Loading...
ST9401WA-CN 960412PROJECT NO. ST 94-OI-WA CONTRACT DOCUMENTS FOR WATER MAIN IN DENTON TAP FROM: PARKWAY BOULEVARD TO: 8.H. 121 BYPA88 Coppell, Texas December 1995 ROAD The City With A Beautiful Future Prepared for= THE CITY OF COPPELL ENGINEERS SURVEYORS LAND PLANNERS 4~e mneY ~ SuOE 1~0 ~ ~ 7r~18 uL~ (m 7)467-7700 3908 S(XITH FREEWAY FORT WORTH, TEXAS 76110 (817)926-0212 !l ' PROJECT: CONTRACTOR: OWNER: CHANGE ORDER NO.: Item ADD: 12 15 27 31 32 CITY OF COPPELL CHANGE OR EXTRA WORK ORDER 16" Water Main Improvements/Denton Tap Rd. (Parkway to S.H. 121 Bypass) ST 94-01 WA J.C. Evans Construction Co., Inc. City of Coppell 1 DATE: March 26, 1996 CHANGE OR EXTRA WORK TO BE DONE Description Cast Iron Fittings, including polywrap, blocking and acces. 2" HMAC sawcut CTB backfill Trench Safety 8" Gate Valve 8" Water Line Quantity Unit Unit Price Total 0.99 TON 2,500.00 2475.00 47 LF 30.00 1440.00 235 LF 1.00 235.00 2 EA 800.00 1600.00 235 LF 49.50 11,632.50 Total Revision to Contract Amount Previous contract amount Net increase in contract amount Revised contract amount Net increase in contract time of completion Revised Contract time of completion $17,382.50 $ 263,676.00 $17,382.50 $ 281,058.50 N/A N/A The contractor hereby accepts this Contract adjustment as a final and complete adjustment in full accord and satisfaction of all past and future liability originating under any clause in the Contract by reason of this revision to the Contract. Date: Date: ~3' "7' W&A #94-093 WATER MAIN PROJECT NO. ST 94-01-WA CONTRACT DOCUMENTS FOR 16" WATER MAIN IMPROVEMENTS IN DENTON TAP ROAD FROM PARKWAY BOULEVARD TO S.H. 121 BYPASS Coppell, Texas December 1995 Prepared For THE CITY OF COPPELL Prepared By WIER & ASSOCIATES, INC. W&A #94-093 WATER MAIN SECTION B NOTICE TO BIDDERS CITY OF COPPELL, TEXAS 16" Water Main - ST94-01-WA Bid No. Q1295-O3 The City of Coppell is accepting bids for 16" Water Main. Sealed bids addressed to the Purchasing ~l~j~t, City of Coppell, Texas, for 16" Water Main will be received in the Purchasing at the City of Coppell Town Center, 225 Parkway Boulevard, until 2:00 p.m. on January 30, 1995 and then publicly opened and read aloud. Each Bidder shall submit two identical copies of this bid with the City of Coppell Bid No. Q1295-03 designated cleady on the extedor of the bid envelope. A Pre--Bid Conference is scheduled for January 23, 1996 at 2:00 p.m. in the City of Coppell's Town Center. Attendance to the Pre-Bid Conference is not mandatonj to bid. Proposals shall be accompanied by a cashiers or certified check upon a national or state bank, or savings and loan in an amount not less than five percent (5%) of the total maximum bid price, payable without recourse to the City of Coppell, or a bid bend in the same amount from a reliable surety company, as a guarantee that the bidder will enter into a contract and execute performance bond and payment bond within ten (10) days after notice of award of contract to him. The notice of award of contract will be given by the Owner within ninety (90) days following the opening of bids. The successful bidder must furnish performance bond upon the form provided in the amount of 100 percent of the contract pdce and a matedal and labor payment bond upon the form provided in the amount of 100 percent of the contract price from an approved surety company holding a permit from the State of Texas to act as surety, or other surety or sureties acceptable to the Owner. The Owner reserves the dght to reject any or all bids and to waive formalities. Unreasonable or unbalanced unit pdces will be considered sufficient cause for rejection of any bid or bids. NO BID TRANSMITTED BY FAX WILL BE ACCEPTED. Bidders are expected to inspect the site of the work and to inform themselves regarding local conditions and conditions under which the work is to be done. Complete sets of bidding document s must be used in preparing Bids; the City of Coppell assumes no responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. Pins, specifications and bidding documents may be purchased from the office of the Purchasing Agent, 255 Parkway Boulevard, Coppell, Texas 75019, for the sum of Twenty-Five Dollars ($25.00) per set, non-refundable. MARK ENVELOPE: "Bid No. Q-1295-03" ALL BIDS MUST BE RECEIVED IN THE CITY'S PURCHASING DEPARTMENT BEFORE OPENING DATE AND TIME 13-1 of 2 CONTRACT DOCUMENTS TABLE OF CONTENTS W&A #94-093 WATER MAIN DIVISION O - BIDDING SECTION B SECTION I SECTION AA SECTION P SECTION A SECTION PB SECTION MB SECTION CI SECTION GC SECTION SC SECTION WR SECTION AD SECTION PA AND CONTRACT REQUIREMENTS Notice to Bidders Instruction to Bidders Affidavit Against Prohibited Acts Proposal and Bid Affidavit Agreement Performance and Payment Bonds Maintenance Bond Certificate of Insurance General Conditions Supplementary Conditions Wage Rate Schedule Addenda Payment Affidavit DIVISION 1 - GENERAL ITEM 1.1 ITEM 1.2 ITEM 1.3 ITEM 1.4 ITEM 1.5 ITEM 1.6 ITEM 1.7 ITEM 1.8 ITEM 1.9 ITEM 1.10 ITEM 1.11 ITEM 1.12 ITEM 1.13 ITEM 1.14 ITEM 1.15 ITEM 1.16 ITEM 1,17 ITEM 1.18 ITEM 1.19 ITEM 1.20 ITEM 1.21 ITEM 1.22 REQUIREMENTS Abbreviations Summary of Work Schedule of Work Measurement and Payment and Pay Item Clarification Submittals Testing Utilities Security Dust Control Storm Water Management and Erosion Control Ingress and Egress Traffic Control Trench and Subsurface Construction Inspection Trees and Shrubs Cleanup Reference Specifications Excess Excavation Materials Trench Compaction Trench Spoil DIVISION 2 - TECHNICAL SPECIFICATIONS ITEM 2.1 Seeding ITEM 2.2 Chain Link Fence ITEM 2.3 Structural Steel ITEM 2.4 Painting DIVISION PS - PROJECT SIGN DIVISION SB ~ GEOTECHNICAL REPORT AND SOIL BORINGS DIVISION TSP - TRENCH SAFETY PLAN (PROVIDED BY CONTRACTOR) SECTION B NOTICE TO BIDDERS SECTION B - NOTICE TO BIDDERS W&A #94-093 WATER MAIN PUBLIC NOTICE STATEMENT FOR ADA COMPLIANCE The City of Coppell acknowledges its responsibility to comply with the Americans With Disabilities Act of 1990. Thus, in order to assist individuals with disabilities who require special services (i.e. sign interpretative services, alternative audio/visual devices, and amanuenses) for participation in or access to the City of Coppell sponsored public programs. services and/or rr.;.:tings, the City requests that individuals make request for these services forty-eight (48) hours ahead of the scheduled program, service and/or meeting. To make arrangements, contact Vivyon V. Bowman, ADA Coordinator or other designated official at (214) 462-0022, or (I'DD 1-8(X)-RELAY. TX 1-800-735-2989). B-2 of 2 SECTION I INSTRUCTIONS TO BIDDERS SECTION I INSTRUCTIONS TO BIDDERS W&A #94-093 WATER MAIN 1. ~MdTe~s Terms used in these Instructions to BIDDERS which are defined in the Standard General Conditions of the Construction Contract (No. 1910-8, 1983 ed.) have the meanings assigned to them in the General Conditions. The term "BIDDER" means one who submits a bid directly to OWNER, as distinct from a SUB-BIDDER, who submits a bid to a BIDDER. The term "Successful BIDDER" means the lowest, qualified, responsible and responsive BIDDER to whom OWNER (on the basis of OWNER'S evaluation as hereinafter provided in 1-16) makes an award. The term "Bidding Documents" includes the Advertisement or Notice to BIDDERS, Instructions to BIDDERS, the Proposal, Bid Affidavit and the proposed Contract Documents including all addenda issued pdor to receipt of bids). The term "OWNER" refers to the City of ~ppell, Texas. This project was designed by Wier & Assodates, Inc.; however, the term ENGINEER refers to the City Engineer of the City of Coppell or his duly authorized representative. 2. Copies of Bidding Documents 2.1. Complete sets of the Bidding Documents in the number and for the purchase amount. if any. sited in the Advertisement or Notice to Bidders may be obtained from the City Purchasing Agent. 2.2. Complete sets of Bidding Documents must be used in preparing bids; the OWNER does not assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.3. The OWNER in making copies of Bidding Documents available on the above terms do so only for the purpose of obtaining bids on the work and do not confer a license or grant for any other use. 3. Qualification of Bidders The successful BIDDER may be required to submit written evidence, such as ~nandal data, present commitments and available equipment, and will submit such data within five days of OWNER'S written request. 4. Examination of Contract Documents and Site 4.1. It is the responsibility of each BIDDER before submitting a bid to (a) examine the Contract Documents thoroughly, (b) visit the site to become familiar with local conditions that may affect cost, progress, performance or fumishing of the work, (c) consider .federal, state and local laws and regulations that may affect cost, progress, performance or furnishing of the work, (d) study and carefully correlate BIDDER'S observations with the Contract Documents and (e) notify ENGINEER of all conflicts, errors or discrepancies in the Contract Documents. 4.2. Information and data reflected in the Contract Documents with respect to underground fadlities at or contiguous to the site is based upon information and data furnished to OWNER, and/or Wier & Associates by owners of such underground facilities I-1 of 9 SECTION I - INSTRUCTIONS TO BIDDERS W&A ~94-093 WATER MAIN or other, and OWNER does not assume responsibility for the accuracy or completeness thereof. 4.3. Provisions concoming responsibilities for the adequacy of data furnished to prospective BIDDERS on subsurface conditions, underground facilities and other physicel conditions, and possible changes in the Contract Documents due to diffedng conditions appear in paragraphs 4.2 and 4.3 of the General Conditions. 4.4. Before submiffing a bid each BIDDER will, at BIDDER'S own expense, make or obtain any additional examinations, investigations, explorations, tests and studies and obtain any additional information and data which pertain to the physical conditions (surface, subsurface and underground facilities) at or contiguous to the site or otheN.,ise which may affect cost, progress, performance or fumishing of the work and which BIDDER deems necessary to determine its bid for performing and furnishing the work in accordance with the time, pdce and other terms and conditions of the Contract Documents. 4.5. On request in advance OWNER will provide each BIDDER access to the site to conduct such explorations and tests as each BIDDER deems necessary for submission of a bid. BIDDER shall fill all holes, clean up and restore the site to its former condition upon completion of such explorations. 4.6. The lands upon which the work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by CONTRACTOR in performing the work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities or storage of materials and equipment are to be provided by CONTRACTOR. Easements for permanent structures or permanent changes in existing structures are to be obtained and paid for by OWNER. 4.7. The submission of a bid will constitute an incontrovertible representation by BIDDER that BIDDER has complied with every requirement of this Affide 4, that without exception the bid is premised upon performing and furnishing the work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are suffident in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the work. 4.8. Reference is made to the Supplementary Conditions for identification of: 4.8.1. Those reports or explorations and tests of subsurface conditions at the site which have been utilized by Wier & Associates in preparation of the Contract Documents. BIDDER may rely upon the accuracy of the technical data contained in such reports, except as qualified in the report, but not upon nontechnical data, interpretations or opinions contained therein or for the completeness thereof for the purposes of bidding or construction. CONTRACTOR is alerted to the fact that certain subsurface conditions may change (such as groundwater levels) and that bodngs provide isolated information at the spedtic bore location only. 4.8.2. Those drawings of physicel conditions in or relating to existing surface and subsurface conditions (except underground fadlities) which are at or contiguous to the site which have been utilized by Wier & Associates in preparation of the Contract Documents. BIDDER may rely upon the accuracy of the technical data contained in such drawings but not upon the completeness thereof for the purposes of bidding or construction. I-2 of 9 SECTION I - INSTRUCTIONS TO BIDDERS W&A #94-093 WATER MAIN Copies of such reports and drawings will be made available by OWNER to any BIDDER on request. Those reports and drawings are not part of the Contract Documents, but the technical data contained therein upon which BIDDER is entitled to rely as provided in paragraphs 4.8.1. and 4.8.2. are incorporated therein by reference. Such technical data has been identified and established in the Supplementary Conditions. 5. Interpretations and Addenda 5.1. All questions about the meaning or intent of the Contract Documents are to be directed to Purchasing Agent. Interpretations or clarifications considered necessary by ENGINEER in response to such questions will be issued by Addenda and mailed or delivered to all parties recorded by Purchasing Agent as having received the Bidding Documents. Questions received less than 48 hours pdor to the time for opening bids may not be answered. Any addenda issued pdor to four days of the opening of bids will be mailed to each CONTRACTOR contemplating the submission of a proposal on this work. Addenda issued later than four days pdor to the opening of bids must be picked up by the BIDDER from the Purchasing Department. The CONTRACTOR will be notified by fax or phone of the issuance of the Addenda. The proposal as submitted by the CONTRACTOR will be so constructed as to include any addenda if such are issued by the OWNER pdor to twenty-four (24) hours of the opening of bids. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 5.2. Notice: Any notice provided by this bid (or required by law) to be given to the successful BIDDER by the City of Coppell shall conclusively deemed to have been given and received on the next day after such wdtten notice has been deposited in the mail in the City of Coppell, Texas by Registered or Certified mail with suffident postage affixed thereto, addressed to the successful BIDDER at the address so provided; provided this shall not prevent the giving of actual notice in any other manner. 5.3. Addenda may also be issued to modify the Bidding Documents as deemed advisable by Purchasing Department. 6, Bid Security 6.1. Each bid must be accompanied by bid secudty made payable to OWNER in an amount of five percent of the BIDDER'S maximum bid pdce and in the form of a certified bank check or a Bid Bond issued by a surety meeting the requirements of paragraph 5.1 of the General Conditions. 6.2. The bid secudty of the Successful BIDDER will be retained until such BIDDER has executed the Agreement and fumished the required contract security, whereupon the bid secudty will be retumed. If the Successful BIDDER fails to execute and deliver the Agreement and furnish the required contract secudty within fifteen days after the Notice of Award, OWNER may annul the Notice of Award and the bid secudty of that BIDDER .will be forfeited. The Bid secudty of other BIDDERS whom OWNER believes to have a reasonable chance of receiving the award may be retained by OWNER until the eadier of the seventh day after the Effective Date of the Agreement or sixty days after the bid opening, whereupon bid secudty furnished by such BIDDERS will be retumed. Bid secudty with bids which are not competitive will be retumed within seven days after the bid opening. I-3of9 SECTION I - INSTRUCTIONS TO BIDDERS W&A #94-093 WATER MAIN 7. Contract TIme 7.1. 'The number of days within which, or the dates by which, the work is to be substantially completed and also completed and ready for final payment (the Contract TIme) am set forth in the Proposal and the Agreement. 7.2. 'The CONTRACTOR should be aware that the contract time includes all time the CONTRACTOR is on the site. This time is in working days and begins on the date stipulated on the Notice to Proceed. The time on the Contract will continue to run until the project is completed and approved by the City. 8. Liquidated Damages Provisions for liquidated damages, if any, are set forth in the Agreement. 9. Substitute or "Or-equivalent" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Drawings or specified in the Specifications without consideration of possible substitute or "or- equivalent" items. Whenever it is indicated in the Drawings or specified in the Specification that a substiMe or "or-equivalent" item of matedal or equipment may be furnished or used by CONTRACTOR if acceptable to ENGINEER, application for such acceptance will not be considered by ENGINEER until after the Effective Date of the Agreement unless the ENGINEER. at his option, elects to issue an Addenda naming a substitute or "or-equivalent" item pnor to receipt of bids. The procedure for submission of any such application by CONTRACTOR and consideration by ENGINEER is set forth in Paragraphs 6.7.1, 6.7.2 and 6.7.3 of the General Conditions and may be supplemented in the General Requirements. 10. Subcontractors, Suppliers and Others. 10.1. If requested by the OWNER, the apparent Successful Bidder, and any other bidder so requested, shall, within seven days after the Bid opening, submit to OWNER a list of all Subcontractors, Suppliers and other persons and organizations proposed for portions of the Work for which identification is requested. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, Supplier, person or organization if requested by OWNER. If OWNER after due investigation has masonable objection to any proposed Subcontractor, Supplier, other person or organization. either may before the Notice of Award is given request the apparent Successful Bidder to submit an acceptable substitute, in which case the apparent Successful Bidder shall submit an acceptable substitute, that BIDDER'S Bid price will be increased (or decreased) by the difference in cost occasioned by such substitution and OWNER may consider such pdce adjustment in evaluating Bids and making the contract award. If appemnt Successful Bidder declines to make any such substitution, OWNER may award the contract to the next lowest BIDDER that proposes to use acceptable Subcontractors, Suppliers and other persons and organizations. The declining to make 'requested substitutions will not constitute grounds for sacrificing the Bid security of any BIDDER. Any Subcontractor, Supplier, other person or organization listed and to whom OWNER does not make written objection pdor to the giving of the Notice of Award will be deemed acceptable to OWNER subject to revocation of such acceptance after the Effective Date of the Agreement as provided in Paragraph 6.8.2 of the General Conditions. 14 of 9 SECTION I - INSTRUCTIONS TO BIDDERS W&A #94-093 WATER MAIN 10.2. No CONTRACTOR shall be required to employ any Subcontractor, Supplier, other person or organization against whom CONTRACTOR has reasonable objection. propouI. 11.1. The Proposal is included in the Bidding Documents; additional copies may be obtained from Purchasing Agent. All Bids must be submitted on the Purchasing Agent's form. 11.2. All blanks on the Proposal must be completed in ink or by typewriter. 11.3. Bids by corporations must be executed in the corporate name by the president or a vice-president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal must be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation must be shown below the signature. 11.4. Bids by partnerships must be executed in the partnership name and signed by a partner, whose title must appear under the signature and the official address of the partnership must be shown below the signature. 11.5. All names must be typed or pdnted below the signature. 11.6. The Bid shall contain an acknowledgment of receipt of all Addenda (the numbers of which must be filled in on the Proposal). 11.7. The address and telephone number for communications regarding the Bid must be shown. 12. Submission of Bids. 12.1. THREE (3) COPIES of the Bids shall be submitted at the time and place indicated in the Advertisement or Notice to Bidders and shall be enclosed in an opaque, sealed envelope, marked with the project tiUe (and, if applicable, the designated portion of the Project for which the Bid is submitted) and the name and address of the BIDDER and accompanied by the Bid secudty and other required documents. The CONTRACTOR shall acknowledge, on the outside of the envelope, receipt of any addenda. If the Bid is sent through the mail or other delivery system the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. It shall be the BIDDER'S responsibility for the delivery of his Proposal at the proper place by the time stated. The mere fact that a Proposal was dispatched will not be considered. 12.2. BIDDER SHALL PROVIDE with this bid response, all documentation required by this Invitation To Bid. Failure to provide this information may result in rejection of bid. 13, ModificaUon and Withdrawal of Bids. Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. 14. Opening of Bids. Bids will be opened and (unless obviously non-responsive) read aloud publicly. I-5 of 9 SECTION I - INSTRUCTIONS TO BIDDERS W&A/94-093 WATER MAIN 15. Bids to Remain Subject to Acceptance. All bids will remain subject to acceptance for ninety days after the day of the Bid opening, but OWNER may, in its sole discretion, release any Bid and retum the Bid security pdor to that cite. 16. Award of Contract. 16.1. OWNER reserves the dght to reject any and all Bids, to waive any and all informalities and to negotiate contract terms with the Successful BIDDER, and the dght to disregard all nonconforming, nonresponsive, unbalanced or conditional Bids. Also, OWNER reserves the right to reject the Bid of any BIDDER if OWNER believes that it would not be in the best interest of the Project to make an award to that BIDDER, whether because the Bid is not responsible or the BIDDER is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteda established by OWNER. Discrepancies in the multiplication of units of Work and unit pdces will be resolved in favor of the correct multiplication. Discrepancies between the unit pdce in words and the unit price in figures will be resolved in favor of the pdce in words. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 16.2. In evaluating Bids, OWNER will consider the qualifications of the BIDDERS, whether or not the Bids comply with the prescribed requirements, and such altemates, unit prices and other data, as may be requested in the Bid Form or pdor to the Notice ~f Award. 16.3. OWNER may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Supplementary Conditions. Owner also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted pdor to the Notice of Award. 16.4. OWNER may conduct such investigations as OWNER deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and fumish the Work in accordance with the Contract Documents to OWNER'S satisfaction within the prescribed time. 16.5. If the contract is to be awarded, OWNER will give the Successful BIDDER a Notice of Award within sixty days after the day of the Bid opening. 17. Contract Security. Paregraph 5.1 of the General Conditions and the Supplementary Conditions set forth OWNER'S requirements as to performance and payment Bonds. When the Successful BIDDER delivers the executed Agreement to OWNER, it must be accompanied by the required performance and payment bonds. I-6 of 9 SECTION I - INSTRUCTIONS TO BIDDERS W&A #94-093 WATER MAIN 18. Trench Safety. The successful bidder will be required to provide a trench safety plan at the time contracts are signed and within the 15-day time pedod after notice of award. All costs for providing and implementing the trench safety plan shall be included in the bid item for trench safety. 19. Signing of Agreement. When OWNER gives a Notice of Award to the Successful BIDDER, it will be accompanied by the required number of unsigned counterparts of the Agreement with all other wdtten Contract Documents attached. Within fifteen days thereafter CONTRACTOR shall sign and deliver the required number of counterparts of the Agreement and attached documents to OWNER with the required Bonds. Within ten days thereafter OWNER shall deliver one fully signed counterpart to CONTRACTOR. 20, Retainage. Provisions conceming retainage are set forth in the Agreement. 21. Sales and Use Taxes. OWNER is exempt from Local and State Sales and Use Taxes on materials to be incorporated in the Work. Said taxes shall not be included in the Contract Pdce. 22. Wages. 22.1. Wage rates paid on this project must not be less than indicated on the Wage Rata Schedule included in these documents which is established by the City of Coppell in compliance with statutory requirements and prevailing wages in the locality of the project. 22.2. Prevailing Wage Rate for Public Works Projects. The City shall ascertain the general prevailing rate of wages for each craft of type of workman, or mechanic needed to execute this contract and shall spedfy in the call for bids of this contract what the general prevailing rate of wages is in the City of Coppell. The City shall also spedfy the prevailing rate for legal holiday and overtime work. The contractor must pay the said spedfled rate to all laborers, workmen, and mechanics employed by him or any subcontractor under him in the execution of this contract. 22.3. Successful BIDDER shall pay or cause to be paid, without cost of expense to the City of Coppell, all Social Security, Unemployment and Federal Income Withholding Taxes of all such employees and all such employees shall be paid wages and benefits as required by Federal and/or State Law. 23. Indemnity. Successful Bidder shall defend, indemnify and save harmless the City of Coppell and all its officers, agents and employees from all suits, actions, or other claims of any character, name and description brought for or on account of any injudes or damages received or sustained by any person, persons, or property on account of any negligent act or fault of the successful BIDDER, or of any agent, employee, subcontractor or supplier in the execution of, or performance under, any Contract which may result from bid award. Successful BIDDER indemnifies and will indemnify and save harmless the City from liability, claim or demand on their part, agents, servants, customers, and/or employees whether such liability, claim or demand adse from event or casualty happening or within the occupied premises themselves or I-7 of 9 SECTION I- INSTRUCTIONS TO BIDDERS W&A 194-093 WATER MAIN happening upon or in any of the halls, elevators, entrances, stairways or approaches of or to the faciFdies within which the occupied premises are located. Successful BIDDER shall pay any judgment with costs which may be obtained against the City growing out of such injury or damages. :24. Penalty for ViolaUon. The contractor or subcontractor in violation of these rules is liable to the City for a penalty of Sixty [:)ollars ($60.00) for each laborer, workman, or mechanic employed for each calendar day or portion thereof, that such laborer, workman, or mechanic is paid less than the stipulated rates for any work done under this contract. The money collected shall be used to offset the costs of administering these requirements. If the City receives a complaint by a laborer, workman, or mechanic it shall determine within thirty (30) days after receipt whether good cause exists to believe that the contractor or any subcontractor has committed a violation of these spedfications. The City shall provide written nob of its determination to the contractor or subcontractor and any affected laborer, workman, or mechanic. The City shall retain any amounts due under the contract pending a final determination. If the contractor or subcontractor and any affected laborer, workman, or mechanic fail to resolve the alleged violation by agreement within foudsen (14) days of the determination by the City, the issues of the alleged violation, any penalties owed to the public body, and any amounts owed to any affected laborer, workman, or mechanic shall be submitted to binding arbitration in accordance with the provisions of the Texas General Arbitration Act. If the paffies fail to agree upon an arbitrator within ten (10) days, the arbitrator shall be designated by the District Court upon petition of any party. The decision and award of the arbitrator is final and binding upon all parties and may be enforced in any court of competent jurisdiction. The City shall not be a party in the arbitration. 25. ArbitraUon. The arbitrator shall assess and award all reasonable costs, including the arbitrator's fee, against the party or parties who fail to prevail in the proceeding. Costs may be assessed against the laborer, workman. or mechanic only if the arbitrator finds that the claim was frivolous. If the arbitrator does not find that the claim is frivolous and does not make an award to the laborer, workman, or mechanic, costs will be shared equally by the parties. If the arbitrator determines that a violation of the specification has occurred, the arbitrator shall assess and award penalties as provided in the Act and all amounts owed to the affected laborer, workman, or mechanic against the contractor or subcontractor. The City shall use any amounts retained under this provision to reimburse the laborer, workman. or mechanic for the amount owed to that person because of the failure to pay the person the general prevailing rate of wages as provided in the arbitrator's award. If the amounts withheld by the City are insufficient to fully reimburse the laborer, workman. or mechanic for amounts owed, the person has a right of action against the contractor or subcontractor and the surety of that person to recover any amounts owed. 26. TerminaUon for Default. The City of Coppell reserves the dght to enforce the performance of this Contract in any manner prescribed by law or deemed to be in the best interest of the City in the event of breach or default of this Contract. The City of Coppell reserves the dght to terminate the Contract immediately in the event the successful Bidder fails to: 1. meet schedules; 2. defaults in the payment of any fees; or 3. otherwise perform in accordance with these Specifications. I-8 of 9 SECTION I ~ INSTRUCTIONS TO BIDDERS W&A e94-O93 WATER MAIN Breach of Contract or default authorizes the City of Coppell to exercise any or all of the following 1. The City may take possession of the assigned premises and any fees accrued or becoming due to date; 2. The City may take possession of all goods, f'bxtures and materials of successful Bidder therein' and may foreclose its lien against such personal property, applying the proceeds toward fees due or thereinafter becoming due. In the event the successful Bidder shall fail to perform, keep or observe any of the terms and conditions to be performed, kept or observed, the City shall give the successful Bidder written notice of such default; and in the event said default is not remedied to the satisfaction and approval of the city within two (2) working days of receipt of such notice by the successful Bidder, default will be declared and all the successful Bidder's rights shall terminate. Bidder, in submitting this bid, agrees that the City of Coppell shall not be liable to prosecution for damages in the event that the City declares the Bidder in default. 