONS
~,~ & L AGRICULTURAL LABORATORIES OF MEMPHIS
.11 N. Third St. · Memphis, TN 38105-2723 · (901) 527-2780
SEND TO
TEST
Po~ssium (iq
OaJdum
Sodium
Soluble S a J ts
s,J~r
If on
LANDSCAPE, TURF &.GARDEN SOIL TEST
REPORT INFORMATION
Date I 01/09170
Report No.
Acc't No. I~ 7 2~:* 2
Sample ID
AMOUNT
FOUND
"' ,5
INC.
REPORT
SEND COPY TO
~77
149
!?
B~on (B)
5
19
i.6
JOB
LANDSCAF'E
SOIL TEST RESULTS
Very Low
DEg~
J - Very High
Ca,on Ex,:m,a.n~ Capacity J 3 7.6
'RECOMMENDED ANNUAL NUTRIENT APPLICATION- POUNDS PER 1000 SQ. FF.
Cal¢i~¢ i Oolomi6cI I N~cx:j~ I Phospl.~te I polash J Macjnesiumj Sulklr I Z in¢ IMi~
Dine gme Gypsum N P~h ' K,,O J Mg J S Zn Fa Cu B
I00t I t
APPLY HALF OF' THE RECOHHENDED FERT[L[ZER WHEN SPR[NO ~RO',,4TH DErDIN5 RND
AGATN IN H[D-SUHI'IER. SF'RE~D FERTILIZER UNTFORHLY OVEF Al'.' ~REA EXTENDT.HG
BEYOND THE BRANCHES. NRTER THOROUGHLY RFTF.R ~PPLIC~T]ON. FOR NE~ pL.~b.'T[NGE,
OF THE RECOHHENDED FF,RTTLTZF'R TI',ITO qTHE TOP 6 TO 8 [NC:lES
[NCORPORRTE HALF .............. -.-~ ,-,~,~rk 'rlH'rNG ~CCORDTI'-IG TO
OF SO[L- PR[OR TO PLANTING. ~DJUST FEi~I~-L-~Lr-r~ ~.~r_ '-""T '
F'XPER [ F'NCE.
RCID LOVING SHRUBS. ~PPL 4 T~.=j.,_ESPOOI',~S O~ ....
THE SOIL pH IS TOO HiGH FOR ............ ~co ~c.n THE TRUI','?L.
ELEHENT~L SULFUR OVER THE SO[L OU1 ~u ,L~ Zr~t.,nr-~ .........
INTO THE SO[L- ~ND W~TF,R THOROUGHLY. TF,ST RGRIN [l'J 4 FO ~ ~O,"JT~S B~FORc-
r'I~KTNG ~DD[TTONAL, APPLICATIONS. IF PLRNTS SHOW IRON )EF[C[E~-'Cv (OF'PER !-,c'-~k'''!
ARE YF.LL,ON B~TNF.EI',I THE VEINS)~ ~PPLY ~ FOLTAR IRON S]URCE PCCORD
HANUF~CTURER'S D[RF'CT[ONS.
W
0
APPENDIX B
SPECIFICATIONS FOR DESIGN AND CONSTRU
Design Soil Parameters
Pavement Subgrade Preparation
Railroad Subgrade Preparation
Lime Stabilization Requirements
and Specifications
Cement Modification Requirements and Specifications
Crushed "Chico" Limestone Specification
Crushed Stone Base (subballast) Specification
Reinforced Concrete Pavement
:TION
Bi
B1-B2
B2
B2-B3
B3-B4
B4
B4
B4
Design Soil Parameters
The following design parameters may be assumed f~
railway design:
Subgrade Soil: Dark gray to grayish brown
silty clay,
Classification by USCS: CH,
Classification by AASHTO: A-7-6,
California Bearing Ratio (CBR): 4.0,
Modulus of Subgrade Reaction (k): 120 pCi,
Subgrade Modulus of Elasticity (Es): 1,250
Stabilized Subgrade Modulus of Elasticity (
6,000 psi,
Ballast Material: Crushed "Chico" limeston
Grade 4,
Ballast Modulus of Elasticity (E): 15,000
Subballast Material: Crushed Stone Base
Type A, Grade 2,
Subballast Modulus of Elasticity (E): 6,0[
Pavement Subqrade Preparation
Recommended earthwork construction and subg]
procedures are as follows:
1. Remove all vegetation, organic topsoil, an(
materials from the construction area.
Pavement and fill areas should be proofrol]
areas of weakness. Proofrolling should
accordance with Texas Highway Depa~
Specifications, Item 216, Proofrolling.
should be undercut to firm soil and re
proofrolling operations should be o
experienced geotechnician.