27. Remedies. The successful BIDDER and the City of Coppell agree that both parties have all dghts, duties, and remedies available as stated in the Uniform Commercial Code. 28, Venue. This Agreement will be governed and construed according to the laws of the State of Texas. This Agreement is performable in the City of Coppell, Texas. 29. Assignment. The successful BIDDER shall not sell, assign, transfer or convey this Contract, in whole or in pad, without prior written consent of the City of Coppell. 30. Insurance. Each insurance policy to be fumished by successful BIDDER shall include, by endorsement to the policy, a statement that a notice shall be.given to the City of Coppell by Certified Mail thirty (30) days pdor to cancellation or upon any matedal change in coverage. 31. Questions. Any questions concerning this Invitation To Bid and Specifications should be directed to the Purchasing Department at 214-304-3698. I-9 of 9 SECTION AA AFFIDAVIT AGAINST PROHIBITED ACTS AFFIDAVIT AGAINST PROHIBITED ACTS ! hereby affirm that I am aware of the provisions of the Texas Penal Code Sec. 36.02, 36.08, 36.09. and 36.10 (a copy of which follows). dealing with Bdbery and Gifts to Public Servants. I further affirm that I will adhere to such rules and instruct and require all agents, employees, and sub-contractors to do the same. I am further aware that any violation of these rules subjects this agreement to revocation. my removal from bid lists, prohibiting future contract/subcontract work, revocation of permits, and prosecution. Signature ATTEST (if Date "~l~)%ate TITLE 8: OFFENSES AGAINST PUBLIC ADMINISTRATION TEXAS PENAL CODE 36.02 Bribery (b) (c) A person commits an offense if he intentionally or knowingly offers, confers, or agrees to confer on another, or solicits, accepts. or agrees to accept from another (1) any benefit as consideration for the recipient's decision, opinion, recommendation, vote or other exercise of discretion as a public servant, party official, or voter; (2) any benefit as consideration for the recipienrs decision. vote. recommendation, or other exercise of official discretion in a judicial or administrative proceeding; or (3) any benefit as consideration for a violation of a duty imposed by law on a public servant or party official It is no defense to prosecution under this section that a person whom the actor sought to influence was not qualified to act in the desired way whether because he had not yet assumed office or he lacked jurisdiction or for any other reason It is no defense to prosecution under this section that the benefit is not offered or conferred or that the benefit is not solicited or accepted until after (1) the decision. opinion, recommendation, vote, or other exercise of discretion has occurred;. or (2) the public servant ceases to be a public servant An offense under this section is a felony of the second degree. § 36.08 Gift to Public Servant by Person Subject to His Jurisdiction (b) (c) (d) A public servant in an agency performing regulatory functions or conducting inspections or investigations commits an offense if he solicits, accepts. or agrees to accept any benefit from a person the public servant knows to be subject to regulation. inspection, or investigation by the public servant or his agency. A public servant in an agency having custody of prisoners commits an offense if he solicits, accepts, or agrees to accept any benefit from a person the public servant knows to be in his custody or the custody of his agency. A public servant in an agency carrying on civil or criminal litigation on behalf of govemment commits an offense if he solicits, accepts, or agrees to accept any benefit from a person against whom the public servant know litigation is pending or contemplated by the public servant or his agency. A public servant who exercises discretion in connection with contracts, purchases, payments. claims. or other pecuniary transactions of govemment commits an offense if he solicits. accepts, or agrees to accept any benefit from a person the public knows is interested in or likely to become interested in any contract, purchase, payment, claim, or transaction involving the exercise of his discretion. (e) A public servant who has judicial or administrative authority, who is employed by or in a tribunal having judicial or administrative authority, or who participated in the enforcement of the tribunal's dension, commits an offense if he solicits, accepts, or agrees to accept any benefrt from a person the public servant knows is interested in or likely to become interested in any matter before the public servant or tribunal. (f) A public servant who is a member of or employed by fie legislature or by an agency of the legislature commits an offense if he solicits, accepts, or agrees to accept any benefit from any person. (g) An offense under this section is a Class A misdemeanor. § 36.09 Offering Gift to Public Servant (a) A person commits an offense if he offers, confers, or agrees to confer any benefit on a public servant that he knows the public servant is prohibited by law from accepting. (b) An offense under this section is a Class A misdemeanor. § 36.10 Non-Applicable Sections 36.08 (Gift to Public Servant) and 36.09 (Offering Gift to Public Servant) or this code do not apply to: (1) a fee prescribed by law to be received by a public servant or any other benefit to which the public servant is lawfully entiUed or for which he gives legitimate consideration in a capaclly other than a public servant; (2) a gift or other benefrt conferred on account of kinship or a personal, professional, or business relationship independent of the official status of the recipient; (3) an honoradum in consideration for legitimate services rendered above and beyond official duties and responsibilities if; (A) not more than one honoradum is received from the same person in a calendar year; and (B) not more than one honoradum is received for the same service; and (C) the value of the honoredurn does not exceed $250 exclusive of reimbursement for travel, food, and lodging expenses incurred by the recipient in performance of the services; (D) the honorarium, regardless of amount, is reported in the financial statement filed under Chapter 421, Acts of the 63rd Legislature, 1973 (Article 6252-9b. Vemon's Texas Civil Statutes), if the recipient is required to file a financial statement under that Act; (4) a beneffi consisting of food, lodging, transportation, or entertainment accepted as a guest and reported as required by law; or (5) ~) 8 benefit to a public servant required to file a statement under Chapter 421. Acts of the 63rd Legislature, 1973 (Article 6252-9b. Vemon's Texas Civil Statutes), or Section 243, Texas Election Code (Article 14.07, Vemon's Texas Election Code), that is dedved from a function in honor or appreciation of the recipient if; (A) the benefit and the source of any benefit in excess of $50 is repoded in the statement; and (B) the benefit is used solely to defray the expenses that accrue in the performance of dudes or activities in connection with the office which are nonreimbursable by the state or politicel subdivision. Subsection (5) of Section 36.10 of this Act does not apply to those public servants designed in Section 36.08(f) of this Act 30 days pdor to or dudng a regular session of the Texas Legislature. SECTION P PROPOSAL, BID AFFIDAVIT AND AFFIDAVIT OF SAFETY RECORD SECTION P-PROPOSAL W&A #94-093 WATER MAIN BID AFFIDAVIT The undersigned certifies that the bid pdces contained in this bid have been carefully reviewed and are submitted as correct and final. Bidder further certifies and agrees to furnish any and/or all commodities upon which prices are extended at the pdce offered, and upon the conditions contained in the Specifications of the Notice to Bidders. days from the date of the bid opening. STATE OF BEFORE ME, the undersigned authority. a Notary Public in and for the State of this day personally appeared sworn, did depose and say: The pedod of acceptance of this bid will be ninety (90) calendar COUNTY OF ~ ~ , On who after being by me duly EVANS CONSTRUCTION CO., INC. to execute the foregoing on behalf of the said am a duly authorized officer/agent for and have been duly authorized J.C. EVANS CONSTRUCTION CO., INC. I hereby certify that the foregoing bid has not been prepared on collusion with any other Bidder or individual(s) engaged in the same line of business pdor to the official opening of this bid. Further, I certify that the Bidder is not now, nor has been for the past six (6) months, directly or indirectly concemed in any pool, agreement or combination thereof, to control the pdce of sen/ices/commodities bid on, or to influence any individual(s) to bid or not to bid thereon." Name and address of Bidder:J.C. EVANS CONSTRUCTION CO., INC. suasc~a~o ~No SWO~N to befo~ me by ~ ~[~ on ~is ~e ~ day of ~ ~ { ,1 ~. Nota~ Public in and for the State of P-11 of 12 SECTION P - PROPOSAL W&A #94-093 WATER MAIN AFFIDAVIT OF SAFETY RECORD (I) (We) the undersigned do declare and affirm that (my) (our) firm or corporation (has) (have) received "~{r/f,f_,~ citation from the Occupational Safety and Health Administration (OSHA) within the past two ~)~rs and (I) (We) do further declare and affirm that (my) (our) firm or corporation (has) (have) experienced worker injudes related to construction safety on projects within the pest two (2) years. Name of Subcontractor Officers Name & Title Signature of Officer Date J.C. EVANS CONSTRUCTION C0., INC. Name of Firm Date STATE OF TEXAS § COUNTY OF ~ § o:FOR~ , · · , Notary Public in ~.,,~)r the State of Texas, on this day appeared , known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that (he) (she) (they) executed the same for the purposes and considerations therein expressed as the act and deed of said firm or corporation, and in the cepaclty therein GIVEN UNDER MY HAND AND SEAL OF OFFICE THIS DAY OF I I __, -19q A.D. Notary~a~te of Texas P-12 of 12 SECTION P PROPOSAL FOR 16" WATER MAIN IMPROVEMENTS IN DENTON TAP ROAD FROM PARKWAY BOULEVARD TO S.H. 121 BYPASS Coppell, Texas W&A fffi4-093 WATER MAIN Date: December1995 TO: THE CITY OF COPPELL 255 Parkway Boulevard P. O. Box 478 Coppell, Texas 75019 Gentlemen: 1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an Agreement with OWNER in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Pdce and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER accepts all of the terms and conditions of the Advertisement or Notice to Bidders and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for ninety days after the day of Bid opening. BIDDER will sign and submit the Agreement with the Bonds and other documents required by the Bidding Requirements within fifteen days after the date of OWNER'S Notice of Award. 3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: 3.1. BIDDER has examined copies of all the Bidding Documents and of the following Addenda (receipt of which is hereby acknowledged): DATE January 26, 1996 NUMBER Addendum No.1 3.2. BIDDER has familiadzed itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or fumishing of the Work. 3.3. BIDDER has studied carefully all reports and drawings of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in paragraph P-1 of 9 SECTION P - PROPOSAL W&A #94-093 WATER MAIN 4.2 of the General Conditions, and accepts the determination set forth in paragraph SC-4.2 of the Supplementary Conditions of the extent of the technical data contained in such reports and drawings upon which BIDDER is entitled to rely. 3.4. BIDDER has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies (in addition to or to supplement those referred to in 3.3 above) which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, performance or furnishing of the Work as BIDDER considers necessary for the performance or furnishing the Work at the Contract Pdce, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraph 4.2 of the General Conditions; and no additional examinations, investigations, explorations, tests, reports or similar information or data are or will be required by BIDDER for such purposes. 3.5. BIDDER has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, or similar information or data in respect of said Underground Facilities are or will be required by BIDDER in order to perform and fumish the Work at the Contract Pdce, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraph 4.3 of the General Conditions. 3.6. BIDDER has correlated the results of all such observations, examinations, investigations, exploration. s, tests, reports and studies with the terms and conditions of the Contract Documents. 3.7. BIDDER has given ENGINEER wdtten notice of all conflicts, errors or discrepancies that it has discovered in the Contract Documents and the wdtten resolution thereof by ENGINEER is acceptable to BIDDER. 4. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; BIDDER has not directly or indirectly induced or solicited any other BIDDER to submit a false or sham Bid; BIDDER has not solicited or induced any person, firm or corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any other BIDDER or over OWNER. 5. BIDDER will complete the Work for the pdces indicated in the following schedule: P-2 of 12 SECTION P-PROPOSAL ITEM QUAN. UNIT NO. DESCRIPTION & PRICE IN WORDS UNIT PRICE W&A #94-093 WATER MAIN TOTAL PRICE 1. I LS 2. 1 LS 3. 67 LF 4. 455 LF 5. 558 LF Relieve water pressure on existing line, remove plug and blocking and connect to existing 16" Water Line at Parkway Boulevard complete for the sum of One thousand DOLLARS and No CENTS per Lump Sum Relieve water pressure on existing line, remove plug and blocking and connect to existing 12" Water Line at S.H. 121 Bypass complete for the sum of One thousand DOLLARS and No CENTS per Lump Sum 6" PVC DR-14 Water Line including trench, embedment and backfill complete for the sum of Thirty DOLLARS and No CENTS per Linear Foot 12" PVC DR-14 Water Line in casing Pipe, including spacers, complete in place for the sum of Thirty-five DOLLARS and No CENTS per Linear Foot 12" D.I. Class 250 Polywmpped Water Line including trench, embedment and backfill complete for the sum of Thirty-seven DOLLARS and No CENTS per Linear Foot 1,000.00 1.000.00 30.00 35.00 37.00 1,000.00 1,000.00 2,010.00 15,925.00 20,646.00 P-3 of 12 SECTION P - PROPOSAL ITEM QUAN. UNIT NO. 6. 3,117 LF 7. 6 EA 8. 7 EA DESCRIPTION & PRICE IN WORDS 16" D.I. Class 250 Polywrapped Water Line including trench, embedment and backfill complete for the sum of Forty DOLLARS and No CENTS per Linear Foot 6" Gate Valve, including box and lid, box and stem extensions, concrete pad and blocking per City Standard SD15 complete for the sum of Five hundred DOLLARS and No CENTS per Each 12" Gate Valve, including box and lid, box and stem extension, concrete pad, and blocking per City Standard SD15 complete for the sum of Onethousand DOLLARS and No CENTS per Each UNIT PRICE 40.00 50O.00 1,000.00 W&A #94-093 WATER MAIN TOTAL PRICE $ 124,680.00 $ 3,000.00 $ 7,000.00 P~4 of 12 SECTION P - PROPOSAL ITEM QUAN. UNIT NO. DESCRIPTION & PRICE IN WORDS UNIT PRICE W&A #94-093 WATER MAIN TOTAL PRICE 9. 4 EA 10. 3 EA 11. I EA 12. 6.2 TON 16" Vertical Resilient Seated Gate Valve, including foundation blocking, box, lid, stem extension, and concrete pad complete for the sum of Three thousand two hundred DOLLARS and NO CENTS per Each Fire Hydrant Assembly, per City Standard SD16 including hydrant extensions and reflective marker, set to grade complete for the sum of One thousand five hundredDOLLARS and No CENTS per Each Remove & Reset existing Fire Hydrant Assembly, per City Standard SD16 including hydrant extensions, paint, set to grade at Water Line Station 11+30, complete for the sum of EiGht hundred DOLLARS and No CENTS per Each Cast Iron Fittings, complete in place including polywrap, blocking, and accessories complete for the sum of Two thousand five hundred DOLLARS and No CENTS per Ton 3,200.00 1,500.00 800.00 2,500.00 12,800.00 4,500.00 800.00 15,500.00 P-5 of 12 SECTION P - PROPOSAL ITEM QUAN. UNIT NO. 13. I EA 14. 8 LF 15. 48 LF 16. 48 LF DESCRIPTION & PRICE IN WORDS 6" Blow-off Valve, including 6" gate valve, 6" water line, trench, and blocking, complete in place for the sum of Eight hundred DOLLARS and No CENTS per Each Concrete encasement for 16" Water Line complete in place for the sum of Fifteen DOLLARS and No CENTS per Linear Foot Asphalt Pavement Removal and Repair at Denton Tap Road crossing including sawing breakout groove, C.T.B. backfill, 2" HMAC and temporary patch (if required) complete for the sum of Thirty DOLLARS and No CENTS per Linear Foot Existing Gravel Ddveway Repair at park entrance including crushed stone or gravel, C.T.B. backfill, complete for the sum of Ten DOLLARS and No CENTS per Linear Foot UNIT PRICE 80O.0O 15.00 30.00 10.00 W&A #94-093 WATER MAIN TOTAL PRICE 800.00 120.00 1,440.00 480.00 P-6 of 12 SECTION P - PROPOSAL ITEM QUAN. UNIT NO. 17. 64 LF 18. 1,139 LF 19. 100 CY 20. I LS DESCRIPTION & PRICE IN WORDS Remove and Reset existing Metal Beam Guard Fence TxDOT Type GF (TD)-87, complete for the sum of Twenty DOLLARS and No CENTS per Linear Foot Remove and Replace existing Barbed Wire Fence to equal or better condition, with smooth wire fence, complete for the sum of Three DOLLARS and No CENTS per Linear Foot Crushed Stone at Unstable Trench (exceeding normal bedding) complete for the sum of Ten DOLLARS and No CENTS per Cubic Yard 6' High Chain Link Barder Fence installed along existing bddge rail and cross barriers at ends of pipe crossing complete for the sum of Three thousand one hundred forty DOLLARS and No CENTS per Lump Sum UNIT PRICE 20.00 3.00 10.00 3,140.00 W&A #94-093 WATER MAIN TOTAL PRICE 1,280.00 3,417.00 1,000.00 3,140.00 P-7 of 12 SECTION P - PROPOSAL ITEM QUAN. UNIT NO. 21. I LS 22. 20 LF 23. 12 LF 24. 20 LF DESCRIPTION & PRICE IN WORDS Elevated 12" Water Line Crossing at existing bddge including connections to existing bddge, foundations, steel beams, steel supports and connections, 12" P.I. Water Line, cradles, straps, 2" air and vacuum valve, and paint complete for the sum of Twenty-five thousand ninety-four DOLLARS and No CENTS per Lump Sum Silt Fence non-reinforced complete for the sum of Four DOLLARS and No CENTS per Linear Foot Silt Fence with reinforcing wire fence complete for the sum of Five DOLLARS and No CENTS per Linear Foot 12" High Rock Berm/Silt Dam complete for the sum of Thirty DOLLARS and No CENTS per Linear Foot UNIT PRICE 25,094.00 4.00 5.00 30.00 W&A #94-093 WATER MAIN TOTAL PRICE 25,094.00 80.00 60.00 600.00 P~8 of 12 SECTION P - PROPOSAL W&A fffi4-093 WATER MAIN ITEM QUAN. UNIT NO. 25. 0.30 AC 26. 0.60 AC 27. 3,209 LF 28. I EA 29. 3 EA 30. 455 LF DESCRIPTION & PRICE IN WORDS Hydromulch Seeding of area disturbed by construction within city park at the bddge embankments and other areas indicated on the plans complete for the sum of One thousand five hundred DOLLARS and No CENTS per Acre Broadcast Seeding of areas disturbed by construction excluding Hydromulch seeded areas complete for the sum of Seven hundred DOLLARS and No CENTS per Acre Provide Trench Excavation Safety Protection in accordance with the Trench Safety Plans and OSHA regulations complete for the sum of One DOLLARS and No CENTS per Linear Foot 1" Flush Valve for flushing & sterilization, complete in place for the sum of Three hundred fifty DOLLARS and No CENTS per Each 2" Flush Valve for flushing & sterilization, complete in place for the sum of Five hundred DOLLARS and No CENTS per Each Minimum 21" Steel Casing Pipe (1/4") or Class III Reinforced Concrete Pipe Casing including trench and backfill, complete in place for the sum of Twenty-five DOLLARS and No CENTS per Linear Foot TOTAL BID UNIT PRICE 1,500.00 700.00 1.00 350.00 500.00 25.00 TOTAL PRICE 450.00 420.00 3,209.00 350.00 1,500.00 11,375.00 263,676.00 P-9 of 12 SECTION P - PROPOSAL W&A #94-093 WATER MAIN TOTAL PARTS MATERIAL TAX EXEMPT 6. BIDDER acknowledges that the quantities indicated in the previous schedule are not guaranteed and may be changed to conform with the Work, BIDDER has read paragraph 9.10.2 of the Supplementary Conditions and understands that the quantities shown in the previous schedule and as modified by change order will be the actual quantities paid by the OWNER for the completion of the Work, 7. BIDDER agrees that the Work shall be substantially completed within 60 working days and completed and ready for final payment within 90 working days from the date when the Contract Time commences to run. 8. BIDDER accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the work on time. 9. The terms used in this Bid which are defined in the General Conditions of the Construction Contract included as part of the Contract Documents have the meanings assigned to them in the General Conditions. Respectfully s~__,~tted, oe Bland ~Vice President Address J.C. Evans Construction Co. Inc 3900 Valley View Dr., IrvinG, TX 75062 Phone No. 214-257-0639 FAX No. 214-255-3224 Submitted by J.C. Evans Construction Co., Inc. a corporation Doing business as J.C. Evans Construction Co., Inc. Communication concerning this Bid should be directed to the attention of Ruben Garza P-10 of 12 ' T ' SECTION A AGREEMENT SECTION A AGREEMENT BETWEEN OWNER AND CONTRACTOR THIS AGREEMENT is dated as of the I~ day of le~r~{ ~ 19 96 by and between the City of Coppell (hereinafter ca l OWNER) Construction Co. Inc. and (hereinafter called CONTRACTOR). W&A #94-093 WATER MAIN in the year J.C. Evans OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK. CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: WATER LINE IMPROVEMENTS The project for which the Work under the Contract Documents may be the whole or only part is generally described as follows: 16" WATER MAIN IMPROVEMENTS IN DENTON TAP ROAD FROM PARKWAY BOULEVARD TO S.H. 121 BYPASS Article 2. ENGINEER. The Project has been designed by Wier & Associates, Inc., but the City Engineer of the City of Coppell who is hereinafter called ENGINEER and who is to act as OWNER'S representative, assumes all duties and responsibilities and has the dghts and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. Article 3. CONTRACT TIME. 3.1. The Work shall be substantially completed within 60 working days from the beginning date indicated in the Notice to Proceed or when the Contract Time commences to run as provided in paragraph 2.3 of the General Conditions, and completed and ready for final payment in accordance with paragraph 14.13 of the General Conditions within 90 working days from the date when the Contract Time commences to run. 3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expense and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER Four Hundred dollars ($400.00) for each working day that expires after the time specified in paragraph 3.1 for each phase of the work when the Work is approved and ready for final payment. Page A-1 of 5 SECTION A - AGREEMENT W&A #94-093 WATER MAIN Article 4. CONTRACT PRICE. 4.1. OWNER shall pay CONTRACTOR for completion of the Work on a Unit Pdce Work Basis in accordance with the Contract Documents in current funds based on the contract quantities and unit pdces stated in the proposal or as modified by change order, the sum of which is $ 263,676.00 Article 5. PAYMENT PROCEDURES. CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 5.1. Progress Payments. OWNER shall make progress payments on account of the Contract Pdce on the basis of CONTRACTOR'S Applications for Payment as recommended by ENGINEER, on or about the fifteenth (1 5th) day of each month dudng construction. All progress payments will be on the basis of the unit pdces stated in the proposal and the completed units of work as determined by ENGINEER minus five percent (5%) retainage to be held by OWNER until final payment but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with paragraph 14.7 of the General Conditions. 5.2. Final Payment. Upon completion and acceptance of the Work in accordance with paragraph 14.13 of the General Conditions, OWNER shall pay the remainder of the Contract Pdce as recommended by ENGINEER as provided in said paragraph 14.13. Article 6. INTEREST. All moneys not paid when due as provided in Article 14 of the General Conditions shall bear interest at the maximum rate allowed by law at the place of the Project. Article 7. CONTRACTOR'S REPRESENTATIONS. In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: 7.1. CONTRACTOR has familiadzed itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. 7.2. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in paragraph 4.2 of the General Conditions, and accepts the determination set forth in paragraph SC-4.2 of the Supplementary Conditions of the extent of the technical data contained in such reports and drawings upon which CONTRACTOR is entitled to rely. 7.3. CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports and studies (in addition to or to supplement those referred to in paragraph 7.2 above) which pertain to the subsurface or physical conditions at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Pdce, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraph 4.2 of the General Conditions; and no additional examinations, investigations, Page A-2 of 5 SECTION A - AGREEMENT W&A fffi4-093 WATER MAIN explorations, tests, reports, studies or similar information or data are or will be required by CONTRACTOR for such purposes. 7.4. CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Pdce, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraph 4.3 of the General Conditions. 7.5. CONTRACTOR has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. 7.6. CONTRACTOR has given ENGINEER wdtten notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the wdtten resolution thereof by ENGINEER is acceptable to CONTRACTOR. Article 8. CONTRACT DOCUMENTS The Contract Documents which compdse the entire agreement between OWNER and CONTRACTOR conceming the Work consist of the following: 8.1. This Agreement (pages I to 5, inclusive). 8.2. Notice of Award. 8.3. CONTRACTOR'S Affidavit Against Prohibited Acts.(pages I to 4, inclusive) 8.4. CO NTRACTOR'S Proposal, Bid Affidavit and Affidavit of Safety Record (pages 1 to 12, inclusive). 8.5. General Conditions (pages I to 32, inclusive). 8.6. Supplementary Conditions (pages 1 to 6, inclusive). 8.7. Division 1 General Requirements (pages 1 to 7, inclusive). 8.8. Division 2 Technical Specifications (pages 1 to 9, inclusive). 8.9. Division SB Geotechnicel Report and Soil Bodngs 8.10. City of Coppell Ordinances 8.11. Specifications beadng the title "Standard Specifications for Public Works Construction" and consisting of divisions 2-8, as listed in the Table of Contents thereof. A set of specifications is not attached to the signed Contract Documents but may be obtained from the North Central Texas Council Of Governments. 8.12. Drawings, consisting of a cover sheet beadng the title "16" Water Main in Denton Tap Road from Parkway Boulevard to S.H. 121 Bypass" and the latest edition of the "City of Coppell Standard Construction Details." A set of drawings and standard details Page A-3 of 5 SECTION A - AGREEMENT W&A #94-093 WATER .MAIN are not attached to the signed Contract Documents but may be obtained from the Engineer. 8.13. Addenda numbers I to I , inclusive. 8.14. Performance and Payment Bonds, identified as Section PB and consisting of 4 pages. 8.15. Maintenance Bond, identified as Section MB and consisting of 2 pages. 8.16. Trench Safety Plans Division TSP shall be prepared and submitted by the Contractor and shall be binding as if a contract document once the trench safety plans are approved by the City. There are no Contract Documents other than those listed above in Article 8. The Contract Documents may only be amended, modified or supplemented as provided in paragraphs 3.4 and 3.5 of the General Conditions. Article 9. MISCELLANEOUS 9.1. Terms used in this Agreement which are defined in Article 1 Conditions will have the meanings indicated in the General Conditions. of the General 9.2. No assignment by a party hereto of any dghts under or interests in the Contract Documents will be binding on another party hereto without the wdtten consent of the party sought to be bound, and specifically but without limitation moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary. in any wdtten consent to an assignment no assignment will release or discharge the ass~gnor from any duty or responsibility under the Contract Documents. 9.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect of all covenants, agreements and obligations contained in the Contract Documents. IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed five copies of this Agreement. Two counterparts each have been delivered to OWNER and CONTRACTOR, and one counterpart has been delivered to ENGINEER. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or by ENGINEER on their behalf. Page A-4 of 5 SECTION A - AGREEMENT This Agreement will be effective on OWNER Address for giving notices CONTRACTOR W&A #94-093 WATER MAIN ,19C1G . J.C./EVAN$ C RUC N CO., INC. ,,B~."~ J~e land/~ "" Attest Address for giving notices P. O. Box 478 Coppell, Texas 75019 3900 Valley View Dr. Irving, Texas 75062 (If OWNER is a public body, attach evidence of authority to sign and resolution or other documents authorizing execution of Agreement.) List name of person to whose attention notices are to be sent: Ruben Gar-za (If CONTRACTOR is a corporation, attach evidence of authority to sign.) Page A-5 of 5 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That Bond #15662961 a United States Fidelity and G, aran~y Cnmp~ny, ~P~q ~nH Aq~nn~=~S, (NameofSuretyCompany) PO Box 2291. Austin. TX 7~76R J.C. Evans Construction Co.. Inc. (Na~ ef Com-a~ ~ Canpany) 3900 Valley View D~ve, I~in~, TX 75062 (Address) Corporation. lnc hereinafter Called Prindpal, and (C,o~x~tja~ip) hereinafter called Surety, are held and firmly bound unto City of Coppe] ] · (Nam~ of Redp~,t) PO Box 478. Coppell. TX 75019 (Recq=enrs Address) heroinafter called OWNER, in the penal sum of Two Hundred Sixt'v-Three Thousand Six Hundred Sevetv-,Six DOLLARS ($ 263.676.001 in lawful money of the United States, for the payment of which sum well and truly to be made we bind ourselves, successors and assigns, jointly and severally, firmly in these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Pdn 'pal entered into a certain contract with the OWNER dated the I ,,q- day of ~ r j] ,19_%, a copy of which is hereto attached and made a part hePeof for the construction of: 16' WATER MAIN IMPROVEMENTS IN DENTON TAP ROAD FROM PARKWAY BOULEVARD TO S.H. 121 BYPASS NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties in all the undertakings, covenants, terms, conditions, and agreements of said contract dudng the odginal term thereof, and any extensions thereof which may be granted by the OWNER, with or without notice to the Surety and during the one year guaranty pedod, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the OWNER from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER may incur in making good any default, then this obligation shall be void, otherwise to remain in full force and effect. PROVIDED FURTHER, that the said Surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to WORK to be performed thereunder or the SPECIFICATIONS accompanying the same shall in any way affect its obligation on this BOND, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the WORK or to the SPECIFICATIONS. PROVIDED FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the dght of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in six one of which sl~all be deemed an original, this the ( ::)- day of .19~(~. A p r tc~unterparts' each ATTES · (SEAL) TT)(',., 3900 Valley View DR ~ddress) 3900 V~lle, v v~w DR I~vi-8. TX 75062 Irving, TX 75062 ATTEST: Ro~e Marie 0NmmmSum~) Boriskie %Pitts and Associates, Inc.. PO'Box 2291, Austin,TX (Ad~m~) 78768 United Staten Comp ny (Sure/) 2291, Austin,TX(A~) 78768 NOTE: Date of BOND must not be pdor to date of Contract If CONTRACTOR is Partnership, all partners should execute BOND. IMPORTANT: Surety companies executing BONDS must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State of Texas. PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: That Bond #15662961 C. Evans Constructin Co., Inc. (Name of C~m-a~or or Company) 3900 Valley View DR, IrvinR, TX 75062 (AcUms~) a Corporation (Corporation/Palnef~ip) United States Fidelity and Guaranty ComDanV (NanmaSum~/Campany)' %Pitts and Associates. Inc.. PO Box 2291. Austin. (Aaclms~) hereina~er called Surety, are held and firmly bound unto hereinafter called Principal, and TX 78768 the City of Coppell, (Name ~ Re~pm~) PO gnx 47R, Cnpp~ll, T~Z 75019 (Recit~enrs Ac~aress) hereinafter called OWNER, in ~e penal sum of Two Hundred Sixty-Three Thousand Six Hundred Seventy-Six Dollars ($ 263,676.00) in lawful money of the United States. for the payment of wt~icn sum well and truly to be made we bind ourselves, successors and assigns, jointly and severally, firmly by these presents. ,19q{;, a copy of which is her. to attached and made a part hereof for the construction of: 16" WATER MAIN IMPROVEMENTS IN DENTON TAP ROAD FROM PARKWAY BOULEVARD TO S.H. 121 BYPASS NOW, THEREFORE, if the Prfncipai shall promptly make payment to all persons, firms, SUB- CONTRACTORS, and corporations furnishing materials for or performing labor in the prosecution of the WORK provided for in such contract, and any authorized extension or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, coal and coke, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such WORK, and all insurance premiums on said WORK, and for all labor, performed in such WORK whether by SUB-CONTRACTOR or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that the said Surety. for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to WORK to be performed thereunder or the SPECIFICATIONS accompanying the same shall in any way affect its obligation on this BOND, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the WORK or to the SPECIFICATIONS. PROVIDED FURTHER, that no final settlement between the OWNER and the CONTRACTOR si~all abddge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in six one of which shall be deemed an original, this the I~- day of ,19q~. /~r I ~ounterparts, each A'I'rEST: (SEAL) (W'dmm~ ~ to Pnnami) 3900 Valley View DR 3900 Valley View DR Irving, TX 75062 Irving, TX 75062 ATTEST: Boriskie PO Box 2291, (A~k~e~)Austin, TX 78768 NOTE: United States F~de]~t,v and Comp ny (Sumy) John gn ( ) PO Box 2291 (A~s~) Austin, TX 78768 Date of BOND must not be prior to date of Contract. If CONTRACTOR is Parmership, atl partners should execute BOND. IMPORTANT: Surety companies executing BONDS must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State of Texas. 1266567 UNITED STATES FIDELITY AND GUARANTY COMPANY POWER OF ATTORNEY NO. 107860 KNOW ALL MENBYTHESEPRESENTS:Tha~UNr~DSTATESFIDEL~TYANDGUARANTYC~M]~ANY~ac~tp~mi~n~g~nizedande~n~ underthelawsoftheSmeofMarylanduudhavingiuuptincipalofficg** theCityofBal~mom, intheStateofMatyland. does hemby~n~tuteandappoint William H. Pitts, Jr., Norman P. Rolling, John W. Wagner, James 0. Schnell and Rose Marie Boriskie of the City of Au s t in , State of Te xa s is mac and lawful Attomey(s)-in-Fact. each in their separate capacity if mote than one is named above, to sip its name as s~m~ to, and to execute, seal and acknowkdge any and all bonds. undefiakings. contracts and other wriUen imXmments in tbe nntu~ thereof on behalf of the Company in its business of guaranteeing the fidelity ofpenons; guaruteeing the performance of contracts; and executing or guaranteeing bonds and u~def~nlting.~ ~quir~d or permitted in any mions or proceedings allowed by law. In Witness Whereof. the said UNITED STATES FIDELITY AND GUARANTY COMPANY has cmsed this instrument to be sealed with its corporate seal, dulYatte'aedbYthesignaturesofitsSeniorVigePmidemandAssislantS~ct~tatY, this 6th dayof August ,A.D. 1993 · UNTTED STATF, S FIDELITY A_ND GUARANTY COMPANY' STATE OF MARYI,AND) ~ A ~stant S~ma~y BALTIMORE CITY ) SS: <.~1~.~.~.~.,)'~"') ~ ' ~ N~Y P~C ~OL~D, ~ ~ connmion mt the ~&li~ and ~y in~ce bmineu oft~ ~uy, ~1 ~n~. u~e~, g~s ~ ot~r ing~nu .i~ing to md b~iness ~ be si~ed, execm~, ~ R~wl~ged by pemm or entities ~inwd u A~m~s~in-Fgt p~t to a Power of AUom~y imed in a~o~uce with the~ g~lmiom. ~d Powers) of ARomey for ud on beef of/e ~y my md s~l be eguted in t~ mud on ~h~fof le ~y, ester ~ t~ ~ or le P~sident, or an ~e~tive Vice P~si&n~ or a ~or Vice Pgside~ or a Vice Pg~&nt or u As~mt Vice Pm~&n~ j~ntly ~c~ or u Assist ~m~. u~er t~ir ~tive &siamions. ~e si~mm of ~ch office~ ~y ~ en~ved, pfim~ or lit~hed. ~e siam of egh of le fo~going offi~n md t~ g~ of le Co~ny ~y ~ ~m~ by ~si~le to ~y Power of At~mq or w ~y ~ni~ ~l~ng thetoo ~infi~ ARomey(s~in-Fgt for pu~ogs o~y ofex~ufi~ ud ~e~ing bonds ud unde~ngs ud ~her ~tin~ obli~ in i~ mm te.of. u& unleu mbg~ently .voked ud ~bjecl ~ uy liaisons gt fo~h theran, any much Power of A~omey or ~ni~ bgmng gh ~si~le si~m~ or ~si~ie ~ ~ binlag upon the Co~uy and uy mch ~wer ~ egcu~d and ceRi~d by ~h ~csi~ie si~ud fgsi~e g~ sh~i ~ v~id ud binlag ~on the Co~ ~i r~.t to uy bo~ or un~a~ng to w~ch it is v~idly ~ghgd. ~OLVED. thm AUonq(s~in-Fgt shall ~ve the power ~ ~thofi~, ~less ~bg~ently mvokgd md, in fly ~, ~ject m ~e ~m ~ l~ons of the Power ofAuomey imed to the~ to uecme and &liver on ~h~f of the Co~uy ud ~ ~h the g~ of the Co~uy to ~y ~ ~1 bo~s ud unde~n~, and other w~s ~li~ in ~e nm~ the~of, md uy ~ch ingment e~cuted by ~ch Atto~e~s~in-Fgt s~l ~ u bi~g u~n t~ Co~y u if sip~ by u ~u~ve Officer ud se~ ~d ~em~ to by the ~c~U~ of the Co~any. Paul D. S ires . ~ A~i~t S~ of~e ~D STA~ FIDE~ AND GU~ COMPA~, do he~by ~fii~ t~ the fo~going is a tree exert ~m ~e Re~lution of the ~d Co~uy M ~p~d by i~ B~ of ~n on September 24, 1~2 Re~lution is in ~[I for~ ~d L the u~em~ed AssiSt ~ of t~ ~D STA~S FID~ ~D ~A~ COMPA~ do be~by ce~ ~ ~e fo~goi~ Power of A~omey is in ~ll fore ~ effect a~ hM nol been revoke. ~ In Te~imo~ ~e~f. 1 have he~nto ~ my ~nd ~d the ~1 ~~~EL~ AND GU~ COMPA~ on ~s ( of ~~ 19~ ,,******** .... ,***~,,,,,,,,,,,,,,,,***,,,,,,, Assi~nt FS 3 (1~92) USF&G INSURANCE IMPORTANT NOTICE To obtain information or make a complaint: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P 0 Box 149104 Austin, Texas 78714-9104 FAX # (512) 475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. PRODUCER INSURED CERTIFICATE OF INSURANCE ,n""'..'::,'.;?.:: IIII.';CI-:RflFI(TA'II:I.%I.~.%tI.I) ~.~ x,t'~l'lI.R(}l-INIORMAilO'~O%I.Y A%I) PITTS, ROLLING, SCHNELL CON~KS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICAT!~ DOES NOT AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY TH~ POLICIES BELOW AND WAGNER P.O. BOX 2291 AUSTIN, TEXAS 78768 COMPANIES AFFORDING COVERAGE COMPANY t~TrEa A St. Paul Guardian Ins. COMPANY U~r~R B St. Paul Guardian Ins. COMPANY J. C. Evans Construction Co., LETTER C st. Paul Guardian Ins. Inc.; etai COMPANY P O Box 9647 t~TT~t D St. Paul Guardian Ins. COMPA/~t' Ausdn TX 78766 LI~TrER E Tills IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEF, N ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY HEQU1REMF_.NT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECt TO WHICH THI$ CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIF..~ DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NUPABER I POLICY EFF. I POLICY EXP. LIMIT$ ,T]~ DATE (MM/DDNY} DATE 0HM/DD/YY) A KK09100198 10/01/95 10/0 GENERAL LIABILITY X COMM. GENERAL LIABILITY OWNER'S & CONTRACT'S PROT AUTOMOBILE LIABILITY KK091001981 10101/95 10/01/96 ANY AUTO ALL OWNED AUTO6 SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS GARAGE L/ABILITY GENERAL AGGREGATE 2(~ PROD-COMP/QP AGG. 1000000 PERS. & ADV. INJURY 1000000 EACH 0CCURIIf, NCE 1000000 FIRE DAMAGE(Om~ iru",) MED. EXP. (0~ P~r) COMBINED SINGLE LIME BODILY INJURY (P~penoo) BODILY INJURY (Peracd&sm PROPERTY DAMAGE C EXCF...q8 LIABILITY KK09100198 10/01195 10/01/96 D ~ WVAgI(~627 10.'01;95 i Ilk. 01 WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY EACH OCCURRENCE 10000000 AGGREGATE X I'~TA FLTORY LIMITS EACH ACCIDDIT 500000 DISEASg-POLICY LIMIT 500000 DISEASE-EACH EMP, 500000 THE CITY OF COPPELL P O BOX 478 COPPELL TX 75019 ACORD 25-,5 DF, SCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS RE: 16' WATER MAIN IN DENTON TAP ROAD FROM: PAffiAY t]OULEVARD TO: S.H. 121 BYPASS *** SEE A'ITACHMENT FOR ADDITIONAL INSURANCE REQUIREMENTS *** CERTIFICAI'E ilOLDER CANCEIA,ATION i!~ii; ~,HOULD ANY 01" THk ABOVE DE,~CRIBED POLICIES BE CANCELLED BEI'X)RE, Tlll:- iiiii~ EXPIRATION DATE THEREOF, THE ISSUING COMPANY WlLL ENDEAVOR TO 2- ~) CERTIFICATE HOLDER SHALL BE ADDITIONAL INSURED ATIMA IN REGARD TO THE COMMERCIAL GENERAL LIABILITY. WAIVER OF SUBROGATION IN FAVOR OF CERTIFICATE HOLDER ON ALL POLICIES. 2- 40 BOARD OF DIRECTORS J. C. EVANS CONSTRUCTION CO., INC. OCTOBER 24, 1995 On the 241h day Construction Co., Inc. present: of October 1995 came to be held a meeting of the Board of J. C. Evans The Chairman of the Board called roll to determine the directors Blake A. Kuhlman Duane B. McGlau~in Gary D. Nauert Ed Wendler Jr. Jim Toungate Brad Hawley Linda M. Beaver Upon motion duly made and seconded, the' following resolution was unanimously adopted: '. Resolved: That the persons whose names are herein below listed by, and each of them hereby is, elected to and declared qualified to occupy the corporate office or offices set forth Opposite their respective names; and that such persons shall occupy such offices until their respective successors shall be duly elected and qualified, unless they shall sooner resign or be removed in accordance with the Bylaws of the corporation: Blake A. Kuhlman, Chief Executive Officer/President Duane B. McG!au~in, Senior Vice President Gary D. Nauert, Senior Vice President Joe E. Bland, Vice President Johnny Odell, Vice President Carl Nelson, Vice President Linda M. Beaver, Secretary There being no further business to discuss, and upon motion made by Blake Kuhlman, and seconded by Duane B. cGI ' , ' ' ed. )~.u~the m hn~um cretan' P.O. Box 9647 · Austin, Texas 78766 · (512) 244-1400 · Fax (512) 244-1900 SECTION PB PERFORMANCE AND PAYMENT BONDS SECTION MB MAINTENANCE BOND SECTION GC GENERAL CONDITIONS STANDARD GENERAL CONDITIONS OF TI4F~ CONSTRUCTION .CONTRACT Prepared by Engineers Joint Contract Documents Committee and Issued and Published Jointly By AM[RICAN SOCIETY Or C~nL [N~NEE:FIS rOuimCO PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE A practice division oft/re NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS AMERICAN CONSULTING ENGINEERS COUNCIL AMERICAN SOCIETY OF CIVIL ENGINEERS CONSTRUCTION SPECIFICATIONS INSTITUTE This document has bccn approved and endorsed by The Associated Contractors of America General, F, JCIX~ No. 1910-8 (1990 Edition) Reprimed ~b'gJ 1990 National Society of Professional Engineers 1420 King Street, Alexandria, VA 22314 American Consulting Engineers Council 1015 15th Street, N.W., Washington, DC 20005 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 or Paragraph Number & Title I. DEFINITIONS ................................... Page Number 13 !. I Addenda ............................. 13 1.2 Agreement ........................... 13 i .3 Application for Payment .............. 13 ! .4 Asbestos ............................. 13 1.5 Bid ................................... 13 1.6 Bidding Documents ................... 13 1.7 Bidding Requirements ................ 13 ! .8 Bonds ................................ 13 1.9 Change Order ........................ 13 I. ! 0 Contract Documents .................. 13 I. 11 Contract Price ........................ 13 1.12 Contract Times ....................... 13 I. ! 3 CONTRACTOR ...................... 13 I. 14 defective ............................. 13 1. ! 5 Drawings ............................. 13 I. 16 Effective Date of the Agreement ...... 13 1.17 ENGINEER .......................... 13 1.18 ENGINEER's Consultant ............. 13 1.19 Field Order ........................... 13 1.20 General Requirements ................ I4 1.21 Hazardous Waste ..................... 14 1.22 Laws and Regulations; Laws or Regulations ........................ 14 1.23 Liens ................................. 14 1.24 Milestone ............................. 14 1.25 Notice of Award ...................... 14 ! .26 Notice to Proceed .................... 14 1.27 OWNER ............................. 14 !.28 Partial Utilization ..................... 14 1.29 PCBs ................................. 14 1.30 Petroleum ............................ 14 I. 31 Project ............................... 14 !.32 Radioactive Material .................. 14 1.33 Resident Project Representative ....... 14 1.34 Samples .............................. 14 1.35 Shop Drawings ....................... 14 1.36 Specifications ......................... 14 1.37 Subcontractor ........................ 14 ! .38 Substantial Completion ............... 14 1.39 Supplementary Conditions ............ 14 ! .40 Supplier .............................. 14 1.41 Underground Facilities ................ 14 !.42 Unit Price Work ...................... 14 1.43 Work ................................. 15 1.44 Work Change Directive ............... 15 1.45 Written Amendment .................. 15 PRELIMINARY MAI'I'ERS ...................... 15 2. I Delivery of Bonds .................... 15 2.2 Copies of Documents ................. 15 2.3 Commencement of Contract Times; Notice to Proceed .................. 15 2.4 Starting the Work ..................... 15 , Article or Paragraph Page Number &Title Number 2.5-2.7 Before Starting Construction; CONTRACTOR's Responsibility to Report: Preliminary Schedules; Delivery of Certificates of Insurance .......................... Preconstruction Conference ........... Initially Acceptable Schedules ......... 15 15 16 2.8 2.9 3. CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE ............................ 16 3. I-3.2 Intent ................................ 16 3.3 Reference to Standards and Specifications of Technical Societies; Reporting and Resolving Discrepancies ...................... 16 3.4 Intent of Certain Terms or Adjectives .. 17 3.5 Amending Contract Documents ....... 17 3.6 Supplementing Contract Documents ... 17 3.7 Reuse of Documents .................. 17 , AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICALCONDITIONS; REFERENCE POINTS. 4.1 4.2 4.2.1 4.2.2 4.2.3 4.2.4 4.2.5 4.2.6 4.3 4.3.1 4.3.2 4.4 4.5 17 Availability of Lands .................. 17 Subsurface and Physical Conditions ... 17 Reports and Drawings ................ 17 Limited Reliance by CONTRACTOR Authorized; Technical Data ......... 18 Notice of Differing Subsurface or Physical Conditions ................. 18 ENGINEER's Review ................ 18 Possible Contract Documents Change . 18 Possible Price and Times Adjustments . 18 Physical Conditions--Underground Facilities ........................... 18 Shown or Indicated ................... 18 Not Shown or Indicated .............. 19 Reference Points ...................... 19 Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material ...... 19 5. BONDS AND INSURANCE ..................... 20 5.1-5.2 5.3 5.4 5.5 5.6 5.7 5.8 5.9 5.10 5.11 Performance, Payment and Other Bonds. 20 Licensed Sureties and Insurers; Certificates of Insurance ............ 20 CONTRACTOR's Liability Insurance . 20 OWNER's Liability Insurance ........ 21 Property Insurance ................... 21 Boiler and Machinery or Additional Property Insurance ................. 21 Notice of Cancellation Provisions ..... 21 CONTRACTOR's Responsibility for Deductible Amounts ................ 22 Other Special Insurance ............... 22 Waiver of Rights ...................... 22 I Article or Paragraph Page Number &Title Number 5.12-5.13 Receipt and Application of Insurance Proceeds ........................... 22 5.14 Acceptance of Bonds and Insurance; Option to Replace ................. 22 5.15 Partial Utilization--Property Insurance .......................... 23 6. CONTRACIDR'S RESPONSIBILITIES .......... 23 6.1-6.2 Supervision and Superintendence ...... 23 6.3-6.5 Labor, Materials and Equipment ...... 23 6.6 Progress Schedule .................... 23 6.7 Substitutes and "Or-Equal" Items; CONTRACTOR's Expense; Substitute Construction Methods or Procedures; ENGINEER's Evaluation .......... 23 6.8-6. I 1 Concerning Subcontractors, Suppliers and Others; Waiver of Rights ....... 24 6.12 Patent Fees and Royalties ............. 25 6.13 Permits ............................... 25 6.14 Laws and Regulations ................ 25 6.15 Taxes ................................ 25 6.16 Use of Premises ...................... 26 6.17 Site Cleanliness ....................... 26 6.18 Safe Structural Loading ............... 26 6.19 Record Documents ................... 26 6.20 Safety and Protection -. ................ 26 6.21 Safety Representative ................. 26 6.22 Hazard Communication Programs ..... 27 6.23 Emergencies .......................... 27 6.24 Shop Drawings and Samples .......... 27 6.25 Submittal Procedures; CONTRACTOR's Review Prior to Shop Drawing or Sample Submittal . 27 6.26 Shop Drawing & Sample Submittals Review by ENGINEER ............ 27 6.27 Responsibility for Variation From Contract Documents ................ 27 6.28 Related Work Performed Prior to ENG1NEER's Review and Approval of Required Submittals ............. 27 6.29 Continuing the Work .................. 28 6.30 CONTRACTOR's Genera/ Warranty and Guarantee ............ 28 6.3 !-6.33 Indemnification ....................... 28 6.34 Survival of Obligations ................ 28 7. OTHER WORK .................................. 29 7.1o7.3 Related Work at Site .................. 29 7.4 Coordination 8. OWNER'S RESPONSIBILITIES ................. 29 8.1 Communications to Contractor ........ 29 8.2 Replacement of ENGINEER .......... 29 8.3 Furnish Data and Pay Promptly When Due ................................ 29 8.4 Lands and Easements; Reports and Tests ............................... 29 8.5 Insurance ............................. 29 Article or Paragraph Number & Title , Page. Number 8.6 Change Orders ....................... 29 8.7 Inspections, Tests and Approvals ...... 29 8.8 Stop or Suspend Work; Terminate CONTRACTOR's Services ......... 29 8.9 Limitations on OWNER's Responsibilities ..................... 30 8.10 Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material ...... 30 8.11 Evidence of Financial Arrangements .. 30 ENGINEER'S STATUS DURING CONSTRUCTION ............................... '30 9. I OWNER's Representative ............ 30 9.2 Visits to Site .......................... 30 9.3 Project Representative ................ 30 9.4 Clarifications and Interpretations ...... 30 9.5 Authorized Variations in Work ........ 30 9.6 Rejecting Defective Work ............. 30 9.7-9.9 Shop Drawings, Change Orders and Payments .......................... 31 9. i 0 Determinations for Unit Prices ........ 31 9. !!-9.12 Decisions on Disputes; ENGINEER as Initial Interpreter ................... 31 9. i 3 Limitations on ENGINEER's Authority and Responsibilities ...... 3 i I0. CHANGES IN THE WORK ..................... 11. 12. !0.1 10.2 10.3 10.4 10.5 CHANGE !1.1-11.3 il.4 11.5 11.6 11.7 11.8 11.9 CHANGE 12.1 12.2 12.3 12.4 32 OWNER Ordered Change ............ 32 Claim for Adjustment ................. 32 Work Not Required by Contract Documents ......................... 32 Change Orders Notification of Surety ................. 32 OF CONTRACT PR1CE .............. 32 Contract Price; Claim for Adjustment; Value of the Work .................. 32 Cost of the Work ..................... 33 Exclusions to Cost of the Work ....... 34 CONTRACTOR's Fee ................ 34 Cost Records ......................... 34 Cash Allowances ..................... 35 Unit Price Work ...................... 35 OF CONTRACT TIMES .............. 35 Claim for Adjustment ................. 35 Time of the Essence .................. 35 Delays Beyond CONTRACTOR's Control ............................ 35 Delays Beyond OWNER's and CONTRACTOR's Control .......... 35 13. TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK .......................................... 36 13. l Notice of Defects ..................... 36 13.2 Access to the Work ................... 36 13.3 Tests and Inspections; Contractor's Cooperation ........................ 36 Article or Paragraph Number & Title 13.4 OWNER's Responsibilities; 13.5 13.6-13.7 13.8-13.9 13.10 13.11 13.12 13.13 13.14 Page Number Independent Testing Laboratory .... 36 CONTRACTOR's Responsibilities ..... 36 CoveringWork Prior to Inspection, Testing or Approval ................ 36 Uncovering Work at ENGINEER's Request ............................ 36 OWNER May Stop the Work ......... 36 Correction or Removal of Defective Work ............................... 37 Correction Period ..................... Acceptance of Defective Work ........ 37 OWNER May Correct Defective Work ............................... 37 14. PAYMENTS TO CONTRACTOR AND COMPLETION ................................. 14.1 14.2 14.3 14.4-14.7 14.8-14.9 14.10 14.11 Schedule of Values .................... Application for Progress Payment ..... CONTRACTOR's Warranty of Title ... Review of Applications for Progress Payments ................. Substantial Completion ............... Partial Utilization ..................... Final Inspection ...................... 37 37 38 38 38 39 39 39 Article or Paragraph Number & Title 15. Page Number 14.12 Final Application for Payment ......... 40 14.13-14.14Final Payment and Acceptance ........ 40 14.15 Waiver of Claims ..................... 40 SUSPENSION OF WORK AND TERMINATION ................................ 40 15.1 OWNER May Suspend Work ......... 40 15.2-15.4 OWNER May Terminate .............. 40 15.5 CONTRACTOR May Stop Work or Terminate .......................... 41 16. DISPUTE RESOLUTION ....................... 41 17. MISCELLANEOUS ............................. 42 17.1 17.2 17.3 17.4 17.5 Giving Notice ........................ 42 Computation of Times ................ 42 Notice of Claim ....................... 42 Cumulative Remedies ................. 42 Professional Fees and Court Costs Included ............................ '42 EXHIBIT GC-A (Optional): Dispute Resolution Agreement (Optional) ..... GC-A i 16.1-16.6 Arbitration .................... GC-A1 16.7 Mediation ..................... GC-A2 INDEX TO GENERAL CONDITIONS Article or Paragraph Namber Acceptance of-- Bonds and Insurance ................................5.14 defective Work ....................... 10.4.1, 13.13, 13.15 final payment .................................9.12, 14.15 insurance ...........................................5.14 other Work, by CONTRACTOR ......................7.3 Substitutes and "Or-Equal" Items ..................6.7. I Work by OWNER ........................ 2.5, 6.30, 6.34 Access to the-- Lands, OWNER and CONTRACTOR responsibilities .....................................4.1 site, related work ....................................7.2 Work ................................... 13.2, 13.14, 14.9 Acts or Omissions--, Acts and Omissions-- CONTRACTOR ............................ 6.9. I, 9.13.3 ENGINEER ................................ 6.20, 9.13.3 OWNER ....................................... 6.20, 8.9 Addenda--de~nition of (also see definition of Specifications) ........... (I.6, !.!0, 6.19) !.! Additional Property insurances .........................5.7 Adjustments Contract Price or Contract Times ......... 1.5, 3.5, 4.1, 4.3.2, 4.5.2, 4.5.3, 9.4, 9.5, 10.240.4, !1, 12, 14.8, 15.1 progress schedule ....................................6.6 Agreement-- definition of ..........................................i .2 All risk Insurance, policy form ........................ 5.6.2 Allowances, Cash ..................................... 11.8 Amending Contract Documents ......................... 3.5 Amendment, Written-- in general .... 1.10, 1.45, 3.5, 5.10, 5.12, 6.6.2, 6.8.2, 6.19, 10.1, 10.4, il.2, 12.1, 13.12.2, 14.7.2 Appeal, OWNER or CONTRACTOR intent to ...................... 9.10, 9.11, 10.4, 16.2, 16.5 Application for Payment-- definition of ..........................................1.3 ENGINEER's Responsibility .........................9.9 final payment .................. 9.13.4, 9.13.5, 14.12-14.15 in general ....................... 2.8, 2.9, 5.6.4, 9.10, 15.5 progress payment ..............................14. I, 14.7 review of ......................................14.4-14.7 Arbitration (Optional) .............................16.1-16.6 Asbestos--- Claims pufsttant thereto .......................4.5.2, 4.5.3 CONTRACTOR authorized to stop Work ........... 4.5.2 definition of ..........................................1.4 OWNER responsibility for .................... 4.5. l, 8.10 possible price and times change ..................... 4.5.2 Authorized Variations in Work ........... 3.6, 6.25, 6.27, 9.5 Availability of Lands ...............................4. I, 8.4 Award, Notice of-defined ............................!.25 Before Starting Construction ........................2.5-2.8 Bid--definition of ......................................1.5 (I.I, !.10, 2.3, 3.3, 4.2.6.4, 6.13, 11.4.3, 11.9.1) Article or Paragraph Number Bidding Documents--definition of ................1.6 (6.8.2) Bidding Requirements--definitions of ...... i.7 (l . I, 4.2.6.2) Bonds-- acceptance of .......................................5.14 additional bonds ......... . .................. 10.5, 11.4.5.9 Cost of the Work .................................. 11.5.4 definition of .......................................... 1.8 delivery of ...................................... 2.1, 5. i final application for payment ................. 14.12-14.14 general ............... 1.10, 5.1-5.3, 5.13, 9.13,10.5, 14.7.6 performance, Payment and Other .................5. i-5.2 Bonds and Insurance--in general .........................5 Builder's risk "all risk" policy form ...................5.6.2 Cancellation Provisions, Insurance ........ 5.4.11., 5.8, 5.15 Cash Allowances ......................................I !.8 Certificate of Substantial Completion ......... 1.38, 6.30.2.3, 14.8, 14.10 Certificates of Inspection ................ 9.13.4, 13.5, 14.12 Certificates of Insurance .. 2.7, 5.3, 5.4.11, 5.4.13, 5.6.5, 5.8, ....................................... 5.14, 9.13.4, 14.12 Change in Contract Price-- Cash Allowances ...................................l 1.8 claim for price adjustment ..... 4. l, 4.2.6, 4.5, 5.15, 6.8.2, 9.4,9.5,9.11, 10.2, 10.5, 11.2, 13.9, 13.13, 13.14, 15.1, 15.5 CONTRACTOR's fee ...............................i 1.6 Cost of the Work general ......................................! i .4-11.7 Exclusions to .......................................! 1.5 Cost Records .......................................! 1.7 in general .............. 1.19, 1.44, 9.11, 10.4.2, 10.4.3, i l Lump Sum Pricing ................................11.3.2 Notification of Surety ...............................10.5 Scope of ............................... , .......10.3-10.4 Testing and Inspection, Uncovering the Work ........ 13.9 Unit Price Work .................................... l i .9 Value of Work ...................................... 11.3 Change in Contract Times-- Claim for times adjustment .... 4.1, 4.2.6, 4.5, 5.15, 6.8.2, 9.4,9.5,9.11, 10.2, 10.5, 12.1, 13.9, 13.13, 13.14, 14.7, 15.1, 15.5 Contractual time limits .............................. 12.2 Delays beyond CONTRACTOR's control ............ 12.3 Delays beyond OWNER's and CONTRACTOR's con- trol ............................................... 12.4 Notification of surety ............................... 10.5 Scope of change ............................... 10.3-10.4 Change Orders-- Acceptance of Defective Work ..................... 13.13 Amending Contract Documents ...................... 3.5 Cash Allowances ................................... ! 1.8 Change of Contract Price ............................. I 1 Change of Contract Times ............................ 12 Changes in the Work .................................. 10 CONTRACTOR's fee ............................... I 1.6 Cost of the Work ............................... 11.4~11.7 Article or Paragraph Number Cost Records .......................................I 1.7 definition of ..........................................1.9 emergencies ........................................6.23 ENGINEER's responsibility ......... 9.8, 10.4, 11.2, 12.1 execution of ........................................10.4 Indemnification ..................... 6.12, 6.16, 6.31, 6.33 Insurance, Bonds and ................... 5.10, 5.13, 10.5 OWNER may terminate ........................ 15.2-15.4 OWNER's Responsibility .......................8.6, 10.4 Physical Conditions-- Subsurface and ......................................4.2 Underground Facilities ...........................4.3.2 Record Documents .................................6.19 Scope of Change ...............................10.3-10.4 Substitutes ...................................6.7.3, 6.8.2 Unit Price Work ....................................!1.9 value of Work, covered by ..........................11.3 Changes in the Work ....................................10 Notification of surety ...............................10.5 OWNER's and CONTRACTOR's responsibilities .... 