Scarify the subgrade, add moisture if
recompact to a minimum of 95 percent of
density as determined by the Standard Proc
698). The moisture content of subgrade s
of compaction should be from one to four
above the proctor optimum value.
Fill required to bring the site to grade m
site soils or off-site inorganic soils w
index less than 40 and should be placed il
exceeding eight inches in thickness al
outlined above.
In cut areas, the soil should be excavated
surface soil proofrolled and scarified tc
of six inches and recompacted to the pre'
density and moisture content.
pavement and
~lay or
psi,
s):
~, COG,
psi,
~ith Binder,
0 psi.
THD
'ade preparation
any undesirable
ed .to detect any
be performed in
7tment Standard
reas of weakness
compacted. The
~served by an
necessary and
the maximum dry
tor Test (ASTM D
oils at the time
)ercentage points
~y consist of on-
ith a plasticity
loose lifts not
~d compacted as
to grade and the
a minimum depth
;iously mentioned
B1
Excavate and shape subgrade to final grad
site clay soils, or the equal, prior to add
Sand should not be used for fine grading
subgrade.
Railroad Subqrade Preparation
It is particularly important to provide a sta
subgrade beneath the design rail section to
performance. Any soft soil areas underlying
subgrade would allow excessive deflection of t
Recommended earthwork construction and subg~
procedures beneath the rail spur are the same
Subgrade Specifications outlined above with
exceptions. _
The amount of subgrade deflection (pumpin!
tolerated during proofrolling would be m~
the rail~'spur than in the pavement areas.
subgrade deflection that could be accep~
upon the depth of fill required along the
The moisture content for the subgrade and
be from minus three to plus one of optim~
compaction level should be a minimum
Proctor density.
Lime Stabilization of 'Subqrade Soils
Lime treatment of the clay soils should be
accordance with the applicable provisions of
Texas Highway Department Standard Spec
Construction of Highways, Street and Bridges, 1!
Lime should be added to the subgrade after
surface vegetation and debris· Six percent h
be required for stabilization of the clay soi
application rates of lime for depths of 6
outlined below· -;
Application Depth of Treatment LJ
(percent) (inches) (pou
6 6
8
Approval of final mixing operations should be b
tests with at least 60 percent on a dry weight
stabilized soil'passing the No. 4 sieve at a
using the on-
itive treatment·
of the pavement
achieve optimum
the stabilized
ae rail section.
· ade preparation
as the Pavement
the following
t) that could be
)re critical for
The amount of
zed would depend
lignment'
~ill soils should
m moisture· The
accomplished in
Item 260 ofd~he
~ifications for
)72 Edition.
e removal of' all
fdrated lime will
.s. The required
Lnd 8 inches are
ue Required
nds/square yard)
35
47
ased on fradation
basis of the
B2
moisture content near optimum. The lime stabil
be compacted to a minimum.of 95 percent of
density defined by the Standard Proctor Test (A
moisture content within plus to minus three pete
optimum.
Sand should be specifically prohibited beneath
since these more porous soils can allow water
in heave and strength loss of subgrade clay sol
specified that only lime stabilized soil will
fine grading. After fine grading each area in
paving, the subgrade surface should be light]
needed, and recompacted to obtain a tight non-yi
The subgrade moisture content and density mu~t be maintained
until paving is completed.
Cement Modification of Sub,fade Soils
Cement treatment of the clay soils should be
accordance with the applicable provisions of
Texas Highway Department Standard Spec
Construction of Highways, Streets and Bridges, ]
Cement should be added to the subgrade after t~
surface vegetation and~debris.
Cement should be added only to that area whet
compaction can be completed in daylight wit
application and in one continuous operation.
Six percent Type I Portland Cement will
modification of the clay soils. The required
of cement for depths of 6 and 8 inches are outl~
Application Depth of Treatment
(percent) (inches)
6 6
8
Approval of final mixing operations should be based on gradation
tests with at least 80 percent on a dry weight basis of the
No. 4 sieve at a moisture content near
should be compacted re) a minimum of 95
dry density defined by the Standard
modified soil passing the
optimum.
The cement modified soil
percent of the maximum
ized soil should
the maximum dl-y
~TM D 698), at a
enrage points of
pavement areas,
nflow, resulting
~s. It should be
be allowed for
preparation for
.y moistened, as
elding subgrade.
Sand should be specifically prohibited beneat~
since these more porous soils can allow water
in heave and strength loss of subgra¢
~t within plus to
~ pavement areas,
inflow, resulting
~e clay soils.
B3
Proctor Test (ASTM D 698), at a moisture conte:
minus three percentage points of Optimum.
accomplished in
Item 270 of the
ifications for
982 Edition.
re removal of all
~ the mixing and
:hin 6 hours of
~e required for
~pplication rates
.ned below.