10.4 Right to an adjustment .............................. 10.2 Scope of change ............................... 10.3-10.4 Claims--- against CONTRACTOR ............................. 6.16 against ENGINEER ................................ 6.32 against OWNER .................................... 6.32 Change of Contract Price ....................... 9.4, I 1.2 Change of Contract Times ...................... 9.4, 12.1 CONTRACTOR's 4, 7.1, 9.4, 9.5, 9.11, 10.2, 11 .2, 11.9, 12.1, 14.8, 15.1, 15.5, 17.3 CONTRACTOR's Fee ..............................! 1.6 CONTRACTOR's liability ............ 5.4, 6.12, 6.16, 6.31 Cost of the Work ..............................I 1.4, 11.5 Decisions on Disputes .........................9.1 I, 9.12 Dispute Resolution ..................................16. ! Dispute Resolution Agreement ..................16.1-16.6 ENGINEER as initial interpretor ....................9.1 ! Lump Sum Pricing ................................! ! .3.2 Notice of ...........................................17.3 OWNER's ........... 9.4, 9.5, 9.11, 10.2, 11.2, ll.9, 12.1, 13.9, 13.13, 13.14, 17.3 OWNER's liability ...................................5.5 OWNER may refuse to make payment .............. 14.7 Professional Fees and Court Costs Included ..........17.5 request for formal decision on .......................9. i 1 Substitute items .................................. 6.7.1.2 Time Extension .....................................12.1 Time requirements ............................ 9.11, 12.1 Unit Price Work .................................. 11.9.3 Value of ............................................I 1.3 Waiver of---on Final Payment ................ 14.14, 14.15 Work Change Directlye ............................. 10.2 written notice required ................... 9.1 I, 11.2, 12.1 Clarifications and Interpretations ............ 3.6.3, 9.4, 9.11 Clean Site ............................................6.17 Codes of Technical Society, Organization or Association ...................................... 3.3.3 Commencement of Contract Times .....................2.3 Communications-- Article or Paragraph Number general .................................... 6.2, 6.9.2, 8.1 Hazard Communication Programs ................... 6.22 Completion-- Final Application for Payment ...................... 14.12 Final Inspection ................................... 14. i I Final Payment and Acceptance ............... 14,13-14.14 Partial Utilization ..................................14.10 Substantial Completion ................... 1.38, 14.8-14.9 Waiver of Claims .................................. 14.15 Computation of Times ......................... 17.2.1-17.2.2 Concerning Subcontractors, Suppliers and Others ............................ 6.8-6.11 Conferences-- initially acceptable schedules .........................2.9 preconstruction ......................................2.8 Conflict, Error, Ambiguity, Discrepancy-- CONTRACTOR to Report ..................... 2.5, 3.3.2 Construction, before starting by CONTRACTOR .... 2.5-2.7 Construction Machinery, Equipment, etc ................ 6.4 Continuing the Work ............................. 6.29, 10.4 Contract Documents--- Amending ........................................... 3.5 Bonds ............................................... 5. I Cash Allowances ................................... I 1.8 Change of Contract Price ............................. I 1 Change of Contract Times ............................ 12 Changes in the Work ........................... 10.4-10.5 check and verify ..................................... 2.5 Clarifications and Interpretations ....... 3.2, 3.6, 9.4, 9.11 definition of ........................................1.10 ENGINEER as initial interpreter of .................9.11 ENGINEER as OWNER's representative ............9.1 general ................................................3 Insurance ............................................5.3 Intent ............................................3.1-3.4 minor variations in the Work .........................3.6 OWNER's responsibility to furnish data ..............8.3 OWNER's responsibility to make prompt payment ....................... 8.3, 14.4, 14.13 precedence ....................................3.1, 3.3.3 Record Documents .................................6.19 Reference to Standards and Specifications of Technical Societies ..............................3.3 Related Work ........................................7.2 Reporting and Resolving Discrepancies ...........2.5, 3.3 Reuse of .............................................3.7 Supplementing .......................................3.6 Termination of ENGINEER's Employment ........... 8.2 Unit Price Work ....................................! 1.9 variations .................................. 3.6, 6.23, 6.27 Visits to Site, ENGINEER's .........................9.2 Contract Price-- adjustment of ................ 3.5, 4.1, 9.4, 10.3, 11.2-11.3 Change of ............................................11 Decision on Disputes ...............................9. ! I definition of ........................................I. ! I Contract Times-- adjustment of ...................... 3.5, 4.1, 9.4, 10.3, 12 Change of ......................................12.1-12.4 Article or Paragraph Number Commencement of ................................... 2.3 definition of ........................................ I. i 2 CONTRACTOR-- Acceptance of Insurance ............................ 5.14 Limited Reliance on Technical Data Authorized ..... 4.2.2 Communications ............................... 6.2, 6.9.2 Continue Work ................................ 6.29, 10.4 coordination and scheduling ......................... 6.9.2 definition of ........................................ 1.13 May Stop Work or Terminate ....................... 15.5 provide site access to others .................... 7.2, 13.2 Safety and Protection ....... 4.3.1.2, 6.16, 6.18, 6.21-6.23, 7.2, 13.2 Shop Drawing and Sample Review Prior to Submittal. 6.25 Stop Work requirements ...........................4.5.2 CONTRACTOR's-- Compensation .................................. ! 1.1-11.2 Continuing Obligation ..............................14. ! 5 Defective Work .......................... 9.6, 13.10-13.14 Duty to correct defective Work .....................13. I1 Duty to Report-- Changes in the Work caused by Emergency .......................................6.23 Defects in Work of Others .........................7.3 Differing conditions ..............................4.2.3 Discrepancy in Documents ........... 2.5, 3.3.2, 6.14.2 Underground Facilities not indicated ..............4.3.2 Emergencies ........................................6.23 Equipment and Machinery Rental, Cost of the Work ................................... 1 ],4.5.3 FeeCost~Plus ..................... i 1,4.5.6, ! i.5. l, 11.6 General Warranty and Guarantee ....................6.30 Hazard Communication Programs ...................6.22 Indemnification ...................... 6.12, 6.16, 6.31-6.33 Inspection of the Work .........................7.3, 13.4, Labor, Materials and Equipment ..................6.3-6.5 Laws and Regulations, Compliance by .............6.14.1 Liability Insurance ...................................5.4 Notice of Intent to Appeal .....................9. 10, 10.4 obligation to perform and complete the Work ........ 6.30 Patent Fees and Royalties, paid for by ............... 6.12 Performance and Other Bonds ........................ 5.1 Permits, obtained and paid for by .................... 6.13 Progress Schedule ..... 2.6, 2.8, 2.9, 6.6, 6.29, 10.4, 15.2.1 Request for formal decision on disputes ............. 9.11 Responsibilities-- Changes in the Work .............................. 10.1 Concerning Subcontractors, Suppliers and Others. 6.8- 6.11 Continuing the Work ........................ 6.29, I0.4 CONTRACTOR's expense ....................... 6.7.1 CONTRACTOR's General Warranty and Guaran- tee ............................................... 6.30 CONTRACTOR's review priorto Shop Drawingor Sam- ple submittal ..................................... 6.25 Coordination of Work .............................. 6.9.2 Emergencies ..................................... 6.23 ENGINEER's evaluation, Substitutes or "Or-Equal" Items .......................... 6.7.3 Article or Paragraph Number For Acts and Omissions of Others ..... 6.9.1-6.9.2, 9.13 for deductible amounts, insurance ..................5.9 general .................................6, 7.2, 7.3, 8.9 Hazardous Communication Programs ............. 6.22 Indemnification .............................. 6.31-6.33 Labor, Materials and Equipment ................ 6.3-6.5 Laws and Regulations ............................ 6.14 Liability Insurance ............. ....................5.4 Notice of variation from Contract Documents ..... 6.27 Patent Fees and Royalties ......................... 6.12 Permits ........................................... 6. i 3 Progress Schedule ................................. 6,6 Record Documents ............................... 6.19 related Work performed prior to ENGINEER's approval of required submittals ................. 6.28 safe structural loading ............................ 6.18 Safety and Protection ................... 6.20, 7.2, 13.2 Safety Representative .............................6.21 Scheduling the Work .............................6.9.2 Shop Drawings and Samples ......................6.24 Shop Drawings and Samples Review by ENGINEER ................................6.26 Site Cleanliness ...................................6.17 Submittal Procedures .............................6.25 Substitute Construction Methods and Procedures ....................................6.7.2 Substitutes and "Or-Equal" Items ................6.7.1 Superintendence ...................................6.2 Supervision ........................................6.1 Survival of Obligations ............................6.34 Taxes ............................................6.15 Tests and Inspections .............................13.5 To Report .........................................2.5 Use of Premises .................... 6.16-6.18, 6.30.2.4 Review Prior to Shop Drawing or Sample Submittal .. 6.25 Right to adjustment for changes in the Work ......... 10.2 right to claim .. 4, 7.1, 9.4, 9.5, 9.11, 10.2, 11.2, 11.9, 12.1, 13.9, 14.8, 15.1, 15.5, 17.3 Safety and Protection ................. 6.20-6.22, 7.2, 13.2 Safety Representative ...............................6.21 Shop Drawings and Samples Submittals .........6.24-6.28 Special Consultants ...............................! 1.4.4 Substitute Construction Methods and Procedures ..... 6.7 Substitutes and "Or-Equal" Items, Expense .. 6.7.1,6.7.2 Subcontractors, Suppliers and Others ............ 6.8-6. I 1 Supervision and Superintendence ........... 6. !, 6.2, 6.21 Taxes, Payment by ..................................6.15 Use of Premises ................................ 6.16-6.18 Warranties and guarantees ...................... 6.30, 6.5 Warranty of Title ...................................14.3 Written Notice Required-- CONTRACTOR stop Work or terminate ........... 15.5 Reports of Differing Subsurface and Physical Condi- tions ............................................. 4.2.3 Substantial Completion ........................... 14.8 CONTRACTORS---other ................................. 7 Contractual Liability Insurance ...................... 5.4. l0 Contractual Time Limits .............................. 12.2 Coordination 6 Article or Paragraph Nu,tber CONTRACTOR's responsibility .................... 6.9.2 Copies of Documents .................................. 2.2 Correction Period .................................... 13.12 Correction, Removal or Acceptance of Defective Work in general ............................. 10.4.1, 13.10-13.14 Acceptance of Defective Work ..................... 13.13 Correction or Removal of Defective Work ..... 6.30, 13.11 Correction Period .................................. 13.12 OWNER May Correct Defective Work ............. 13.14 OWNER May Stop Work .......................... 13. l0 Cost-- of Tests and Inspections ............................. 13.4 Records ............................................ ! 1.7 Cost of the Work-- Bonds and insurance, additional ................. I 1.4.5.9 Cash Discounts ................................... I 1.4.2 CONTRACTOR's Fee .............................. i !.6 Employee Expenses ............................. ! 1.4.5.1 Exclusions to ....................................... 11.5 General ........................................ 1 i .4-1 !.5 Home office and overhead expenses ................. ! 1.5 Losses and damages ............................. I 1.4.5.6 Materials and equipment .......................... ! 1.4.2 Minor expenses ................................. I 1.4.5.8 Payroll costs on changes .......................... I 1.4.1 performed by Subcontractors ...................... !1.4.3 Records ............................................ 11.7 Rentals of construction equipment and machinery. 11.4.5.3 Royalty payments, permits and license fees ...... 11.4.5.5 Site office and temporary facilities ............... I 1.4.5.2 Special Consultants, CONTRACTOR's ............ 11.4.4 Supplemental ..................................... I 1.4.5 Taxes related to the Work ....................... 11.4.5.4 Tests and Inspection ................................ 13.4 Trade Discounts .................................. 1 !.4.2 Utilities, fuel and sanitary facilities ............... 11.4.5.7 Work after regular hours .......................... ! 1.4. I Covering Work ................................... 13.6-13.7 Cumulative Remedies ............................ 17.4-17.5 Cutting, fitting and patching ............................ 7.2 Data, to be furnished by OWNER ...................... 8.3 Day--definition of ................................... 17.2~2 Decisions on Disputes .................... . ...... 9.1 l, 9.12 defective-definition of ................................ 1.14 defective Work-- Acceptance of .............................. 10.4.1, 13.13 Correction or Removal of ................... 10.4.1, 13.11 Correction Period .................................. 13.12 in general ................................. 13, 14.7, 14.1 1 Observation by ENGINEER ......................... 9.2 OWNER May Stop Work .......................... 13.10 Prompt Notice of Defects ........................... i 3. i Rejecting ............................................ 9.6 Uncovering the Work ............................... 13.8 Definitions ............................................... ! Delays ................................. 4.1, 6.29, 12.3-12.4 Delivery of Bonds ......................................2.1 Delivery of certificates of insurance .....................2.7 Artit'le or Paragraph Nttmber Determinations for Unit Prices ........................ 9. l0 Differing Subsurface or Physical Conditions Notice of .......................................... 4.2.3 ENGINEER's Review ............................. 4.2.4 Possible Contract Documents Change ............... 4.2.5 Possible Price and Times Adjustments .............. 4.2.6 Discrepancies-Reporting and Resolving .... 2.5, 3.3.2, 6.14.2 Dispute Resolution-- Agreement ..................................... 16. i-16.6 Arbitration ..................................... 16.1-16.5 general ............................................... 16 Mediation .......................................... 16.6 Dispute Resolution Agreement .................... 16.1-16.6 Disputes, Decisions by ENGlNEER .............. 9. ! I -9.12 Documents-- Copies of ............................................ 2.2 Record ............................................. 6. ! 9 Reuse of ............................................. 3.7 Drawings-definition of ............................... I. 15 Easements ............................................. 4.1 Effective date of Agreement--definition of .............1.16 Emergencies .......................................... 6.23 ENGINEER-- as initial interpreter on disputes ................. 9.1 !-9.12 definition of ........................................ 1.17 Limitations on authority and responsibilities .................................9.13 Replacement of ...................................... 8.2 Resident Project Representative ...................... 9.3 ENGINEER's Consultant-definition of ............... 1.18 ENGINEER's-- authority and responsibility, limitations on ...........9.13 Authorized Variations in the Work .................... 9.5 Change Orders, responsibility for .......... 9.7, 10, I 1, 12 Clarifications and Interpretations ............... 3.6.3, 9.4 Decisions on Disputes .......................... 9.1 I-9.12 defective Work, notice of ........................... 13.1 Evaluation of Substitute Items ...................... 6.7.3 Liability ....................................... 6.32, 9.12 Notice Work is Acceptable ......................... 14.13 Observations ................................. 6.30.2, 9.2 OWNER's Representative ........................... 9. I Payments to the CONTRACTOR, Responsibility for .............................. 9.9, 14 Recommendation of Payment ................. 14.4, 14.13 Responsibilities--- Limitations on ............................... 9.11-9.13 Review of Reports on Differing Subsurface and Physical Conditions .......................... 4.2.4 Shop Drawings and Samples, review responsibility ..................................... 6.26 Status During Construction-- authorized variations in the Work .................. 9.5 Clarifications and Interpretations ................... 9.4 Decisions on Disputes ........................ 9.1 I-9.12 Determinations on Unit Price ..................... 9.10 ENGINEER as Initial Interpreter ............. 9.1 !-9.12 ENGI N EER's Responsibilities ................ 9. ! -9.12 Article or Paragraph Number Limitations on ENGINEER's Authority and Responsibilities ............... ; ................... 9.13 OWNER's Representative ......................... 9. I Project Representative ............................. 9.3 Rejecting Defective Work .......................... 9.6 Shop Drawings, Change Orders and Payments .................................... 9.7-9.9 Visits to Site ...................................... 9.2 Unit Price Determinations ........................... 9.10 Visits to Site ......................................... 9.2 Written consent required ......................... 7.2, 9.1 Equipment, Labor, Materials and ................... 6.3-6.5 Equipment rental, Cost of the Work ................ I i .4.5.3 Equivalent Materials and Equipment .................... 6.7 Errors or omissions ................................... 6,33 Evidence of Financial Arrangements ................... 8. I i Explorations of physical conditions ................... 4.2. I Fee, CONTRACTOR's--Costs-Plus ................... I 1.6 Field Order-- definition of ........................................ 1.19 issued by ENGINEER ......................... 3.6.1, 9.5 Final Application for Payment ........................ 14.12 Final Inspection ...................................... 14. i I Final Payment-- and Acceptance .............................. 14.13~14.14 Prior to, for cash allowances ........................ ! 1.8 General Provisions ............................... 17.3-17.4 General Requirements-- defintion of ......................................... 1.20 principal references to .............. 2.6, 6.4, 6.6-6.7, 6.24 Giving Notice .........................................17. I Guarantee of Work--by CONTRACTOR .............................. 6.30, 14.12 Hazard Communication Programs .....................6.22 Hazardous Waste-- definition of ........................................1.21 general ..............................................4.5 OWNER's responsibility for ........................8.10 Indemnification ........................ 6.12, 6.16, 6.31-6.33 Initially Acceptable Schedules ..........................2.9 Inspection-- Certificates of ......................... 9.13.4, 13.5, 14.12 Final ..............................................14.11 Special, required by ENGINEER ....................9.6 Tests and Approval ........................ 8.7, 13.3-13.4 Insurance-- Acceptance of, by OWNER ......................... 5.14 Additional, required by changes in the Work .................................l l .4.5.9 Before starting the Work .............................2.7 Bonds and--in general .................................5 Cancellation Provisions ..............................5.8 Certificates of .. 2.7, 5, 5.3, 5.4.11, 5.4.13, 5.6.5, 5.8, 5.14, 9.13.4~ 14.12 completed operations .............................. 5.4.13 CONTRACTOR's Liability ........................... 5.4 CONTRACTOR's objection to coverage ............. 5, 14 Contractual Liability .............................. 5.4, I0 Article or Paragraph Number deductible amounts, CONTRACTOR's responsibility .................................... 5.9 Final Application for Payment ...................... 14.12 Licensed Insurers .................................... 5.3 Notice requirements, material changes .................................. 5.8, 10.50 Option to Replace .................................. 5.14 other special insurances ............................. 5.10 OWNER as fiduciary for insureds .............. 5.12-5.13 OWNER's Liability .................................. 5.5 OWNER's Responsibility ............................ 8.5 Partial Utilization, Property Insurance ............... 5.15 Property ........................................ 5.6-5.10 Receipt and Application of Insurance Proceeds .. 5.12-5.13 Special Insurance ................................... 5. l0 Waiver of Rights .................................... 5.1 ! Intent of Contract Documents ....................... 3.1-3.4 Interpretations and Clarifications ................. 3.6.3, 9.4 Investigations of physical conditions .................... 4.2 Labor, Materials and Equipment .................... 6.3-6.5 Lands-- and Easements ...................................... 8.4 Availability of ................................... 4.1, 8,4 Reports & Tests ..................................... 8.4 Laws and Regulations--Laws or Regulations-- Bonds ........................................... 5. i-5.2 Changes in the Work ................................ 10.4 Contract Documents ................................. 3.1 CONTRACTOR's Responsibilities ................... 6.14 Correction Period, defective' Work .................. 13.I2 Cost of the Work, taxes ......................... I 1.4.5.4 definition of ........................................ 1.22 general ............................................. 6. 14 Indemnification ................................ 6.31-6.33 insurance ............................................ 5.3 Precedence .................................... 3. I, 3.3.3 Reference to ......... .............................. 3.3. I Safety and Protection .......................... 6.20, 13.2 Subcontractors, Suppliers and Others ............ 6.8-6. I ! Tests and Inspections ............................... 13.5 Use of Premises .................................... 6,16 Visits to Site ......................................... 9.2 Liability lnsurance-- CONTRACTOR's .................................... 5.4 OWNER's ........................................... 5.5 Licensed Sureties and insurers ......................... 5.3 Licns-- Application for Progress Payment ................... 14.2 Contractor' s Warranty of Title ....................... 14.3 Final Application for Payment ...................... 14.12 definition of ........................................ 1.23 Waiver of Claims .................................. 14.15 Limitations on ENGINEER's authority and responsibilities ..................................... 9.13 Limited Reliance by CONTRACTOR Authorized ...... 4.2.2 Maintenance and Operating Manuals-- Final Application for Payment ...................... 14.12 Manuals (of others)--- Precedence ....................................... 3.3.3. I Article or Paragraph Number Reference to in Contract Documents ................ 3.3. I Materials and equipment-- furnished by CONTRACTOR ........................ 6.3 not incorporated in Work ............................ 14.2 Materials or equipment--equivalent ..................... 6.7 Mediation (Optional) .................................. 16.7 Milestones--definition of .............................. !.24 Miscellaneous-- Computation of Times .............................. 17.2 Cumulative Remedies ............................... 17.4 Giving Notice ....................................... 17.1 Notice of Claim ..................................... 17.3 Professional Fees and Coun Costs Included .......... 17.5 Multi-prime contracts .................................... 7 Not Shown or Indicated .............................. 4.3.2 Notice of-- Acceptability of Project ............................ 14.13 Award, definition of ................................. I.~ Claim .............................................. 17.3 Defects ............................................. 13.1 Differing Subsurface or Physical Conditions .......... 4.2.3 Giving .............................................. 17.1 Tests and Inspections ............................... 13.3 Variation, Shop Drawing and Sample ................ 6.27 Notice to Proceed-- definition of ........................................ 1.26 giving of ............................................. 2.3 Notification to Surety ................................. 10.5 Observations, by ENGINEER .................... 6.30, 9.2 Occupancy of the Work ................ 5.15, 6.30.2.4. 14.10 Omissions or acts by CONTRACTOR ............. 6.9, 9.13 "Open peril" policy form, Insurance ...................5.6.2 Option to Replace .....................................5.14 "Or Equal" Items ......................................6.7 Other work ..............................................7 Overtime Work--prohibition of .........................6.3 OWNER-- Acceptance of defective Work ......................13.13 appoint an ENGINEER ...............................8~2 as fiduciary ....................................5.12-5.13 Availability of Lands, responsibility ...................4.1 definition of ........................................! .27 data, furnish .........................................8.3 May Correct Defective Work .......................13.14 May refuse to make payment ........................14.7 May Stop the Work ................................13.10 may suspend work, terminate ....................... 8.8, 13.10, 15.1-15.4 Payment, make prompt ................... 8.3, 14.4, 14.13 performance of other Work ...........................7. i permits and licenses, requirements ..................6.13 purchased insurance requirements ...............5.6-5. l0 OWNER's-- Acceptance of the Work .........................6.30.2.5 Change Orders, obligation to execute ....................................8.6, 10.4 Communications .....................................8. ! Coordination of the Work ............................7.4 Disputes, request for decision .......................9. I I Article or Paragraph Number Inspections, tests and approvals .................8.7, 13.4 Liability Insurance ...................................5.5 Notice of Defects ...................................13.1 Representative--During Construction, ENGINEER's Status ............................ 9. I Responsibilities-- Asbestos, PCB's, Petroleum, Hazardous Waste on Radioactive Material .................. 8.10 Change Orders ....................................8.6 Changes in the Work ..............................10.1 communications ...................................8.1 CONTRACTOR's responsibilities .................. 8.9 evidence of financial arrangements ................8. ! I inspections, tests and approvals ....................8.7 Insurance .........................................8.5 lands and easements ...............................8.4 prompt payment by ................................8.3 replacement of ENGINEER ....................... 8.2 reports and tests ...................................8.4 stop or suspend Work .................. 8.8, 13.10, 15.1 terminate CONTRACIDR's services .......... 8.8, 15.2 separate representative at site ........................9.3 independent testing .................................13.4 use or occupancy of the Work .................................... 5.15, 14.10 written consent or approval required ............................... 9.1, 6.3, ! 1.4 written notice required .......... 7.1, 9.4, 9.11, il.2, !1.9, 14.7, 15.4 PCBs-- definition of ............................. . .......... 1.29 general ..............................................4.5 OWNER's responsibility for ........................ 8.10 Partial Utilization-- definition of ........................................!.28 general ................................... 6.30.2.4, 14.10 Property Insurance .................................5.15 Patent Fees and Royalties .............................6.12 Payment Bonds ..................................... 5.1-5.2 Payments, Recommendation of ............. 14.4-14.7, 14.13 Payments to CONTRACTOR and Completion-- Application for Progress Payments .................. 14.2 CONTRACTOR's Warranty of Title ................. 14.3 Final Application for Payment ...................... 14.12 Final Inspection ................................... 14.11 Final Payment and Acceptance ............... 14.13-14.14 general ........................................... 8.3, 14 Partial Utilization .................................. 14.10 Retainage ........................................... 14.2 Review of Applications for Progress Payments .................................. 14.4-14.7 prompt payment ..................................... 8.3 Schedule of Values .......................... ~ .......14. ! Substantial Completion ......................... I4.8-14.9 Waiver of Claims .................................. 14.15 when payments due .......................... 14.4, 14.13 withholding payment ................................ 14.7 Performance Bonds ................................. 5. !-5.2 Permits ...............................................6.13 rll V r Article or Paragraph Number Petrolcub definition of ........................................1.30 general ..............................................4.5 OWNER's responsibility for ........................8.10 Physical Conditions-- Drawings of, in or relating to .....................4.2.1.2 ENGINEER's review .............................. 4.2.4 existing structures ..................................4.2.2 general ...........................................4.2.1.2 Subsurface and .......................................4.2 Underground Facilities ...............................4.3 Possible Contract Documents Change ...............4.2.5 Possible Price and Times Adjustments ..............4.2.6 Reports and Drawings ..............................4.2. I Notice of Differing Subsurface or, ..................4.2.3 Subsurface and ......................................4.2 Subsurface Conditions ............................4.2. i. 1 Technical Data, Limited Reliance by CONTRACTOR Authorized ....................4.2.2 Underground Facilities-- general ..........................................4.3 Not Shown or Indicated .......................4.3.2 Protection of ...............................4.3, 6.20 Shown or Indicated ............................4.3.1 Technical Data .....................................4.2.2 Preconstruction Conference ............................2.8 Preliminary Matters ......................................2 Preliminary Schedules ..................................2.6 Premises, Use of .................................6.166.18 Price, Change of Contract ...............................I I Price, Contract---definition of ..........................I. 1 I Progress Payment, Applications for ....................14.2 Progress payment--retainage ..........................14.2 Progress schedule, CONTRACTOR's ..... 2.6, 2.8, 2.9, 6.6, 6.29, 10.4, 15.2.1 Project--definition of ..................................! 31 Project Representative-- ENGINEER's Status During Construction ............ 9.3 Project Representative, Resident · --definition of ...................................... 1.33 prompt payment by OWNER .......... ' ................. 8.3 Property Insurance Additional ...........................................5.7 general ..........................................5.6-5. ! 0 Partial Utilization ........................... 5.15, 14.10.2 receipt and application of proceeds ..................................5. ! 2-5.13 Protection, Safety and ....................... 6.20-6.21, 13.2 Punch list ............................................14.11 Radioactive Material-- definition ...........................................1.32 general ..............................................4.5 OWNER's responsibility for ........................8.10 Recommendation of Payment .............. 14.4, 14.5, 14.13 Record Documents ............................. 6.19, 14.12 Records, procedures for maintaining ....................2.8 Reference Points .......................................4.4 Reference to Standards and Specifications of Technical Societies ................................ 33 Article or Paragraph Number Regulations, Laws and (or) ............................6.14 Rejecting Defective Work ...............................9.6 Related Work-- at Site ...........................................7.1-7.3 Performed prior to Shop Drawings and Samples submittals review ..................6.28 Remedies, cumulative ............................17.4, 17.5 Removal or Correction of Defective Work ....................................13.1 i rental agreements, OWNER approval required ......................................i 1.4.5.3 replacement of ENGINEER, by OWNER .............. 8.2 Reporting and Resolving Discrepancies .... 2.5, 3.3.2, 6.14.2 Reports-- and Drawings ......................................4.2.1 and Tests, OWNER's responsibility ..................8.4 Resident Project Representative-- definition of ........................................1.33 provision for .........................................9.3 Resident Superintendent, CONTRACTOR's .............6.2 Responsibilities-- CONTRACTOR's-in general ...........................6 ENGINEER's-in general ...............................9 Limitations on ....................................9.13 OWNER's-in general ..................................8 Retainage .............................................14.2 Reusc of Documents ...................................3.7 Review by CONTRACTOR: Shop Drawings and Samples Prior to Submittal ......................6.25 Review of Applications for Progress Payments ...................................... 14.4-14.7 Right to an adjustment ................................10.2 Rights of Way ..........................................4. I Royalties, Patent Fees and .............................6.12 Safe Structural Loading ...............................6.18 Safety-- and Protection ....... 4.3.2, 6.16, 6.18, 6.20-6.21, 7.2, 13.2 general ........................................6.20-6.23 Representative, CONTRACTOR's ................... 6.21 Samples-- definition of ........................................ ! .34 general ........................................ 6.24-6.28 Review by CONTRAC'I~R ......................... 6.25 Review by ENGINEER ....................... 6.26, 6.27 related Work ........................................ 6.28 submittal of ....................................... 6.24.2 submittal procedures ................................ 6.25 Schedule of progress ..... 2.6, 2.8-2.9, 6.6, 6.29, 10.4, 15.2.1 Schedule of Shop Drawing and Sample Submittals ....................... 2.6, 2.8-2.9, 6.24-6.28 Schedule of Values ........................ 2.6, 2.8-2.9, 14.1 Schedules-- Adherence to .....................................15.2. $ Adjusting ............................................6.6 Change of Contract Times ..........................10.4 Initially Acceptable ...............................2.8-2.9 Preliminary ..........................................2.6 Scope of Changes ..............................10.3-10.4 Subsurface Conditions ..............................4.2. I. I 10 ~r$' r ' Article or Paragraph Number Shop Drawings-- and Samples, general ........................... 6.24-6.28 Change Orders & Applications for Payments, and ............................... 9.7-9.9 definition of ........................................1.35 ENGINEER's approval of ......................... 3.6.2 ENGINEER's responsibility for review ............................... 9.7, 6.24-6.28 related Work ........................................ 6.28 review procedures ......................... 2.8, 6.24-6.28 submiual required ................................. 6.24.1 Submittal Procedures ............................... 6.25 use to approve substitutions ........................ 6.7.3 Shown or Indicated ...................................4.3. ! Site Access ....................................... 7.2, 13.2 Site Cleanliness .......................................6.17 Site, Visits to'- by ENGINEER ................................ 9.2, 13.2 by others ........................................... 13.2 "Special causes of loss" policy form, insurance .......5.6.2 Specifications-- definition of ........................................!.36 of Technical Societies, reference to .................3.3. ! precedence ........................................ 3.3.3 Standards and Specifications of Technical Societies .......................................... 3.3 Starting Construction, Before ....................... 2.5-2.8 Starting the Work ......................................2.4 Stop or Suspend Work-- by CONTRACTOR ................................. 15.5 by OWNER ............................. 8.8, 13.10, 15.1 Storage of materials and equipment .................4. I, 7.2 Structural Loading, Safety .............................6.18 Subcontractor-- Concerning ......................................6.8.6.11 definition of ........................................!.37 delays ..............................................12.3 waiver of fights .....................................6. I i Subcontractors--in general ........................6.8-6. ! 1 Subcontracts-required provisions ........ 5. I I, 6. I I, I 1.4.3 Submittals--- Applications for Payment ...........................14.2 Maintenance and Operation Manuals ...............14.12 Procedures .........................................6.25 Progress Schedules ..............................2.6, 2.9 Samples ....................................... 6.24-6.28 Schedule of Values .............................2.6, 14.1 Schedule of Shop Drawings and Samples Submissions .................... 2.6, 2.8-2.9 Shop Drawings ................................. 6.24-6.28 Substantial Completion-- certification of ........................ 6.30.2.3, 14.8-14.9 definition of ........................................1.38 Substitute Construction Methods or Procedures ....... 6.7.2 Substitutes and "Or Equal" Items ...................... 6.7 CONTRACTOR's Expense ....................... 6.7.1.3 ENGINEER's Evaluation .......................... 6.7.3 "Or-Equal" . ....................................... 6.7. I Substitute Construction Methods of Procedures ..... 6.7.2 Article or Paragraph Number Substitute Items .................................. 6.7. 1.2 Subsurface and Physical Conditions-- Drawings of, in or relating to ..................... 4.2.1.2 ENGINEER's Review ............................. 4.2.4 general .............................................. 4.2 Limited Reliance by CONTRACTOR Authorized .................................... 4.2.2 Notice of Differing Subsurface or Physical Conditions ................................ 4.2.3 Physical Conditions ................................. 4.2. 1.2 Possible Contract Documents Change ................. 4.2.5 Possible Price and Times Adjustments ................ 4.2.6 Reports and Drawings ................................ 4.2.1 Subsurface and ...................................... 4.2 Subsurface Conditions at the Site ................. 4.2. i. I Technical Data ..................................... 4.2.2 Supervision-- CONTRACTOR's responsibility ...................... 6. I OWNER shall not supervise ......................... 8.9 ENGINEER shall not supervise ............... 9.2, 9.13.2 Superintendence ....................................... 6.2 Superintendent, CONTRACTOR's resident ........... 6.2 Supplemental costs .................................. I i .4.5 Supplementary Conditions-- definition of ........................................ 1.39 principal reference to .... 1.10, 1.18, 2.2, 2.7, 4.2, 4.3, 5.1, 5.3, 5.4, 5.6-5.9, 5.11, 6.8, 6.13, 7.4, 8.11, 9.3, 9.10 Supplementing Contract Documents ....................3.6 Supplier-- definition of ........................................!.40 principal references to .................. 3.7, 6.5, 6.8-6.1 i, 6.20, 6.24, 9.13, 14.12 Waiver of Rights ....................................6. ! 1 Surety-- consent to final payment .....................14.12, 14.14 ENGINEER has no duty to .........................9.13 Notification of ........................... 10.1, 10.5, 15.2 qualification of ...................................5.1-5.3 Survival of Obligations ................................6.34 Suspend Work, OWNER May .................. 13. 10, 15.1 Suspension of Work and Termination--. .................15 CONTRACTOR May Stop Work or Terminate ........................................ 15.5 OWNER May Suspend Work ....................... 15.1 OWNER May Terminate ....................... 15.2-15.4 Taxes-Payment by CONTRACTOR .................... 6.15 Technical Data-- Limited Reliance by CONTRACTOR ............... 4.2.2 Possible Price and Times Adjustments .............. 4.2.6 Reports of Differing Subsurface and Physical Conditions .............................. 4.2.3 Temporary construction facilities ........................4.1 Termination-- by CONTRACTOR ................................. 15.5 by OWNER ............................... 8.8, 15.1-15.4 of ENGINEER's employment ........................ 8.2 -Suspension of Work-in general ........................15 Terms and Adjectives ..................................3.4 Tests and Inspections-- II Article or Paragraph Nt,nber Access to the Work, by others ...................... 13.2 CONTRACTOR's responsibilities .................... 13.5 cost of .............................................. 13.4 covering Work prior to ......................... 13.6-13.7 Laws and Regulations (or) .......................... 13.5 Notice of Defects ................................... 13.1 OWNER May Stop Work .......................... 13.10 OWNER's independent testing ...................... 13.4 special, required by ENGINEER ..................... 9.6 timely notice required ............................... 13.4 Uncovering the Work, at ENG1NEER's request .................................... 13.8-13.9 Times-- Adjusting ............................................ 6.6 Change of Contract ................................... 12 Adjusting ............................................ 6.6 Computation of ..................................... 17.2 Contract Times--definition of ....................... !.12 day ................................................ 17.72 Milestones ........................................... 12 Requirements-- appeals ..........................................16 clarifications, claims and disputes ............................. 9.11, 11.2, 12 commencement of contract times ................... 2.3 preconstruction conference ......................... 2.8 schedules ................................. 2.6, 2.9, 6.6 starting the Work .................................. 2.4 Title, Warranty of ..................................... 14.3 Uncovering Work ................................ i 3.8-13.9 Underground Facilities, Physical Conditions-- definition of ........................................ i.41 Not Shown or Indicated ............................ 4.3.2 protection of ................................... 4.3, 6.20 Shown or Indicated ................................ 4.3. I Unit Price Work-- claims ............................................ ! ! .9.3 definition of ........................................ 1.42 general .................................. !l.9, 14.1, 14.5 Unit Prices-- general ........................................... i 1.3. ! Determination for ................................... 9.10 Use of Premises ........................ 6.16, 6.18, 6.30.2.4 Utility owners ...................... 6.13, 6.20, 7.1-7.3, 13.2 Article or Paragraph Number Utilization, Partial ............... 1.28, 5.15, 6.30, 2.4, 14.10 Value of the Work .....................................11.3 Values, Schedule of ....................... 2.6, 2.8-2.9, 14.1 Variations in Work--Minor Authorized ................................ 6.25, 6.27, 9.5 Visits of Site--by ENGINEER .........................9.2 Waiver of Claims-on Final Payment ...........................................14.15 Waiver of Rights by insured parties ...............5.1 I, 6. ! I Warranty and Guarantee, General--by CONTRACTOR .................................... 6.30 Warranty of Title, CONTRACTOR's ................... 14.3 Work-- Access to ........................................... 13.2 by others .............................................. 7 Changes in the ....................................... 10 Continuing the ...................................... 6.29 CONTRACTOR May Stop Work or Terminate ................................... 15.5 Coordination of ...................................... 7.4 Cost of the ..................................... I 1.4-1 i.5 definition of ........................................ 1.43 neglected by CONTRACTOR ...................... ! 3.14 other Work ............................................ 7 OWNER May Stop Work .......................... 13.10 OWNER May Suspend Work ................. 13.10, 15.1 Related, Work at Site ............................. 7.1~7.3 Starting the .......................................... 2.4 Stopping by CONTRACTOR ........................ 15.5 Stopping by OWNER .......................... 15.1-15.4 Variation and deviation authorized, minor ........................................... 3.6 Work Change Directlye-- claims pursuant to .................................. 10.2 definition of ........................................ 1.44 principal references to .................... 3.5.3, 10.1-10.2 Written Amendment-- definition of ........................................ !.45 principal references to ... 1.10, 3.5, 5.10, 5.12, 6.6.2, 6.8.2, 6.19, 10.1, 10.4, i!.2, 12.1, 13.12.2, 14.7.2 Written Clarifications and Interpretations ...........................3.6.3, 9.4, 9.11 Written Notice Required-- by CONTRACTOR ........ 7.1, 9.10-9.11, 10.4, 11.2, 12.1 by OWNER .................... 9.10-9.11, 10.4, !1.2, 13.14 12 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 plural thereof: I.I. Addenda--Written or graphic instruments issued prior to the opening of Bids which clarify, correct or change the Bidding Requirements or the Contract Documents. 1.2. Agreement--The written contract between OWNER and CONTRACTOR covering the Work to be performed; other Contract Documents are attached to the Agreement and made a pan thereof as provided therein. 1.3. Application for Payment--The form accepted by EN- GINEER which is to be used by CONTRACTOR in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 1.4. Asbestos--Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 1.5. Bid--The offer or proposal of the bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 1.6. Bidding Documents--The advertisement or invitation to Bid, instructions to bidders, the Bid form, and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). !.7. Bidding Requirements--The advertisement or invita- tion to Bid, instructions to bidders, and the Bid form. 1.8. Bonds--Performance and Payment bonds and other instruments of security. ! .9. Change Order--A document recommended by ENGI- NEER, which is signed by CONTRACTOR and OWNER and authorizes an addition, deletion or revision in the Work, or an adjustment in the Contract Price or the Contract Times, issued on or after the Effective Date of the Agreement. i.10. Contract Documents--The Agreement, Addenda (which pertain to the Contract Documents), CONTRACTOR's Bid (including documentation accompanying the Bid and any post Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement, the Notice to Proceed, the Bonds, these General Conditions, the Supplementary Conditions, the Specifications and the Draw- ings as the same are more specifically identified in the Agree- ment, together with all Written Amendments, Change Orders, Work Change Directives, Field Orders and ENGINEER's written interpretations and clarifications issued pursuant to paragraphs 3.5, 3.6.1, and 3.6.3 on or after the Effective Date of the Agreement. Shop Drawing submittals approved pursu- ant to paragraphs 6.26 and 6.27 and the reports and drawings referred to in paragraphs 4.2.1.1 and 4.2.2.2 are not Contract Documents. 1. I 1. Contract Price--The moneys payable by OWNER to CONTRACTOR for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of paragraph 1 i .9.1 in the case of Unit Price Work). 1.12. Contract Times--The numbers of days or the dates stated in the Agreement: (i) to achieve Substantial Completion, and (ii) to complete the Work so that it is ready for final payment as evidenced by ENGINEER's written recommenda- tion of final payment in accordance with paragraph 14.13. i.13. CONTRACTOR--The person, firm or corporation with whom OWNER has entered into the Agreement. 1.14. defective--An adjective which when modifying the word Work refers to Work that is unsatisfactory, faulty or deficient, in that it does not conform to the Contract Docu- ments, or does not meet the requirements of any inspection, reference standard, test or approval referred to in the Contract Documents, or has been damaged prior to ENGi- NEER's recommendation of final payment (unless responsi- bility for the protection thereof has been assumed by OWN ER at Substantial Completion in accordance with paragraph ! 4.8 or 14.10). i.15. Drawings--The drawings which show the scope, extent and character of the Work to be furnished and per- formed by CONTRACTOR and which have been prepared or approved by ENGINEER and are referred to in the Contract Documents. Shop drawings are not Drawings as so defined. 1.16. Effective Date of the Agreement--The date indicated in the Agreement on which it becomes effective, but if no such date is indicated it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. I. 17. ENGINEER--The person, firm or corporation named as such in the Agreement. 1.18. ENGINEER's Consultant--A person, firm or corpo- ration having a contract with ENGINEER to furnish services as ENGINEER's independent professional associate or con- suitant with respect to the Project and who is identified as such in the Supplementary Conditions. 1.19. Field Order--A written order issued by ENGINEER which orders minor changes in the Work in accordance with paragraph 9.5 but which does not involve a change in the Contract Price or the Contract Times. 13 ! .20. Genend Requirements--Sections of Division I of the Specifications. 1.21. Hazardoats Waste--The term Hazardous Waste shall have the meaning provided in Section 1004 of the Solid Waste Disposal Act (42 USC Section 6903) as amended from time to time. 1.22. Laws attd Regulations; Laws or Regtdations--Any and all applicable laws, rules, regulations, ordinances, codes and orders of any and all governmental bodies, agencies, authorities and courts having jurisdiction. 1.23. Liens--Liens, charges, security interests or cncum- brunets upon real property or personal property. 1.24. Milestone--A principal event specified in the Con- tract Documents relating to an intermediate completion date or time prior to Substantial Completion of all the Work. ! .25. Notice of Award--The written notice by OWNER to the apparent successful bidder stating that upon compliance by the apparent successful bidder with the conditions precedent enumerated therein, within the time specified, OWNER will sign and deliver the Agreement. 1.26. Notice to Proceed--A written notice given by OWN ER to CONTRACTOR (with a copy to ENGINEER) fixing the date on which the Contract Times will commence to run and on which CONTRACTOR shall start to perform CONTRAC- TOR's obligations under the Contract Documents. !.27. OWNER--The public body or authority, corpora- tion, association, firm or person with whom CONTRACTOR has entered into the Agreement and for whom the Work is to be provided. !.28. Partial Utilization--Use by OWNER of a substan- tially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. 1.29. PCBs--Polychlodnated biphenyls. 1.30. Petroleum--Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Wastes and crude oils. 1.31. Project--The total construction of which the Work to be provided under the Contract Documents may be the whole, or a part as indicated elsewhere in the Contract Documents. 1.32. Radioacth,e Material--Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 1.33. Resident Project Representative-- The authorized representative of ENGINEER who may be assigned to the site or any part thereof. 1.34. Samples--Physical examplesof materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 1.35. Shop Drawings--AI1 drawings, diagrams, illustra- tions, schedules and other data or information which are specifically prepared or assembled by or for CONTRACTOR and submitted by CONTRACTOR to illustrate some portion of the Work. 136. Specifications--Those portions of the Contract Doc- uments consisting of written technical descriptions of matcri- als, equipment, construction systems, standards and workman- ship as applied to the Work and certain administrative details applicable thereto. 1.37. Subcontractor--An individual, firm or corporation having a direct contract with CONTRACTOR or with any other Subcontractor for the performance of a part of the Work at the site. 1.38. Substantial Completion--The Work (or a specified part thereot) has progressed to the point where, in the opinion of ENGINEER as evidenced by ENGINEER's definitive certificate of Substantial Completion, it is sufficiently corn- plete, 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 no such certificate is issued, when the Work is complete and ready for final payment as evidenced by ENGINEER's written recommendation of final payment in accordance with paragraph 14.13. The terms "substantially complete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof. 139. Supplementary Conditions--The part of the Contract Documents which amends or supplements these General Con- ditions. i.40. Supplier--A manufacturer, fabricator, supplier, dis- tributor, materialman or vendor having a direct contract with CONTRACTOR or with any Subcontractor to furnish mated- als or equipment to be incorporated in the Work by CON- TRACTOR or any Subcontractor. ! .41. UndergroundFacilities--All pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels or other such facilities or attachments, and any encasements containing such facilities 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. i.42. Unit Price Work--Work to be paid for on the basis of unit prices. 14 f' 1.43. Work--The entire completed construction or the var- ious separately identifiable parts thereof required to be fur- nished under the Contract Documents. Work includes and is the result of performing or furnishing labor and furnishing and incorporating materials and equipment into the construction, and performing or furnishing services and furnishing docu- ments. all as required by the Contract Documents. 1.44. Work Change Directive--A written directive to CON- TRACTOR, issued on or after the Effective Date of the Agreement and signed by OWNER and recommended by ENGINEER, ordering an addition. deletion or revision in the Work, or responding to differing or unforeseen physical condi- lions under which the Work is to be performed as provided in paragraph 4.2 or 4.3 or to emergencies under paragraph 6.23. A Work Change Directive will not change the Contract Price or the Contract Times, but is evidence that the parties expect that the change directed or documented by a Work Change Direc- tire will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Times as provided in paragraph 10.2. ! .45. Written Amendment--A written amendment of the Contract Documents, signed by OWNER and CONTRACTOR on or after the Effective Date of the Agreement and normally dealing with the nonengineering or nontechnical rather than strictly construction-related aspects of the Contract Docu- ments. ARTICLE 2--PRELIMINARY MATTERS Delivery of Bonds: 2. !. When CONTRACTOR delivers the executed Agree- ments to OWNER, CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be required to furnish in accordance with paragraph 5. I. Copies of Documents: 2.2. OWNER shall furnish to CONTRACTOR up to ten copies (unless otherwise specified in the Supplementary Con- ditions) of the Contract Documents as are reasonably neces- sary for the execution of the Work. Additional copies will be furnished, upon request, at the cost of reproduction. Commencement of Contm~t Times; Notice to Proceed: ,, 2.3. The Contract Ti...cs v, ill ce ..... gncc to Pan on the thini tth day nRcr the EIT~ct~c Date of the Ae~ect~,cvl, or, ira Notic~ to ln~t.t.~d i3 e;~za, on the day ;Mi~ ;a t~ H~i~ ~ ~. A ?l~cc to h~ ...cy bc ~R at ~y d..c ~tkin thi~y~w~ ~cr the E~a~c Date ef the A~.~cat. ~ ~o e~nt ~il tho Goatmet Times eo...a.~e~ to m, later than the sixtieth day~fter the day of Did ol~ning er the tl.,i. tieth day after the Effective Date of the A$~eax~t, whichever date is eaHiu. Starling the Work: 2.4. CONTRACTOR shall start to perform the Work on the date when the Contract Times commence to run, but no Work shall be done at the site prior to the date on which the Contract Times commence to run. Before Starting Construction: 2.5. Before undertaking each part of the Work, CON- TRACTOR shall carefully study and compare the Contract Documents and check 'and verify pertinent figures shown thereon and all applicable field measurements. CONTRAC- TOR shall promptly report in writing to ENGINEER any conflict, error, ambiguity or discrepancy which CONTRAC- TOR may discover and shall obtain a written interpretation or clarification from ENGINEER before proceeding with any Work affected thereby; however, CONTRACTOR shall not be liable to OWNER or ENGINEER for failure to report any conflict, error, ambiguity or discrepancy in the Contract Doc- uments, unless CONTRACTOR knew or reasonably should have known thereof. 2.6. Within ten days after the Effective Date of the Agree- ment (unless otherwise specified in the General Requirements), CONTRACTOR shall submit to ENGlNEER for review: 2.6.1. a preliminary progress schedule indicating the times (numbers of days or dates) for starting and completing the various stages of the Work, including any Milestones specified in the Contract Documents; 2.6.2. a preliminary schedule of Shop Drawing and Sam- ple submittals which will list each required submittal and the times for submitting, reviewing and processing such submit- tal; 2.6.3. a preliminary schedule of values for all of the Work which will include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction. Such prices will include an appropriate amount of overhead and profit appli- cable to each item of Work. 2.7. Before any Work at the site is started, CONTRACTOR and OWNER shall each deliver to the other, with copies to each additional insured identified in the Supplementary Condi- lions, certificates of insurance (and other evidence of insurance which either of them or any additional insured may reasonably request) which CONTRACTOR and OWNER respectively are required to purchase and maintain in accordance with para- graphs 5.4, 5.6 and 5.7. Preconstruction Conference: * * 2.8. W. ithin twosty dnys after the Cor,+,aet Ti~,~s 3~n to mvn4ml-before any Work at the site is started, a conference 15 **Indicates paragraph altered or deleted by Supplementary Conditions allended by CONTRACTOR. ENGINEER and others as ap- propriate will be held to establish a working understanding among the parties as to the Work and to discuss the schedules referred to in paragraph 2.6, procedures for handling Shop Drawings and other submittals, processing Applications for Payment and maintaining required records. !~;~,,lly Acceptable Schedules: 2.9. Unless otherwise provided in the Contract Docu- merits, at least ten days before submission of the first Applica- lion for Payment a conference attcnded by CONTRACTOR, ENGINEER and others as appropriate will be held to review for acceptability to ENGINEER as provided below the sched- ules submitted in accordance with paragraph 2.6. CONTRAC- TOR shall have an additional ten days to make corrections and adjustments and to complete and resubmit the schedules. No progress payment shall be made to CONTRACTOR until the schedules are submitted to and acceptable to ENGINEER as provided below. The progress schedule will be acceptable to ENGINEER as providing an orderly progression of the Work to completion within any specified Milestones and the Contract Times, but such acceptance will neither impose on ENGI- NEER responsibility for the sequencing, scheduling or progress of the Work nor interfere with or relieve CONTRACTOR from CONTRACTOR's full responsibility therefor. CONTRACTOR's schedule of Shop Drawing and Sample submissions will be acceptable to ENGINEER as providing a,workable arrange- ment for reviewing and processing the required submittals. CONTRACTOR's schedule of values will be acceptable to ENGINEER as to form and substance. cations and interpretations of the Contract Documents shall bc issued by ENGINEER as provided in paragraph 9.4. 