Cemen4 Required
(pounds. square yard)'
35
47
It should be specified that only cement modified soil will be
allowed for fine grading. After fine gradir~g each area in
preparation for paving, the subgrade surface si%ould be lightly
moistened, as needed, and recompacted to obtain a tight non-
yielding subgrade.
The subgrade moisture content and density mus:t be maintained
until paving is completed.
Crushed "Chico" Limestone Ballast
Crushed limestone ballast should be compose~ of sound and
durable hard rock particles from the Bridgep()rt, Texas area.
The material should meet the specification requ~2rements outlined
in Section 2.1.8 of the 1983 Edition of the No]~th Central Texas
Council of Governments (COG) Standard Specific~.tions for Public
Works Construction. Standard crushed rock, A~ ~regate Grade 4,
should be used. The ballast should be densifie~ with compaction
equipment prior to placement of the ties. Verification of
densification should be based as visual inspectJ.on.
Crushed Stone Base Subballast
Crushed limestone subballast should .be comported of sound and
durable hard rock particles and should meet ':he specification
requirements outlined 'in Item 248 of the 198~ Edition of the
Texas Highway Department Standard Specifications for
Construction of Highways; Streets and Bridges. ~Type A, Grade 2,
should be used. The subballast should be compacted at plus to
minus two percentage points of optimum moisture tO a minimum of
95% Modified Proctor density (ASTM D 1557).
Reinforced Concrete Pavement
Reinforced Portland Cement Concrete Pavement
Portland cement concrete having compressive
least 3,000 psi or flexural strengths of a'
depending on the selected section criteri~
designed in accordance with the ACI Building
to 6% air entrainment. This concrete should bE
one-eighth inch wide and 1.5 inches deep on
centers (12 foot centers are preferable) in b
soon as possible after placement but before
occur~ The pavement should be adequately reit
and all construction joints should be pr(
transfer dowels. It is recommended that, a
reinforcement steel should be No. 3 bars plac,
maximum spacing of 24 inches each Way.
:hould consist of
strengths of at
least 650 psi,
and should be
~ode 318 using 3%
saw-cut at least
maximum 15 foot
)th directions as
shrinkage cracks
forced with steel
)vided with load
s a minimum, the
~d on chairs on a
B4
APPENDIX B - CHANGE ORDER, PAY Ri
AND LIEN RELEASE FORMS
EQUEST,
F.-4ir.¢~.r's P:sj¢c: No. -
C.~ n :,'~¢t O~-~
c,,cc.:vc b¢-.n silncd by t:"..' Owner :nd ~c Conc,~¢
This Ch:n~-. ~o thc Contract sh~ll become
Or~.¢r is an :uLhariz:cion to procc-.cl with the irailowin~, itc.,',~
DESC.~I?TION OF WO,~,'~
The Contract. T;.~..¢ shah ~¢ ~,-.':::.i.$ed or {r*C':-:,~-"i-''~) ~;~V$ ),S 1 :'.::;it :~ th'. ',','¢:k required
C:n-'::: .Cum
:or. 'll.ls
n thls Ct;.:.-'...'.
APP.~OVEg:
I
i
I
I
1
I
I
I
I
I
I
THE STATE OF TEXAS
COUNI~ OF DAI J AS
WAIVER OF LIEN-PARTIAL
TO ALL WHOM IT MAY CONCERN:
Whereas, we the undersigned,
employed by to fumis]
Contract or Supplier Purchase Order dated , 1991 for
Park project, City of Coppell, County of Dallas, State of TeXas.
NOW, THEREFORE, KNOW YE that j 1/
in consideration of the sum of Dollars and othe
consideration, the receipt whereof is hereby acknowledged, does hereby waive and re
or claim or right ro liens on said above desen'oed project ~nd premises under the ~
Texas relating to Mechanic's Liens, on account of labor or materials, or both, furnis,
the undersigned to or on account of the said
for said project, and for which payment has been made to the undersigned by or o]
The undersigned further certifies that all laborers and s. erv?ces ,emp. loyeda
person, firms, or companies acting by, through, or under the unders, lgnea, ot re)y, _,
upon and/or installed on the said project have been fully paid to aate except mr u
the undersigned in the current application for payment delivered concurrently herewi
knows of no outstanding liens against the said project except those, if any, as set
attached hereto.
Given under my hand this
SUBSCRIBED AND SWORN TO before me this
NOTARY PUBLIC
MY COMMISSION EXPIRES:
,1991
, have been
t work pursuant to
the Gateway Business
~e undersigned, for an
r good and valuable
[ease any and all liens,
tatutes of the State of
led up to this date, by
undersaid contract
behalf of
,y the undersigned all
nd all materials placed
te amounts claimed by
fi, and the undersigned
Forth in the addendum
day of
BY:
day of
1991.