3.3. Reference to Standards and Specifications of Technical Societies; Reporting and Resoh,ing Discrepancies: 3.3. I. Reference to standards, specifications, manuals or codes of any technical society, organization or association, or to the Laws or Regulations of any governmental authority, whether such reference be Specific or by implication, shall mean the latest standard, specification, manual, code or Laws or Regulations in effect at the time of opening of Bids (or, on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 3.3.2. If, during the performance of the Work, CON- TRACTOR discovers any conflict, error, ambiguity or dis- crepancy within the Contract Documents or between the Contract Documents and any provision of any such Law or Regulation applicable to the performance of the Work or of any such standard, specification, manual or code or of any instroction of any Supplier referred to in paragraph 6.5, CONTRACTOR shall report it to ENGINEER in writing at once, and, CONTRACTOR shall not proceed with the Work affected thereby (except in an emergency as authorized by paragraph 6.23) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in paragraph 3.5 or 3.6; provided, however, that CONTRACTOR shall not be liable to OWNER or ENGI- NEER for failure to report any such conflict, error, ambigu- ity or discrepancy unless CONTRACTOR knew or reason- ably should have known thereof. ARTICLE 3--CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE Intent: 3. I. The Contract Documents comprise the entire agree- ment between OWNER and CONTRACTOR concerning the Work. The Contract Documents arc complementary; what is called for by one is as binding as if called for by all. The Contract Documents will be construed in accordance with the law of the place of the Project. 3.2. It is the intent of the Contract Documents to describe a functionally complete Project (or part thereof) to be con- structed in accordance with the Contract Documents. Any Work, materials or equipment that may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the intended result will be furnished and performed whether or not specifically called for. When words or phrases which have a well- known technical or construction industry or trade meaning are used to describe Work, materials or equipment, such words or phrases shall be interpreted in accordance with that meaning. Clari~- 3.3.3. Except as otherwise specifically stated in the Contract Documents or as may be provided by amendment or supplement thereto issued by one of the methods indi- cared in paragraph 3.5 or 3.6, the provisions of the Contract Documents shall take precedence in resolving any conflict, 'error, ambiguity or discrepancy between the provisions of the Contract Documents and: 3.3.3.1. the provisions of any such standard, speci- fication, manual, code or instruction (whether or not specifically incorporated by reference in the Contract Documents); or 3.3.3.2. the provisions of any such Laws or Regu- lations applicable to the performance of the Work (unless such an interpretation of the provisions of the. Contract Documents would result in violation of such Law or Regulation). No provision of any such standard, specification, manual, code or instruction shall be effective to change the duties and responsibilities of OWN ER, CONTRACTOR or ENG I N EER, or any of their subcontractors, consultants, agents, or em- ployees from those set forth in the Contract Documents, nor shall it be effective to assign to OWNER, ENGINEER or any of ENGINEER's Consultants, agents or employees any duty or authority to supervise or direct the furnishing or 16 **Indicates paragraph altered or deleted by Supplementary Conditions performance of the Work or any duty or authority to under- take responsibility inconsistent with the provisions of para- graph 9.13 or any other provision of the Contract Docu- ments. 3.4. Whenever in the Contract Documents the terms ordered," "as directed," "as required," "as allowed," "as approved" or terms of like effect or import are used, or the adjectives "reasonable," "suitable," "acceptable," "proper" or "satisfactory" or adjectives of like effect or import are used to describe a requirement, direction, review or judg- ment of ENGlNEER as to the Work, it is intended that such requirement, direction, review or judgment will be solely to evaluate, in general. the completed Work for compliance with the requirements of and information in the Contract Documents and conformance with the design concept of the completed Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective shall not be effective to assign to ENGI- NEER 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 provi- sions of paragraph 9.13 or any other provision of the Contract Documents. Amending and Supplementing Contract Documents: 3.5. The Contract Documents may be amended to provide for additions, deletions and revisions in the Work or to modify the terms and conditions thereof in one or more of the following ways: 3.5. i. a formal Written Amendment, 3.5.2. a Change Order (pursuant to paragraph 10.4), or 3.5.3. a Work Change Directive (pursuant to paragraph ! 0. ! ). 3.6. In addition, the requirements of the 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: 3.6. I. a Field Order (pursuant to paragraph 9.5), 3.6.2. ENGINEER's approval of a Shop Drawing or Sample (pursuant to paragraphs 6.26 and 6.27), or 3.6.3. ENGINEER's written interpretation or clarifica- tion (pursuant to paragraph 9.4). Reuse of Documents: 3.7. CONTRACTOR, and any Subcontractor or Supplier or other person or organization performing or furnishing any of the Work under a direct or indirect contract with OWNER (i) shall not have or acquire any title to or ownership rights in any of the Drawings, Specifications or other documents (or copies of any thereof) prepared by or bearing the seal of ENGINEER or ENGINEER's Consultant, and (ii) shall not reuse any of such Drawings, Specifications, other documents or copies on extensions of the Project or any other project without written consent of OWNER and ENGINEER and specific written verification or adaption by ENGINEER. ARTICLE 4~AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS Av~!~bility of Lands: 4.1. OWNER shall furnish, as indicated in the Contract Documents, the lands upon which the Work is to be performed, fights-of-way and easements for access thereto, and such other lands which are designated for the use of CONTRACTOR. ,Upon reasonable written request, OWNER shall furnish CON- TRACTOR with a correct statement of record legal title and legal description of the lands upon which the Work is to be performed and OWNER's interest therein as necessary for giving notice of or filing a mechanic's lien against such lands in accordance with applicable Laws and Regulations. OWNER shall identify any encumbrances or restrictions not of general application but specifically related to use of lands so furnished with which CONTRACTOR Will have to comply in performing the Work. Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by OWNER, unless otherwise provided in the Contract Docu- ments. If CONTRACTOR and OWNER are unable to agree on entitlement to or the amount or extent of any adjustments in the Contract Price or the Contract Times as a result of any delay in OWN ER's furnishing these lands, fights-of-way or easements, 'CONTRACTOR may make a claim therefor as provided in Articles I! and 12. CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. 4.2. Subsurface and Physical CondL,~ns: 4.2. I. Reports and Drawings: Reference is made to the Supplementary Condition~i for identification of: 4.2. I. 1. Subsurface Conditions: Those reports of explo- rations and tests of subsurface conditions at or contiguous to the site that have been utilized by ENGINEER in preparing the Contract Documents; and 4.2. ! .2. Physical Conditions: Those drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) that have been utilized by ENGINEER in prepar- ing the Contract Documents. 17 4.2.2. Lbnited Reliance by CONTRACTOR Authorized; Technical Data: CONTRACTOR may rely upon the general accuracy of the "technical dam" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supple- mentaW Conditions. Except for such reliance on such "tech- nical data;' CONTRACTOR may not rely upon or make any claim against OWNER, ENGINEER or any of ENGINEER's Consultants with respect to: 4.2.2. I. the completeness of such reports and drawings for CONTRACTOR's purposes, including, but not limited to, any aspects of the means, methods, techniques, se- quences and procedures of construction to be employed by CONTRACTOR and safety precautions and programs inci- dent thereto, or 4.2.2.2. other data, interpretations, opinions and infor- mation contained in such reports or shown or indicated in such drawings, or 4.2.2.3. any CONTRACTOR interpretation of or conclu- sion drawn from any "technical data" or any such data, interpretations, opinions or information. 4.2.3. Notice of Differing Subsurface or Physical Condi- tions: If CONTRACTOR believes that any subsurface or physical condition at or contiguous to the site that is uncovered or revealed either: 4.2.3.1. is of such a nature as to establish that any "technical data" on which CONTRACTOR is entitled to rely as provided in paragraphs 4.2.1 and 4.2.2 is materially inaccurate, or 4.2.3.2. is of such a nature as to require a change in the Contract Documents, or 4.2.3.3. differs materially from that shown or indicated in the Contract Documents, or 4.2.3.4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recog- nized as inherent in work of the character provided for in the Contract Documents; then CONTRACTOR shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as permitted by paragraph 6.23), notify OWNER and ENGINEER in writing about such condition. CONTRAC- TOR shall not further disturb such conditions or perform any Work in connection therewith (except as aforesaid) until re- ceipt of written order to do so. 4.2.4. ENGINEER's Review: ENGINEER will promptly review the pertinent conditions, determine the necessity of OWNER's obtaining additional exploration or tests with re- spect thereto and advise OWNER in writing (with a copy to CONTRACTOR) of ENGINEER's findings and conclusions. 4.2.5. Possible Contract Docaments Change: If ENGI- NEER concludes that a change in the Contract Documents is required as a result of a condition that meets one or more of the categories in paragraph 4.2.3., a Work Change Directlye or a Change Order will be issued as provided in Article l0 to reflect and document the consequences of such change. 4.2.6. Possible Price attd Times Adjustments: An equitable adjustment in the Contract Price or in the Contract Times, or both, will be allowed to the extent that the existence of such uncovered or revealed condition causes an increase or de- crease in CONTRACTOR's cost of, or time required for performance of, the Work; subject, however, to the following: 4.2.6. !. such condition must meet any one or more of the categories described in paragraphs 4.2.3.1 through 4.2.3.4, inclusive; 4.2.6.2. a change in the Contract Documents pursuant to paragraph 4.2.5 will not be an automatic authorization of nor a condition precedent to entitlement to any such adjustment; 4.2.6.3. with respect to Work that is paid for on a Unit Price Basis, any adjustment in Contract Price will be subject to the provisions of paragraphs 9.10 and 1 i.9; and 4.2.6.4. CONTRACTOR shall not be entitled to any adjustment in the Contract Price or Times if; 4.2.6.4. I. CONTRACTOR knew of the existence of such conditions at the time CONTRACTOR made a final commitment to OWNER in respect of Contract Price and Contract Times by the submission of a bid or becoming bound under a negotiated contract; or 4.2.6.4.2. the existence of such condition could rea- sonably have been discovered or revealed as a result of any examination, investigation, exploration, test or study of the site and contiguous areas required by the Bidding Requirements or Contract Documents to be conducted by or for CONTRACTOR prior to CONTRACTOR's making such final commitment; or 4.2.6.4.3. CONTRACTOR failed to give the written notice within the time and as required by paragraph 4.2.3. If OWNER and CONTRACTOR are unable to agree on entitlement to or as to the amount or length of any such equitable adjustment in the Contract Price or Contract Times, a claim may be made therefor as provided in Articles I 1 and 12. However, OWNER, ENGINEER and ENGINEER's Consult- ants shall not be liable to CONTRACTOR for any claims, costs, losses or damages sustained by CONTRACTOR on or in connection with any other project or anticipated project. 4.3. 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 18 information and data furnished to OWNER or ENGINEER by the owners of such Underground Facilities or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 4.3.1.1. OWNER and ENGINEER shall not be respon- sible for the accuracy or completeness of any such informa- tion or data; and 4.3.1.2. The cost of all of the following will be included in the Contract Price and CONTRACTOR shall have full respon- sibility for: (i) reviewing and chec'king all such information and dam, (ii) locating all Underground Facilities shown or indicated in the Contract Documents, (iii) coordination of the Work with the owners of such Underground Facilities during construction, and (iv) the safety and protection of all such Underground Facilities as provided in paragraph 6.20 and repairing any damage thereto resulting from the Work. 4.3.2. Not Shown or Indicated: If an Underground Facility is uncovered or revealed at or contiguous to the site which was not shown or indicated in the Contract Documents, CON- TRACTOR shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or per- forming any Work in connection therewith (except in an emergency as required by paragraph 6.23), identify the owner of such Underground Facility and give written notice to that owner and to OWNER and ENGINEER. ENGINEER will promptly review the Underground Facility and determine the extent, if any, to which a change is required in the Contract Documents to reflect and document the consequences of the existence of the Underground Facility. If ENGINEER con- eludes that a change in the Contract Documents is required, a Work Change Directive or a Change Order will be issued as provided in Article l0 to reflect and document such conse- quences. During such time, CONTRACTOR shall be respon- sible for the safety and protection of such Underground Facility as provided in paragraph 6.20. CONTRACTOR shall be al- Iowed an increase in the Contract Price or an extension of the Contract Times, or both, to the extent that they are attributable to the existence of any Underground Facility that was not shown or indicated in the Contract Documents and that CON- TRACTOR did not know of and could not reasonably have been expected to be aware of or to have anticipated. If OWNER and CONTRACTOR are unable to agree on entitle- ment to or the amount or length of any such adjustment in Contract Price or Contract Times, CONTRACTOR may make a claim therefor as provided in Articles I 1 and 12. However, OWNER, ENGINEER and ENGINEER's Consultants shall not be liable to CONTRACTOR for any claims, costs, losses or damages incurred or sustained by CONTRACTOR on or in connection with any other project or anticipated project. Reference Points: 4.4. OWNER shall provide engineering surveys to estab- lish reference points for construction which in ENGINEER's judgment are necessary to enable CONTRACTOR to proceed with the Work. CONTRACTOR shall be responsible for laying out the Work, shall protect and preserve the established reference points and shall make no changes or relocations without the prior written approval of OWNER. CONTRAC- TOR shall report to ENGINEER whenever any reference point is lost or destroyed or requires relocation because of necessary changes in grades or locations, and shall be respon- sible for the accurate replacement or relocation of such refer- ence points by professionally qualified personnel. 4.5. Asbestos, PCBs, Petroleum, Hazardous Waste or Radio- active Material: 4.5.1. OWNER shall be responsible for any Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material uncovered or revealed at the site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work and which may present a substantial danger to persons or property exposed thereto in connection with the Work at the site. OWNER shall not be responsible for any such materials brought to the site by CONTRACTOR, Subcontractor, Suppli- ors or anyone else for whom CONTRACTOR is responsible. 4.5.2. CONTRACTOR shall immediately: (i) stop all Work in connection with such hazardous condition and in any area affected thereby (except in an emergency as re- quired by paragraph 6.23), and (ii) notify OWNER and ENGINEER (and thereafter confirm such notice in writing). OWNER shall promptly consult with ENG1NEER concern- ing the necessity for OWNER to retain a qualified expert to evaluate such hazardous condition or take corrective action, if any. CONTRACTOR shall not be required to resume Work in connection with such hazardous condition or in any such affected area until after OWNER has obtained any required permits related thereto and delivered to CONTRACTOR special written notice: (i) specifying that such condition and any affected area is or has been rendered safe for the resumption of Work, or (ii) specifying any special conditions under which such Work may be resumed safely. if OWNER and CONTRACTOR cannot agree as to entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract Times as a result of such Work stoppage or such special conditions under which Work is agreed by CON- TRACTOR to be resumed, either party may make a claim therefor as provided in Articles I 1 and 12. 4.5.3. If after receipt of such special written notice CONTRACTOR does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then OWNER may order such portion of the Work that is in connection with such hazardous condition or in such af- feeted area to be deleted from the Work. If OWNER and CONTRACTOR cannot agree as to entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract Times as a result of deleting such portion of the Work, then either party may make a claim therefor as provided in Articles i l and 12. OWNER may have such deleted portion of the Work performed by OWNER's own forces or others in accordance with Article 7. 4.5.4. To the fullest extent permitted by Laws and Reg- ulations, OWNER shall indemnify and hold harmless CON- TRACTOR, Subcontractors, ENGINEER, ENGINEER's 19 **Indicates paragraph altered or deleted by Supplementary Conditions Consultants and the officers, directors, employees, agents, other consultants and subcontractors of each and any of them from and against all claims, costs, losses and damages arising out of or resulting from such hazardous condition, provided that: (i) any such claim, cost, loss or damage is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itscl0, including the loss of use resulting therefrom, and (ii) nothing in this subparagraph 4.5.4 shall obligate OWNER to indemnify any person or entity from and against the consequences of that person's or entity's own negli- gence. 4.5.5. The provisions of paragraphs 4.2 and 4.3 are not intended to apply to Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material uncovered or revealed at the site. companies that are duly licensed or authorized in the juris- diction in which the Project is located to issue Bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be pro- vided in the Supplementary Conditions. 5.3.2. CONTRACTOR shall deliver to OWNER, with copies to each additional insured identified in the Supple- mentary Conditions, certificates of insurance (and other evidence of insurance requested by OWNER or any other additional insured) which CONTRACTOR is required to purchase and maintain in accordance with paragraph 5.4. OWNER shall deliver to CONTRACTOR, with copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by CONTRACTOR or any other addi- tional insured) which OWNER is required to purchase and maintain in accordance with paragraphs 5.6 and 5.7 hereof. ARTICLE 5---BONDS AND INSURANCE CONTRACTOR's Liability Insurance: Perfornumce, Payment and Other Bonds: 5.1. CONTRACTOR shall furnish Performance and Pay- ment Bonds, each in an mount at least equal to the Contract Price as security for the faithful performance and payment of all CONTRACTOR's obligations under the Contract Docu- ments. These Bonds shall remain in effect at least until one year after the date when final payment becomes due, except as provided otherwise by Laws or Regulations or by the Contract Documents. CONTRACTOR shall also furnish such other Bonds as are required by the Supplementary Conditions. All Bonds shall be in the form prescribed by the Contract Docu- ments except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the current list of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff, Bureau of Government Financial Opera- lions, U.S. Treasury Department. All Bonds signed by an agent must be accompanied by a certified copy of such agent's authority to act. 5.4. CONTRACTOR shall purchase and maintain such 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 performance and fumishing of the Work and CONTRACTOR's other obligations under the Con- tract Documents, whether it is to be performed or furnished by CONTRACTOR, any Subcontractor or Supplier, or 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: 5.4.1. claims under workers' compensation, disability benefits and other similar employee benefit acts; 5.4.2. claims for damages because of bodily injury, oc- cupational sickness or disease, or death of CONTRAC- TOR's employees; 5.4.3. claims for damages because of bodily injury, sick- ness or disease, or death of any person other than CON- TRACTOR's employees; 5.2. If the surety on any Bond furnished by CONTRAC- TOR iS declared a bankrupt or becomes insolvent or its fight to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of paragraph 5. I, CONTRACTOR shall within ten days thereafter substitute another Bond and surety, both of which must be acceptable to OWNER. 5.3. Licensed Sureties and Insurers; Certificates of Insurance: 5.4.4. claims for dan'rages insured by customary personal injury liability coverage which are sustained: (i) by any person as a result of an offense directly or indirectly related to the employment of such person by CONTRACTOR, or (ii) by any other person for any other reason; 5.4.5. claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including loss of use resulting therefrom; and 5.3. I. All Bonds and insurance required by the Contract Documents to be purchased and maintained by OWNER or CONTRACTOR shall be obtained from surety or insurance 5.4.6. 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 motor vehicle. Indicates paragraph altered or deleted by Supplementary Conditions The policies of insurance so required by this paragraph 5.4 to be purchased and maintained shall: 5.4.7. with respect to insurance required by paragraphs 5.4.3 through 5.4.6 inclusive, include as additional insureds (subject to any customary exclusion in respect of profes- sional liability) OWNER, ENGINEER, ENGINEER's Con- suitants and any other persons or entities identified in the Supplementary Conditions, all of whom shall be listed as additional insurers, and include coverage for the respective officers and employees of all such additional insureds; 5.4.8. include the specific coverages and be written for not less than the limits of liability provided in the Supple- mentary Conditions or required by Laws or Regulations, whichever is greater; 5.4.9. include completed operations insurance; 5.4.10. include contractual liability insurance covering CONTRACTOR's indemnity obligations under paragraphs 6.12, 6.16 and 6.31 through 6.33; 5.4.11. contain a provision or endorsement that the coverage afforded will not be cancelled, materially changed or renewal refused until at least thirty days prior written notice has been given to OWNER and CONTRACTOR and to each other additional insured identified in the Supplemen- tary Conditions to whom a certificate of insurance has been issued (and the certificates of insurance furnished by the CONTRACTOR pursuant to paragraph 5.3.2 will so pro- vide); 5.4.12. remain in effect at least until final payment and at all times thereafter when CONTRACTOR may be correct- ing, removing or replacing defective Work in accordance with paragraph 13.12; and 5.4.13. with respect to completed operations insurance, and any insurance coverage written on a claims-made basis, remain in effect for at least two years after final payment (and CONTRACTOR shall furnish OWNER and each other additional insured identified in the Supplementary Condi- tions to whom a certificate of insurance has been issued evidence satisfactory to OWNER and any such additional insured of continuation of such insurance at final payment and one year thereafter). OWNER's Liability Insurance: 5.5. In addition to the insurance required to be provided by CONTRACTOR under paragraph 5.4, OWNER, at OWNER's option, may purchase and maintain at OWNER's expense OWNER's own liability insurance as will protect OWNER against claims which may arise from operations under the Contract Documents. Property Insurance: 5.6. Unless otherwise provided in the Supplementary Con- ditions, OWNER shall purchase and maintain property insur- ante upon the Work at the site in the amount of the full replacement cost thereof (subject to such deductible amounts as may be provided in the Supplementary Conditions or required by Laws and Regulations). This insurance shall: 5.6.1. include the interests of OWNER, CONTRAC- TOR, Subcontractors, ENGINEER, ENGINEER's Con- suitants and any other persons or entities identified in the Supplementary Conditions, each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured; 5.6.2. be written on a Builder's Risk "all-risk" or open peril or special causes of loss policy form that shall at least include insurance for physical loss or damage to the Work, temporary buildings, falsework and Work in transit and shall insure against at least the following perils fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations, water damage,. and such other perils as may be specifically required by the Supplementary Conditions; 5.6.3. include expenses incurred in the repair or replace- ment of any insured property (including but not limited to fees and charges of engineers and architects); 5.6.4. cover mateddais and equipment stored at the site or at another location that was agreed to in writing by OWNER prior to being incorporated in the Work, provided that such materials and equipment have been included in an Applica- tion for Payment recommended by ENGINEER; and 5.6.5. be maintained in effect until final payment is made unless otherwise agreed to in writing by OWNER, CON- TRACTOR and ENGINEER with thirty days written notice to each other additional insured to whom a certificate of insurance has been issued. 5.7. OWNER shall purchase and maintain such boiler and machinery insurance or additional property insurance as may be required by the Supplementary Conditions or Laws and Regulations which will include the interests of OWNER, CONTRACTOR, Subcontractors, ENGINEER. ENG1NEER's Consultants and any other persons or entities identified in the Supplementary Conditions, each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured. 5.8. All the policies of insurance (and the certificates or other evidence thereof) required to be purchased and main- rained 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 OWNER and CONTRACTOR and to each other additional insured to whom a certificate of insurance has been issued and will contain waiver provisions in accordance with paragraph 5. I I. 21 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 identified in the Supplementary Conditions. The risk of loss within such iden- tified deductible amount, will be borne by CONTRACTOR, Subcontractor 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 purchaser's own expense. 5.10. if CONTRACTOR requests in writing that other special insurance be included in the property insurance policies provided under paragraphs 5.6 or 5.7, OWNER shall, if possi- ble, include such insurance, and the cost thereof will be charged to CONTRACTOR by appropriate Change Order or Written Amendment. Prior to commencement of the Work at the site, OWNER shall in writing advise CONTRACTOR whether or not such other insurance has been procured by OWNER. S. ll. Waiver of Rights: 5.11.1. OWNER and CONTRACTOR intend that all policies purchased in accordance with paragraphs 5.6 and 5.7 will protect OWNER, CONTRACTOR, Subcontractors, ENGINEER, ENGINEER's Consultants and all other per- sons or entities identified in the Supplementary Conditions to be listed as insureds or additional insurers in such policies and will provide primary coverage for all losses and damages caused by the perils covered thereby. All such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurers will have no rights of recovery against any of the insureds or additional insureds thereunder. OWNER and CONTRACTOR waive all rights against each other and their respective offcers, directors, employees and agents for all losses and damages caused by, arising out of or resulting from any of the perils covered by such policies and any other property insurance applicable to the Work; and, in addition, waive all such rights against Subcontractors, ENGINEER, ENGINEER's Consultants and all other persons or entities identified in the Supplemen- tary Conditions to be listed as insureds or additional insureds under such policies for losses and damages so caused. None of the above waivers shall extend to the rights that any party making such waiver may have to the proceeds of insurance held by OWNER as trustee or otherwise payable under any policy so issued. 5.11.2. In addition, OWNER waives all rights against CONTRACTOR, Subcontractors, ENGINEER, ENGI- NEER's Consultants and the offcers, directors, employees and agents of any of them, for: 5.1 !.2.1. loss due to business interruption, loss of use or other consequential loss extending beyond direct phys- ical loss or damage to OWNER's property or the Work caused by, arising out of or resulting from fire or other peril, whether or not insured by OWNER; and 5. i 1.2.2. loss or damage to the completed Project or pan thereof caused by, arising out of or resulting from fire or other insured peril covered by any property insurance maintained on the completed Project or part thereof by OWNER during partial utilization pursuant to paragraph 14.10, after substantial completion pursuant to paragraph 14.8 or after final payment pursuant to paragraph 14.13. Any insurance policy maintained by OWNER covering any loss, damage or consequential loss referred to in this paragraph 5. i 1.2 shall contain provisions to the effect that in the event of payment of any such loss, damage or consequential loss the insurers will have no rights of recovery against any of CON- TRACTOR, Subcontractors, ENGINEER, ENGINEER's Con- suitants and the officers, directors, employees and agents of any of them. Receipt and Application of Insurance Proceeds 5.12. Any insured loss under the policies of insurance required by paragraphs 5.6 and 5.7 will be adjusted with OWNER and made payable to OWNER as fiduciary for the insureds, as their interests may appear, subject to the require- ments of any applicable mortgage clause and of paragraph 5.13. OWNER shall deposit in a separate account any money so received, and shall distribute it in accordance with such agree- merit as the parties in interest may reach. If no other special agreement is reached the damaged Work shall be repaired or replaced, the moneys so received applied on account thereof and the Work and the cost thereof covered by an appropriate Change Order or Written Amendment. 5.13. OWNER as fiduciary shall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing within fifteen days after the occurrence of loss to OWNER' s exercise of this power. If such objection be made, OWNER as fiduciary shall make settlement with the insurers in accordance with such agreement as the parties in interest may reach. If no such agreement among the parties in interest is reached, OWNER as fiduciary shall adjust and settle the loss with the insurers and, if required in writing by any party in interest, OWNER as fiduciary shall give bond for the proper performance of such duties. Acceptance of Bonds and Insurance; Option to Replace: 5.14. If either party (OWNER or CONTRACTOR) has any objection to the coverage afforded by or other provisions of the Bonds or insurance required to be purchased and maintained by the other party in accordance with Article 5 on the basis of non--conforrnance with the Contract Documents, the objecting party shall so notify the other party in writing within ten days after receipt of the certificates (or other evidence requested) required by paragraph 2.7. OWNER and CONTRACTOR shall each provide to the other such additional information in respect of insurance provided as the other may reasonably request. If either party does not purchase or maintain all of the Bonds and insurance required of such party by the Contract Documents, such party shall notify the other party in writing of such failure to purchase prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. Without prejudice to any other right or remedy, the other party may elect to obtain equivalent Bonds or insurance to protect such other party's interests at the expense of the party who was 22 required to provide such coverage, and a Change Order shall be issued to adjust the Contract Price accordingly. Partial Utilization---Properly Insurance: 5.15. If OWNER finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion 0fall the Work, such use or occupancy may be accomplished in accordance with paragraph 14.10; provided that no such use or. occupancy shall commence before the insurers providing the property insurance have acknowledged notice thereof and in writing effected any changes in coverage necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insur- ance shall not be cancelled or permitted to lapse on account of any such partial use or occupancy. ARTICLE 6---CONTRACTOR'S RESPONSIBILITIES Supervision and Superintendence: 6.1. CONTRACTOR shall supervise, inspect 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 Con- tract Documents. 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 specification of a specific means, method, technique, sequence or procedure of construction which is shown or indicated in and expressly required by the Contract Documents. CONTRACTOR shall be responsible to see that the completed Work complies accu- rarely 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 CONTRAC- TOR. All communications to the superintendent shall be as binding as if given to CONTRACTOR. Labor, Materials and Equipment: 6.3. CONTRACTOR shall provide competcnt, suitablyqual- ified personnel to survey, lay out and construct the Work as required by the Contract Documents. CONTRACTOR shall at all times maintain good discipline and order at the site. Except as otherwise required for 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 perfor- mance of Work on Saturday, Sunday or any legal holiday without OWNER's written 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, con- struction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, tempo- rary facilities and all other facilities and incidentals necessary for the furnishing, performance, testing, start-up and comple- lion of the Work. 6.5. All materials and equipment shall be of good quality and new, except as otherwise provided in the Contract Docu- merits. All warranties and guarantees specifically called for by the Specifications shall expressly run to the benefit of OWNER. If required by ENGINEER, CONTRACFOR shall furnish satisfactory evidence (including reports of required tests) as to the kind and quality of materials and equipment. All materials · and equipment shall be applied, installed, connected, erected, used, cleaned and conditioncd in accordance with instructions of the applicable Supplier, except as otherwise provided in the Contract Documents. Progress Schedule: 6.6. CONTRACTOR shall adhere to the progress schedule established in accordance with paragraph 2.9 as it may be adjusted from time to time as provided below: 6.6.1. CONTRACTOR shall submit to ENGINEER for acceptance (to the extent indicated in paragraph 2.9) pro- posed adjustments in the progress schedule that will not change the Contract Times (or Milestones). Such adjust- ments will conform generally to the progress schedule then in effect and additionally will comply with any provisions of the General Requirements applicable thereto. 6.6.2. Proposed adjustments in the progress schedule that will change the Contract Times (or Milestones) shall be submitted in accordance with the requirements of paragraph 12.1. Such adjustments may only be made by a Change Order or Written Amendment in accordance with Article i 2. 6.7. Substitutes and "Or-Equal" Items: 6.7.1. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent or "or-equal" item or no substitution is permitted, other items of material or equip- ment or material or equipment of other Suppliers may be accepted by ENG IN EER under the following circumstances: 23 6.7.1.1. "Or-Equal": if in ENGINEER's sole discre- tion an item of material or equipment proposed by CON- TRACTOR is functionally equal to that named and suffi- ciently similar so that no change in related Work will be required, it may be considered by ENGINEER as an "or-equal" item, in which case review and approval of the proposed item may, in ENGINEER's sole discretion, be accomplished without compliance with some or all of the requirements for acceptance of proposed substitute items. 6.7.1.2. Substitute Items: If in ENGINEER's sole discretion an item of material or equipment proposed by CONTRACTOR does not qualify as an "or-equal" item under subparagraph 6.7. I. I, it will be considered a pro- posed substitute item. CONTRACTOR shall submit suffi- cient information as provided below to allow ENGINEER to determine that the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. The procedure for review by the ENGINEER will include the following as supple- mented in the General Requirements and as ENGINEER may decide is appropriate under the circumstances. Re- quests for review of proposed substitute items of material or equipment will not be accepted by ENGINEER from anyone other than CONTRACTOR. If CONTRACTOR wishes to furnish or use a substitute item of material or equipment, CONTRACTOR shall first make written appli- caliph to ENGINEER for acceptance thereof, certifying that the proposed substitute will perform adequately the functions and achieve the results called for by the general design, be similar in substance to that specified and be suited to the same use as that specified. The application will state the extent, if any, to which the evaluation and acceptance of the proposed substitute will prejudice CON- TRACTOR's achievement of Substantial Completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute and whether or not incorporation or use of the substitute in connection with the Work is subject to payment 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- rated. The application will also contain an itemized esti- mate of all costs or credits 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 will be considered by ENGINEER in evaluating the proposed substitute. EN- GINEER may require CONTRACTOR to furnish addi- tipnat data about the proposed substitute. 6.7.1.3. CONTRACTOR's Expense: All data to be provided by CONTRACTOR in support of any proposed "or-equal" or substitute item will be at CONTRACTOR's expense. 6.7.2. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence or procedure of construction is shown or indicated in and expressly required by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means, method, technique, sequence or procedure of construction acceptable to ENGINEER. CON- TRACTOR shall submit sufficient information to allow ENGI- NEER, in ENGINEER's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. The procedure for review by ENGI- NEER will be similar to that provided in subparagraph 6.7.1.2. 6.7.3. Engineer's Evaluation: ENG1NEER will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to paragraphs 6.7.1.2 and 6.7.2. ENGINEER will be the sole judge of acceptability. No "or- equal" or substitute will be ordered, installed or utilized without ENGINEER's prior written acceptance whi~:h will bc evidenced by either a Change Order or an approved Shop Drawing. OWNER may require CONTRACTOR to furnish at CONTRACTOR's expense a special performance guarantee or other surety with respect to any "or-equal" or substitute. ENGINEER will record time required by ENGINEER and ENGINEER's Consultants in evaluating substitutes proposed or submitted by CONTRACTOR pursuant to paragraphs 6.7. ! .2 and 6.7.2 and in making changes in the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) occasioncd thereby. Whether or not ENGlNEER accepts a substitute item so proposed or submit- ted by CONTRACTOR, CONTRACTOR shall reimburse OWNER for the charges of ENGINEER and ENGINEER's Consultants for evaluating each such proposed substitute item. 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 indicated in paragraph 6.8.2), whether initially or as a substitute, against whom OWNER or ENGINEER may have reason- able 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 iden- tity of certain Subcontractors, Suppliers or other persons or organizations (including those who are to furnish the princi- pal items of materials or equipment) to be submitted to OWNER in advance of the specified date prior to the Effective Date of the Agreement for acceptance by OWNER and ENGINEER, and if CONTRACTOR has submitted a list thereof in accordance with the Supplementary Condi- tions, OWNER's or ENG1NEER's acceptance (either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection in the bidding documents or the Contract Documents) of any such Subcon- tractor, Supplier or other person or organization so identified may be revoked on the basis of reasonable objection after due investigation, in which case CONTRACTOR shall sub- mit an acceptable substitute, the Contract Price will be adjusted by the difference in the cost occasioned by such 24 substitution and an appropriate Change Order will be issued or Written Amendment signed. No acceptance by OWNER or ENGINEER of any such Subcontractor, Supplier or other person or organization shall constitute a waiver or any right of OWNER or ENGINEER to reject defective Work. ** 6.9.1. CONTRACTOR shall be fully responsible to OWNER and ENGINEER for all acts and omissions of the Subcontractors, Suppliers and other persons and organiza- tions performing or furnishing any of the Work under a direct or indirect contract with CONTRACTOR just as CON- TRACTOR is responsible for CONTRACTOR's own acts and omissions. Nothing in the Contract Decumcnts shall create for the benefit of any such Subcontractor, Supplier or other person or organization any contractual relationship between OWNER or ENGINEER and any such Subcon- tractor, Supplier or other person or organization, nor shall it create any obligation on the par~ of OWNER or ENGI- NEER to pay or to see to the payment of any moneys due any such Subcontractor, Supplier or other person or organi- zation except as may otherwise be required by Laws and Regulations. 6.9.2. CONTRACTOR shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers and other persons and organizations performing or furnishing any of the Work under a direct or indirect contract with CONTRACTOR. CONTRACTOR shall require all Sub- contractors, Suppliers and such other persons and organiza- tions performing or furnishing any of the Work to communi- cate with the ENGINEER through CONTRACTOR. 6.10. The divisions and sections of the Specifications and the identifications of any Drawings shall not control CON- TRACTOR in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. 6.11. All Work performed for CONTRACTOR by a Sub- contractor or Supplier will be pursuant to an appropriate agreement between CONTRACTOR and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Docu- ments for the benefit of OWNER and ENGINEER. Whenever any such agreement is with a Subcontractor or Supplier who is listed as an additional insured on the property insurance provided in paragraph 5.6 or 5.7, the agreement between the CONTRACTOR and the Subcontractor or Supplier will con- lain provisions whereby the Subcontractor or Supplier waives all fights against OWNER, CONTRACTOR, ENGINEER, ENGIN EER's Consultants and all other additional insureds for all losses and damages caused by, arising out of or resulting from any of the perils covered by such policies and any other property insurance applicable to the Work. If the insurers on any such policies require separate waiver forms to be signed by any Subcontractor or Supplier, CONTRACTOR will obtain the sanle. Patent Fees and Royalties: 6.12. CONTRACTOR shall pay all license fees and royal- ties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product or device is specified in the Contract Documents for use in the performance of the Work and if to the actual knowledge 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. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harm- less OWNER, ENGINEER, ENGINEER's Consultants and the officers, directors, employees, agents and other consultants of each and any of them from and against all claims, costs, losses and damages arising out of or resulting from any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorpora- tion in the Work of any invention, design, process, product or device not specified in the Contract Documents. ,~ 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 charges asd i~i~ion fceo 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 connec- tions 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 Reg,_,t,,__n.'ons: 6.14. I. CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to furnishing and performance of the Work. Except where otherwise expressly required by applicable Laws and Regnlations, neither OWNER nor ENGINEER shall be responsible for monitoring CON- TRACTOR's compliance with any Laws or Regulations. 6.14.2. If CONTRACTOR performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, CONTRACTOR shall bear all claims, costs, losses and damages caused by, arising out of or resulting therefrom; however, it shall not be CONTRACTOR's pri- mary responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve CONTRACTOR of CONTRAC- TOR's obligations under paragraph 3.3.2. 6.15. CONTRACTOR shall pay all sales, consumer, use and other similar taxes required to be paid by CONTRACTOR in accordance with the Laws and Regulations of the place of ** Indicates paragraph altered or deleted by Supplementary Conditions the Project which are applicable during the performance of the Work. the Work, these record documents, Samples and Shop Draw- ings will be delivered to ENGINEER for OWNER. Use of Premises: 6.16. CONTRACTOR shall confine construction equip- ment, the storage of materials and equipment and the opera- tions of workers to the site and land and areas identified in and permitted by the Contract Documents and other land and areas permitted by Laws and Regulations, rights-of-way, permits and easements, and shall not unreasonably encumber the premises with construction equipment or other materials or equipment. CONTRACTOR shall assume full responsibility for any dam- age to any such land or area, or to the owner or occupant thereof or of any adjacent !and or areas, resulting from the performance of the Work. Should any claim be made by any such owner or occupant because of the performance of the Work, CONTRACTOR shall promptly settle with such other party by negotiation or otherwise resolve the claim by arbitra- lion or other dispute resolution proceeding or at law. CON- TRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold harmless OWNER, ENG!- NEER, ENGINEER's Consultant and anyone directly or indirectly employed by any of them from and against all claims, costs, losses and damages arising out of or resulting from any claim or action, legal or equitable, brought by any such owner or occupant against OWNER, ENGINEER or any other party indemnified hereunder to the extent caused by or based upon CONTRACTOR's performance of the Work. 6.17. During the progress of the Work, CONTRACTOR shall keep the premises free from accumulations of waste materials, rubbish and other debris resulting from the Work. At the completion of the Work CONTRACTOR shall remove all waste materials, rubbish and debris from and about the pre- raises as well as all tools, appliances, construction equipment and machinery and surplus materials. CONTRACTOR shall leave the site clean and ready for occupancy by OWNER at Substantial Completion of the Work. CONTRACTOR shall restore to original condition all property not designated for alteration by the Contract Documents. 6.18. CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures that will endanger it. Record Documents: 6.19. CONTRACTOR shall maintain in a safe place at the site one record copy of all Drawings, Specifications, Addenda, Written Amendments, Change Orders, Work Change Direc- tires, Field Orders and written interpretations and clarifica- tions (issued pursuant to paragraph 9.4) in good order and annotated to show all changes made during construction. These record documents together with all approved Samples and a counterpart of all approved Shop Drawings will be available to ENGINEER for reference. Upon completion of Safety 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 provide the necessary protection to prevent damage, injury or loss to: 6.20.1. all persons on the Work site or who may be affected by the Work; 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, roadways, structures, utilities and Underground Facilities not desig- nated 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 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. CONTRACTOR shall notify own- ors 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 protection, removal, relocation and replacement of their property. All damage, injury or loss to any property referred to in paragraph 6.20.2 or 6.20.3 caused, directly or indirectly, in whole or in part, by CONTRACTOR, any Subcontractor, Supplier or any other person or organization directly or indirectly 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 ENGINEER's Consultant or anyone employed by any of them or anyone for whose acts any of them may be liable, and not attributable, directly or indi- rectly, in whole or in part, to the fault or negligence of CONTRACTOR or any Subcontractor, Supplier or other per- son or organization directly or indirectly employed by any of them). CONTRACTOR's duties and responsibilities for safety and for 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 accordance with para- graph 14.13 that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Comple- tion). Safety Representative: 6.21 .' CONTRACTOR shall designate a qualified and expe- rienced safety representative at the site whose duties and 26 responsibilities shall be the prevention of accidents and the maintaining and supervising of safely precautions and pro- grams. Hazard Communication Programs: 6.22. CONTRACTOR shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers at the site in accor- dance with Laws or Regulations. Emergencies: 6.23. in emergencies affecting the safety or protection of persons or the Work or property at the site or adjacent thereto, CONTRACTOR, without special instruction or au- thorization from OWNER or ENGINEER, is obligated to act to prevent threatened damage, injury or loss. CON- TRACTOR shall give ENGINEER prompt written notice if CONTRACTOR believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If ENGINEER determines that a change in the Contract Documents is required because of the action taken by CONTRACTOR in response to such an emergency, a Work Change Directlye or Change Order will be issued to document the consequences of such action. 6.24. Shop Drawings and Samples: 6.24.1. CONTRACTOR shall submit Shop Drawings to ENGINEER for review and approval in accordance with the accepted schedule of Shop Drawings and Sample submittals (see paragraph 2.9). All submittals will be identified as ENGINEER may require and in the number of copies specified in the General Requirements. The data shown on the Shop Drawings will be complete with respect to quanti- ties, dimensions, specified performance and design criteria, materials and similar data to show ENGINEER the materi- als and equipment CONTRACTOR proposes to provide and to enable ENG1NEER to review the information for the limited purposes required by paragraph 6.26. 6.24.2. CONTRACTOR shall also submit Samples to ENGINEER for review and approval in accordance with said accepted schedule of Shop Drawings and Sample sub- mittals. Each Sample will be identified clearly as to material, Supplier, pertinent data such as catalog numbers and the use for which intended and otherwise as ENGINEER may require to enable ENGINEER to review the submittal for the limited purposes required by paragraph 6.26. The num- bers of each Sample to be submitted will be as specified in the Specifications. 6.25. Submi_n_~! Procedures: 6.25.1. Before submitting each Shop Drawing or Sam- pie, CONTRACTOR shall have determined and verified: 6.25.1.1. all field measurements, quantities. dimen- sions, specified performance criteria, installation require- ments, materials, catalog numbers and similar information with respect thereto, 6.25.1.2. all materials with respect to intended use, fabrication, shipping, handling, storage, assembly and installation pertaining to the performance of the Work, and 6.25.1.2. all information relative to CONTRACTOR's sole responsibilities in respect of means, methods, tech- niques, sequences and procedures of construction and safety precautions and programs incident thereto. CONTRACTOR shall also have reviewed and coordinated each Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents. 6.25.2. Each submittal will bear a stamp or specific written indication that CONTRACTOR has satisfied CON- TRACTOR's obligations under the Contact Documents with respect to CONTRACTOR'S review and approval of that submittal. 6.25.3. At the time of each submission, CONTRACTOR shall give ENGINEER specific written notice of such vari- ations, if any, that the Shop Drawing or Sample submitted may have from the requirements of the Contract Documents, · such notice to be in a written communication separate from the submittal; and, in addition, shall cause a specific notation to be made on each Shop Drawing and Sample submitted to ENGINEER for review and approval of each such variation. 6.26. ENGINEER will review and approve Shop Drawings and Samples in accordance with the schedule of Shop Draw- ings and Sample submittals accepted by ENGINEER as re- quired by paragraph 2.9. ENGINEER's review and approval will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. ENGINEER's review and approval will not extend to means, methods, techniques, sequences or procedures of construction (except where a particular means, method, technique, se- quence or procedure of construction is specifically and ex- pressly called for 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. CONTRACTOR shall make corrections required by ENGINEER, and shall return the required number of corrected copies of Shop Draw- ings and submit as required new Samples for review and approval. CONTRACTOR shall direct 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 respon- sibility for any variation from the requirements of the Contract 27 Documents unless CONTRACTOR has in writing called EN- GINEER's attention to each such variation at the time of submission as required by paragraph 6.25.3 and ENGINEER has given written approval of each such variation by 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 complying with the requirements of paragraph 6.25. I. 6.28. Where a Shop Drawing or Sample is required by the Contract Documents or the schedule of Shop Drawings and Sarapie submissions accepted by ENGINEER as required by paragraph 2.9, any related Work performed prior to ENGI- NEER's review and approval of the pertinent submittal will be at the sole expense and responsibility of CONTRACTOR. Continuing the Work: 6.29. CONTRACTOR shall carry on the Work and adhere to the profess 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 paragraph 15.5 or as OWNER and CONTRAC- TOR may otherwise agree in writing. 6.30. CONTRACTOR's General Warranty and Guarantee: 6.30.1. CONTRACTOR warrants and guarantees to OWNER, ENGINEER and ENGINEEWs Consultants that all Work will be in accordance with the Contract Documents and will not be defective. CONTRACTOR's warranty and guarantee hereunder excludes defects or damage caused by: 6.30.1. !. abuse, modi~cation or improper maintenance or operation by persons other than CONTRACTOR, Sub- contractors or Suppliers; or 6.30. 1.2. normal wear and tear under normal usage. 6.30.2. CONTRACTOR's obligation to perform and com- plete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is 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: 6.30.2.1. observations by ENGINEER; 6.30.2.3. recommendation of any progress or final payment by ENGINEER; 6.30.2.3. the issuance of a certificate of Substantial Completion or any payment by OWNER to CONTRAC- TOR under the Contract Documents; 6.30.2.4. use or occupancy of the Work or any part thereof by OWNER; 6.30.2.5. any acceptance by OWNER or any failure to do so; 6.30.2.6. any review and approval of a Shop Drawing or Sample submittal or the issuance of a notice of accept- ability by ENGINEER pursuant to paragraph 14.13; 6.30.2.7. any inspection, test or approval by others; or 6.30.2.8. any correction of defective Work by OWNER. Indemnification: 6.31. To the fullest extent permitted by Laws and Regula- tions, CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER, ENGINEER's Consultants and the officers, directors, employees, agents and other consultants of each and any of them from and against all claims, costs, losses and damages (including but not limited to all fees and charges of engineers, architects, attorneys and other professionals and all court or arbitration or other dispute resolution costs) caused by, arising out of or resulting from the performance of the Work, provided that any such claim, cost, loss or damage: (i) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom, and (ii) is caused in whole or in part by any negligent act or omission of CONTRACTOR, any Subcontractor, any Supplier, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not caused in part by any negligence or omission of a person or entity indemnified hereunder or whether liability is imposed upon such indemnified party by Laws and Regulations regard- less of the negligence of any such person or entity. 6.32. In any and all claims against OWNER or ENGI- NEER or any of their respective consultants, agents, officers, directors or employees by any employee (or the survivor or pei'sonal representative of such employee) of CONTRACTOR, any Subcontractor, any Supplier, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work, or anyone for whose acts any of them may be liable, the indemnification obligation under paragraph 6.31 shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for CONTRACTOR or any such Subcontractor, Supplier or other person or organization under workers' compensation acts, disability benefit acts or other employee benefit acts. 6.33. The indemnification obligations of CONTRACTOR under paragraph 6.31 shall not extend to the liability of ENGI- NEER and ENGINEER's Consultants, officers, directors, employees or agents caused by the professional negligence, errors or omissions of any of them. Survival of Obligations: 6.34. All representations, indemnifications, warranties and guarantees made in, required by or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final pay- ment, completion and acceptance of the Work and termination or completion of the Agreement. ARTICLE 7---OTHER WORK Related Work at Site: 7.1. OWNER may perform other work related to the Project at the site by OWNER's own forces, or let other direct contracts therefor which shall contain General Condi- tions similar to these, or have other work performed by utility owners. If the fact that such other work is to be performed was not noted in the Contract Documents, then: (i) written notice thereof will be given to CONTRACTOR prior to starting any such other work, and (ii) CONTRAC- TOR may make a claim therefor as provided in Articles I I and 12 if CONTRACTOR believes that such performance will involve additional expense to CONTRACTOR or re- quires additional time and the parties are unable to agree as to the amount or extent thereof. 