,1991.
FINAL R~T.RA..~'E AND WAIVER OF T.TI~,T
THE STATE OF TEXAS
coUNTY OF DAt.tAS
For and in consideration of full payment made simultaneously herewith to the,
Contractor') (Name),
(Title),
(Firm Name) by (Entity) ol
owing to General Contractor in connection with the furnishing of labor, materia
construction on the job known as the Gateway Business Park project located on the:
County, Texas described on Exhibit A attached hereto and by this reference mad,
purposes, together with all improvements thereon (the 'Property'), the receipt and:
payment being hereby acknowledged, and with the knowledge that the owner of th.
('Owner') has rec
this release ~nd waiver of lien in making payment to General Contractor hereby r,
Owner from all indebtedness and obligation of any character owing to General Contra
such construction job, and General Contractor hereby releases all d~ims of every ck.
in connection with such construction job and in addition hereby waives, release
property and the improvements thereon from any and all liens, d~ims of liens,
character which General Contractor may now or hereafter have agaiust the Properv.
contractual, statutory, or constitutional, and whether such liens are evidenced by lie~
and whether filed for record or not; it being the intention of General Contractor to
to Owner the Property completely free and clear of all liens and lien claims of every d
Contractor or any party acting by, through, or under General Contractor may now m
the Property.
General Contractor certifies, represents, and warrants that General Contrac
assign any claims for payment nor any right to perfect any lien agaimt the Proper~
General Contractor further certifies, represents, and warrants that all laborer
by General Contractor and any person, firm, or company acting by, through, or un
if any, and all materials placed upon and/or installed on the Property and/or
equipment and machinery used by General Contractor on such job, ff any, have bee~
laborer, service, or materialman has any claim, demand, or lien on the Property
General Contractor, and further that no chattel mortgage, security interest, con
retention of title agreement has been given or executed by General Contractor or
materialman acting by, through, or under General Contractor for or in connect
machinery, and/or equipment placed upon or installed on the Property, other thru
NAME OF PERSON OR COMPANY OWED:
APPROXIMATE AMOUNT OWED:
For and in consideration of the aforesaid payment made herewith and ot
General Contractor hereby expressly agrees to indemnify and hold forever harmless
all liability, loss, claims, damages, and/or expenses of any kind arising from any
action of any nature that may now exist or hereafter at any time be asserted again:
by General Contractor or any other party whomsoever arising by virtue of and/o:
furnishing of said labor, materials, and/or services furnished by General Contractor
General Contractor up to and including the date hereof, and General Contractor he]
mdersigned ('General
'all sums now due and
1, and/or services for
:eal property in Dallas
~ a part hereof for all
~ufficiency of such full
~ Property and project,
uired and relied upon
[leases and discharges
:tor in connection with
aracter aga/mt Owner
:% and discharges .the
and charges of every
,, whether the same be
d~im affidavits or not,
relinquish and release
~aracter which General
' hereafter have against
:or has not and will not
y.
~ and services employed
der General contractor,
all lease payments for
t fully paid, and that no
by, through, or under
ditional bill of sale, or
any laborer, service, or
on with any materials,
t the following:.
Ler benefits accruing to
3wner from and against
claim, lien, demand, or
;t Owner or the Property
in connection with the
or by, through, or under
eby releases Owner from
APPENDIX C- CONTRACT ADDE~
APPENDIX D - CONSTRUCTION DRA~
(ATTACHED SEPARATELY)
NINGS
L-1
L-2
L-2A
L-3
L-4
L-5
L-6
L-7
L-8
L-9
L-10
S-L1
S-1
I-1
I-2
I-3
I-4
I-5
1-6
I-7
I-8
I-9
1-10
SD-19
P-1
P-2
APPENDIX D
COVER SHEET
PLANTING PLAN
PLANTING PLAN (BID ALT.)
PLANTING PLAN
PLANTING PLAN
PLANTING PLAN
PLANTING PLAN
PLANTING PLAN
PLANTING PLAN
PLANTING PLAN
DELETED FROM SET
LANDSCAPE DETAILS
SIGN WALL LAYOUT
SIGN WALL / MARKER DETAILS
IRRIGATION PLAN
IRRIGATION PLAN
IRRIGATION PLAN
IRRIGATION PLAN
IRRIGATION PLAN
IRRIGATION PLAN
IRRIGATION PLAN
IRRIGATION PLAN
IRRIGATION PLAN
IRRIGATION PLAN
(BID ALT.)
STANDARD CONSTRUCTION DETAILS, CITY OF COP
ROADWAY IMPROVEMENT PLAN
TYPICAL DETAILS
POELL