7.2. CONTRACTOR shall afford each other contractor who is a party to such a direct contract and each utility owner (and OWNER, if OWNER is performing the addi- tional work with OWNER's employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of mateddais and equipment and the execution of such other work and shall properly connect and coordinate the Work with theirs. Unless otherwise provided in the Contract Documents, CONTRACTOR shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and inte- grate with such other work. CONTRACTOR shall not en- danger any work of others by cutting, excavating or other- wise 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 of CONTRACTOR under this paragraph are for the benefit of such utility owners and other contractors to the extent that there are comparable provisions for the benefit of CON- TRACTOR in said direct contracts between OWNER and such utility owners and other contractors. 7.3. If the proper execution or results of any part of CONTRACTOR's Work depends upon work performed by others under this Article 7, CONTRACTOR shall inspect such other work and promptly report to ENGINEER in writing any delays, defects or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of CONTRACTOR's Work. CONTRACTOR's failure so to report will constitute an acceptance of such other work as fit and proper for integration with CONTRACTOR's Work except for latent or nonapparent defects and deficiencies in such other work. Coordination: 7.4. If OWNER contracts with others for the performance of other work on the Project at the site, the following will be set forth in Supplementary Conditions: 7.4.1. the person, firm or corporation who will have authority and responsibility for coordination of the activities among the various prime contractors will be identified; 7.4.2. the specific matters to be covered by such author- ity and responsibility will be itemized; and 7.4.3. the extent of such authority and responsibilities will be provided. Unless otherwise provided in the Supplementary Condi- tions, OWNER shall have sole authority and responsibility in respect of such coordination. ARTICLE 8--OWNER'S RESPONSIBILITIES 8. i. Except as otherwise provided in these General Condi- tions, OWNER shall issue all communications to CONTRAC- TOR 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 status under the Contract Documents shall be that of the former ENGINEER. 8.3. OWNER shall furnish the data required of OWNER under the Contract Documents promptly and shall make pay- ments to CONTRACTOR promptly when 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 surveys to establish ref- erence points are set forth in paragraphs 4.1 and 4.4. Paragraph 4.2 refers to OWNER's identifying and making available to CONTRACTOR copies of reports of explorations and tests of subsurface conditions at the site and drawings of physical conditions in existing structures at or contiguous to the site that have been utilized by ENGlNEER in preparing the Contract Documents. 8.5. OWNER's responsibilities in respect of purchasing and maintaining liability and property insurance are set forth in paragraphs 5.5 through 5.10. 8.6. OWNER is obligated to execute Change Orders as indicated in paragraph 10.4. 8.7. OWNER's responsibility in respect of certain inspec- tions, tests and approvals is set forth in paragraph 13.4. 8.8. in connection with OWNER's right to stop Work or suspend Work, see paragraphs 13.10 and 15.1. Paragraph 15.2 deals with OWNER's right to terminate services of CON- TRACTOR under certain circumstances. 8.9. The OWNER shall not supervise, direct or have control or authority over, nor be responsible for, CONTRAC- TOR's means, methods, techniques, sequences or procedures of construction or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or perfor- mance of the Work. OWNER will not be responsible for CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents. 8.10. OWNER'S responsibility in respect of undisclosed Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Materials uncovered or revealed at the site is set forth in paragraph 4.5. 8.11. If and to the extent OWNER has agreed to furnish CONTRACTOR reasonable evidence that financial arrange- ments have been made to satisfy OWNER's obligations under the Contract Documents, OWNER's responsibility in respect thereof will be as set forth in the Supplementary Conditions. observations of CONTRACTOR's Work ENGINEER will not supervise, direct, control or have authority over or be respon- sible for CONTRACTOR's means, methods, techniques, se- quences or procedures of construction, or the safety precau- tions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations appli- cable to the furnishing or performance of the Work. Project Representative: 9.3. if OWNER and ENG1NEER agree, ENGINEER will furnish a Resident Project Representative to assist ENGI- NEER in providing more continuous observation of the Work. The responsibilities and authority and limitations thereon of any such Resident Project Representative and assistants will be as provided in paragraph 9.13 and in the Supplementary Conditions. If OWNER designates another representative or agent to represent OWNER at the site who is not ENGI- NEER's Consultant, agent or employee, the responsibilities and authority and limitations thereon of such other person will be as provided in the Supplementary Conditions. ARTICLE 9--ENGINEER'S STATUS DURING CONSTRUCTION OWNER's Representative: 9.1. ENGINEER will be OWNER's representative during the construction period. The duties and responsibilities and the limitations of authority of ENG1NEER as OWNER's repre- sentalive during construction are set forth in the Contract Documents and shall not be extended without written consent of OWNER and ENGINEER. Visits to Site: 9.2. ENGINEER will make visits to the site at intervals appropriate to the various stages of construction as ENGI- NEER deems necessary in order to observe as an experienced and qualified design professional the progress that has been made and the quality of the various aspects of CONTRAC- TOR's executed Work. Based on information obtained during such visits and observations, ENGINEER will endeavor for the benefit of OWNER to determine, in general, if the Work is proceeding in accordance with the Contract Documents. EN- GINEER will not be required to make exhaustive or continu- ous on-site inspections to check the quality or quantity of the Work. ENGINEER's efforts will be directed toward providing for OWNER a greater degree of confidence that the completed Work will conform generally to the Contract Documents. On the basis of such visits and on-site observations, ENGINEER will keep OWNER informed of the profess of the Work and will endeavor to guard OWNER against defective Work. EN- G1NEER's visits and on-site observations are subject to all the limitations on ENGINEER's authority and responsibility set forth in paragraph 9.13, and particularly, but without limitation, during or as a result of ENGINEER's on-site visits or Ciari~ations and lnlerpretations: 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 the intent of and reasonably inferable from Contract Documents. Such written clarifications and interpretations will be binding on OWNER and CONTRAC- TOR. If OWNER or CONTRACTOR believes that a written clarification or interpretation justifies an adjustment in the Contract Price or the Contract Times and the parties are unable to agree to the amount or extent thereof, if any, OWNER or CONTRACTOR may make a written claim therefor as pro- vided in Article I ! 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 Times and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on OV~',IER and also on CONTRACTOR who shall perform the Work involved promptly. !f OWNER or CONTRACIX)R believes that a Field Order justifies an adjustment in the Contract Price or the Contract Times and the parties are unable to agree as to the amount or extent thereof, OWNER or CONTRACTOR may make a written claim therefor as provided in Article ! I or 12. Rejecting Defective Work: 9.6. ENGINEER will have authority to disapprove or reject Work which ENGINEER believes to be defective, or 3O that ENGINEER believes will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. ENGINEER will also have authority to require special inspec- tion or testing of the Work as provided in paragraph 13.9. whether or not the Work is fabricaled. installed or completed. Shop Drawings, Change Orders and Payments: 9.7. in connection with ENGINEER's authority as to Shop Drawings and Samples, see paragraphs 6.24 through 6.28 inclusive. 9.8. in connection with ENGINEER's authority as to Change Orders, see Articles 10, I I, and 12. 9.9. In connection with ENGINEER's authority as to Applications for Payment, see Article 14. Determinations for Unit Prices: 9.10. ENGINEER will determine the actual quantities and classifications of Unit Price Work performed by CONTRAC- TOR. ENGINEER will review with CONTRACTOR the EN- GINEER's preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application for Payment or otherwise). ENGINEER's written decision thereon will be final and binding upon OWNER and CONTRACTOR. unless, within ten days after the date of any such decision. either OWNER or CONTRACTOR delivers to the other and to ENGINEER written notice of intention to appeal from ENGINEER's decision and: (i) an appeal from ENGINEER's decision is taken within the time limits and in accordance with the procedures set forth in Exhibit GC-A, "Dispute Resolution Agreement;' entered into between OWNER and CONTRACTOR pursuant to Article 16, or (it) if no such Dispute Resolution Agreement has been entered into, a formal proceeding is instituted by the appealing party in a forum of competent jurisdiction to exercise such rights or remedies as the appealing party may have with respect to ENGINEER's decision. unless otherwise agreed in writing by OWNER and CONTRACTOR. Such appeal will not be subject to the procedures of paragraph 9. I I. to ENGINEER and the other party to the Agreement promptly (but in no event later than thirty days) after the start of the occurrence or event giving rise thereto. and written supporting data will be submitted to ENGINEER and the other party within sixty days after the start of such occurrence or event unless ENGINEER allows an additional period of time for the submission of additional or more accurate data in support of such claim. dispute or other matter. The opposing party shall submit any response to ENGINEER and the claimant within thirty days after receipt of the claimant's last submittal (unless ENG1NEER allows additional time). ENGINEER will render a formal decision in writing within thirty days after receipt of the opposing party's submittal. if any, in accordance with this paragraph. ENGINEER's written decision on such claim, dispute or other matter will be final and binding upon OWNER and CONTRACTOR unless: (i) an appeal from ENGINEER's decision is taken within the time limits and in accordance with the procedures set forth in EXHIBIT GC-A, "Dispute Reso- lution Agreement," entered into between OWNER and CON- TRACTOR pursuant to Article 16, or (it) if no such Dispute Resolution Agreement has been entered into. a written notice of intention to appeal from ENGINEER's written decision is delivered by OWNER or CONTRACTOR to the other and to ENGINEER within thirty days after the date of such decision and a formal proceeding is instituted by the appealing party in a forum of competent jurisdiction to exercise such rights or remedies as the appealing party may have with respect to such claim, dispute or other matter in accordance with applicable Laws and Regulations within sixty days of the date of such decision. unless otherwise agreed in writing by OWNER and CONTRACTOR. 9.12. When functioning as interpreter and judge under paragraphs 9. l0 and 9. I I, ENGINEER will not show partiality to OWNER or CONTRACTOR and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. The rendering of a decision by ENGINEER pursuant to paragraphs 9.10 or 9.11 with respect to any such claim. dispute or other matter (except any which have been waived by the making or acceptance of final payment as provided in paragraph 14.15) will be a condition precedent to any exercise by OWNER or CONTRACTOR of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such claim, dispute or other matter pursuant to Article 16. Decisions on Disputes: 9.11. ENGINEER will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. Claims. disputes and other matters relating to the acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to the performance and furnishing of the Work and Claims under Articles I I and 12 in respect of changes in the Contract Price or Contract Times will be referred initially to ENGINEER in writing with a request for a formal decision in accordance with this paragraph. Written notice of each such claim, dispute or other matter will be delivered by the claimant 9.13. Limlt,,nnns on ENGINEER's Authority and Responsibilities: 9.13. I. Neither ENGINEER's authority or responsibil- ity under this Article 9 or under any other provision of the Contract Documents nor any decision made by ENGIN E ER in good faith either to exercise or not exercise such authority or responsibility or the undertaking, exercise or performance of any authority or responsibility by ENGINEER shall create, impose or give rise to any duty owed by ENGINEER to CONTRACTOR, any Subcontractor. any Supplier, any other person or organization, or to any surety for or em- ployee or agent of any of them. 31 9.13.2. ENGINEER will not supervise, direct, control or have authority over or be responsible for CONTRAC- TOR's means, methods, techniques, sequences or proce- dures of construction, or the safety precautions and pro- grams incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or performance of the Work. ENG IN EER will not be responsible for CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Docu- ments. 19.13.3. 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 perform- ing or furnishing any of the Work. 9.13.4. ENGINEER's review ofthe final Application for Payment and accompanying documentation and all mainte- nance and operating instructions, schedules, guarantees. bonds and certificates of inspection, tests and approvals and Other documentation required to be delivered by paragraph 14.12 will only be to determine generally that their content complies with the requirements of, and in the case of certificates of inspections, tests and approvals that the results certified indicate compliance with. the Contract Doc- uments. 9.13.5. The limitations upon authority and responsibility set forth in this paragraph 9.13 shall also apply to ENGI- NEER's Consultants, Resident Project Representative and assistants. 10.4. OWNER and CONTRACTOR shall execute appro- priate Change Orders recommended by ENGINEER (or Writ- ten Amendments) coveting: 10.4.1. changes in the Work which are (i) ordered by OWNER pursuant to paragraph 10. I, (ii) required because of acceptance of defective Work under paragraph 13.13 or correcting defective Work under paragraph 13.14, or (iii) agreed to by the parties; 10.4.2. changes in the Contract Price or Contract Times which are agreed to by the parties; and 10.4.3. changes in the Contract Price or Contract Times which embody the substance of any written decision ren- dered by ENGINEER pursuant to paragraph 9. I I; provided that, in lieu of executing any such Change Order. an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal. CON- TRACTOR shall carry on the Work and adhere to the progress schedule as provided in paragraph 6.29. 10.5. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (includ- ing, but not limited to, Contract Price or Contract Times) is required by the provisions of any Bond to be given to a surety, the giving of any such notice will be CONTRACTOR's respon- sibility, and the amount of each applicable Bond will be adjusted accordingly. ARTICLE 10--CHANGES IN THE WORK 10.1. 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. Such additions, deletions or revisions will be authorized by a Written Amendment, a Change Order, or a Work Change Directlye. Upon receipt of any such document, CONTRAC- TOR shall promptly proceed with the Work 'involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically pro- vided). 10,2. If OWNER and CONTRACTOR are unable to agree as to the extent, if any, of an adjustment in the Contract Price or an adjustment of the Contract Times that should be allowed as a result of a Work Change Directlye, a claim may be made therefor as provided in Article I I or Article 12. 10.3. CONTRACTOR shall not be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to any Work performed that is not required by the Contract Documents as amended, modified and supplemented as provided in paragraphs 3.5 and 3.6 except in the case of an emergency as provided in paragraph 6.23 or in the case of uncovering Work as provided in paragraph 13.9. ARTICLE I I--CHANGE OF CONTRACT PRICE I 1. I. The Contract Price constitutes the total compensa- lion (subject to authorized adjustments) payable to CON- TRACTOR for performing the Work. All duties, responsibili- ties and obligations assigned to or undertaken by CONTRACTOR shall be at CONTRACTOR's expense without change in the Contract Price. I !.2. The Contract Price may only be changed by a Change Order or by a Written Amendment. Any claim for an adjust- ment in the Contract Price 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 start of the occurrence or event giving rise to the claim and stating the general nature of the claim. Notice of the amount of the claim with supporting data shall be delivered within sixty days after the start of such occurrence or event (unless ENGINEER allows additional time for claimant to submit additional or more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the adjustment claimed covers all known amounts to which the claimant is entitled as a result of said occurrence or event. All claims for adjustment in the Contract Price shall be determined by ENGINEER in accordance with paragraph 9. I I ifOWNER and CONTRACTOR cannot otherwise agree on the amount involved. No claim for an adjustment in the Contract Price will 32 be valid if not submitted in accordance with this paragraph il.2. I 1.3. The value ofany Work covered by a Change Order or of any claim for an adjustment in the Contract Price will be determined as follows: 11.3.1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of paragraphs 11.9.1 through I 1.9.3, inclusive); ! 13.2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum (which may include an allowance for overhead and profit not necessarily in accordance with paragraph ! 1.6.2); ! 1.3.3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum is not reached under paragraph 11.3.2, on the basis of the Cost of the Work (determined as provided in paragraphs i i.4 and ! 1.5) plus a CONTRACTOR's fee for overhead and profit (determined as provided in paragraph 11.6). Cost of the Work: i ! .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 I 1.5: 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. Such employees shall include without !im- itation superintendents, foremen and other personnel em- ployed full- time at the site. 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 shall include, but not be limited to, salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, work- ers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work after regular working hours, on Saturday, Sunday or legal holidays, shall be included in the above to the extent authorized by OWNER. ! ! .4.2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. All cash discounts shall accrue to CONTRACTOR unless OWNER deposits funds with CON- TRACTOR with which to make payments, in which case the cash discounts shall accrue to OWNER. All trade discounts, rebates and refunds and returns from sale of surplus mated- als and equipment shall accrue to OWNER, and CON- TRACIDR shall make provisions so that they may be obtained. 11.4.3. Payments made by CONTRACTOR to the Sub- contractors for Work performed or furnished by Subcontrac- tors. if required by OWNER, CONTRACTOR shall obtain competitive bids from sUbcontractors acceptable to OWN ER and CONTRACTOR and shall deliver such bids to OWNER who will then determine, with the advice of ENGINEER, which bids, if any, will be accepted. If any 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 and fee shall be determined in the same manner as CONTRACTOR's Cost of the Work and fee as provided in paragraphs 11.4, 11.5, 11.6 and 11.7. All subcontracts shall be subject to the other provisions of the Contract Documents insofar as applicable. 11.4.4. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, survey- ors, attorneys and accountants) employed for services spe- cifically related to the Work. 11.4.5. Supplemental costs including the following: I 1.4.5. I. The proportion of necessary transportation, travel and subsistence expenses of CON TRACTOR's em- ployees incurred in discharge of duties connected with the Work. 11.4.5.2. Cost, including transportation and mainte- nance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workers, which are con- sumed in the performance of the Work, and cost less market value of such items used but not consumed which remain the property of CONTRACTOR. 11.4.5.3. Rentals of all construction equipment and machinery and the pans thereof whether rented from CONTRACTOR or others in accordance with rental agree- ments approved by OWNER with the advice of ENGI- NEER, and the costs of transportation, loading, unload- ing, installation, dismantling and removal thereof--all in accordance with the terms of said rental agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the Work. 1 ! .4.5.4. Sales, consumer, use or similar taxes related to the Work, and for which CONTRACTOR is liable, imposed by Laws and Regulations. 11.4.5.5. Deposits lost for causes other than negli- gence of CONTRACTOR, any Subcontractor or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. 33 ii .4.5.6. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by CONTRACTOR in connection with the performance and furnishing of the Work (except losses and damages within the deductible amounts of property insurance established by OWN ER in accordance with paragraph 5.9), provided they have re- sulted from causes other than the negligence of CON- TRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settle- merits made with the written consent and approval of OWNER. No such losses, damages and expenses shall be included in the Cost of the Work for the purpose of determining CONTRACTOR's fee. lf, however, any such loss or damage requires reconstruction and CONTRAC- TOR is placed in charge thereof, CONTRACTOR shall be paid for services a fee proportionate to that stated in paragraph I 1.6.2. I 1.4.5.7. The cost of utilities, fuel and sanitary facili- ties at the site. ! 1.4.5.8. Minor expenses such as telegrams, long dis- lance telephone calls, telephone service at the site, ex- pressage and similar petty cash items in connection with the Work. 1 ! .4.5.9. Cost of premiums for additional Bonds and insurance required because of changes in the Work. !1.5. The term Cost of the Work shall not include any of the following: ! ! .5. i. Payroll costs and other compensation of CON- TRACTOR's officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, ar- chitccts, cstimators, attorncys, auditors, accountants, pur- chasing and contracting agents, expediters, timekeepers, clerks and other personnel employed by CONTRACTOR whether at the site or in CONTRACTOR's principal or a branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in paragraph I 1.4.1 or specifically covered by paragraph I 1.4.4---all of which are to be consid- crcd administrative costs covered by the CONTRACTOR's fee. 11.5.2. Expenses of CONTRACTO R's principal and branch offices other than CONTRACTOR' s office at the site. II .5.3. Any part of CONTRACTOR's capital expenses, including interest on CONTRACTOR's capital employed for the Work and charges against CONTRACTOR for delin- quent 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 subparagraph 11.4.5.9 above). 11.5.5. Costs due to the negligence of CONTRAC- TOR, any Subcontractor, or anyone directly or indi- rectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction o.f defective Work, disposal of materials or equipment wrongly supplied and making good any damage to property. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in paragraph 11.4. I !.6. The CONTRACTOR's fee allowed to CONTRAC- TOR for overhead and profit shall be determined as follows: !1.6.1. a mutually acceptable fixed fee; or I 1.6.2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: 11.6.2.1. for costs incurred under paragraphs 11.4.1 and 11.4.2, the CONTRACTOR's fee shall be fifteen percent; !1.6.2.2. for costs incurred under paragraph I I .4.3, the CONTRA.CTOR's fee shall be five percent; I i .6.2.3. where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of paragraphs 11 .4.1, 11.4.2, I! .4.3 and !!.6.2 is that the Subcontractor who actually performs or furnishes the Work, at whatever tier, will be paid a fee of fifteen percent of the costs incurred by such Subcontractor under paragraphs 11.4. I and 11.4.2 and that any higher tier Subcontractor and CONTRACTOR will each be paid a fee of five percent of the amount paid to the next lower tier Subcontractor; i 1.6.2.4. no fec shall be payable on the basis of costs itemized under paragraphs 11.4.4, I 1.4.5 and 11.5; ! 1.6.2.5. the amount of credit to be allowed by CON- TRACTOR to OWNER for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in CONTRACTOR's fee by an amount equal to five percent of such net decrease; and I 1.6.2.6. when both additions and credits are involved in any one change, the adjustment in CONTRACTOR's fee shall be computed on the basis of the net change in accordance with paragraphs !1.6.2.1 through 11.6.2.5, inclusive. 11.7. Whenever the cost of any Work is to be determined pursuant to paragraphs 11.4 and 1 i.5, CONTRACTOR will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in form acceptable to ENGINEER an itemized cost breakdown to- gether with supporting data. 34 Cash Allowances: I 1.8. It is understood that CONTRACTOR has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be fur- hishod and performed for such sums as may be acceptable to OWNER and ENGINEER. CONTRACTOR agrees that: · 11.8. !. the allowances include the cost to CONTRAC- TOR (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the site, and all applicable taxes; and ! ! .8.2. CONTRACTOR's costs for unloading and han- dling on the site, labor, installation costs, overhead, profit and other expenses contemplated for the allowances have been included in the Contract Price and not in the allowances and no demand for additional payment on account of any of the foregoing 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 correspondingly adjusted. 11.9. Unit Price Work: ! 1.9.1. 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 price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated 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 quantities and classifica- tions of Unit Price Work performed by CONTRACTOR will be made by ENGINEER in accordance with paragraph 9.10. !!.9.2. Each unit price will be deemed to include an amount considered by CONTRACTOR to be adequate to cover CONTRACTOR's overhead and profit for each sepa- rarely identified item. 11.9.3. OWNER or COlqTRACTOR ,,r.y ,,.alto a claiax for an adjteh~cnt in the Cor~ ~ct I~ ;~c in a~da~ ~, ~h A~elc I! if: 11.9.3. I. the quantity of any it~n of Unit Pfiec Work ped~.,,,cd by CONTRACTOR o~4~cr.~ ,,,me,Zedly and ni~eantly froas the esti,,med quantity of such its... indi eatcd in the Agrec,,,cat; and I 1.9.3.2. there is no co,,csponding ~jush,,cnt ~th rospeet to any ~thcr it~x, of W6, k; 11.9.3.3. if CONTRACTOR believes that CONTRAC TOR i~ entitlod to an inor~m~go in Contrast Pri~ as a rosult' of having iaeor;ed additional c~pcnac or OWNER be' lieges Ihat OWNER is entitled to a decrc~c in Contru~ ~ and the pafiies are unable to ngrcc ~ to the a~ount of any ~oh ine~e or dccrc~c. ARTICLE 12--CHANGE OF CONTRACT TIMES 12.1. The Contract Times (or Milestones) may only be changed by a Change Order or a Written Amendment. Any claim for an adjustment of the Contract Times (or Milestones) 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 delivered within sixty days after such occurrence (unless ENGINEER allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by the claimant's written statement that the adjustment 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 Times (or Milestones) shall be determined by ENGI- NEER in accordance with paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree. No claim for an adjustment in the Contract Times (or Milestones) will be valid if not submitted in accordance with the requirements of this paragraph 12. I. 12.2. All time limits stated in the Contract Documents are of the essence of the Agreement. 12.3. Where CONTRACTOR is prevented from complet- ing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of CONTRAC- TOR, the Contract Times (or Milestones) will be extended in an amount equal to the time lost due to such delay if a claim is made therefor as provided in paragraph 12.1. Delays beyond the control of CONTRACTOR shall include, but not be limited to, acts or neglect by OWNER, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires. floods, epidemics, abnormal weather condi- tiOnS or acts of God. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of CONTRACTOR. 12.4. Where CONTRACTOR is prevented from complet- ing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of both OWNER and CONTRACTOR, an extension of the Contract Times (or Milestones) in an amount equal to the time lost due to such delay shall be CONTRACTOR's sole and exclusive remedy for such delay. In no event shall OWNER be liable to CONTRAC- TOR, any Subcontractor, any Supplier, any other person or organization, or to any surety for or employee or agent of any of.them, for damages arising out of or resulting from (i) delays caused by or within the control of CONTRACTOR, or (ii) 35 ** Indicates paragraph altered or deleted by Supplementary Conditions delays beyond the control of both parties including but not limited to fires, floods. epidemics, abnormal weather condi- tions, acts of God or acts or neglect by utility owners or other contractors performing other work as contemplated by Article 7. ARTICLE 13--TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.1. Notice of Defects: Prompt notice of all defective Work of which OWNER or ENGINEER have actual knowl- edge will be given to CONTRACTOR. All defective Work may be rejected, corrected or accepted as provided in this Article 13. approval. CONTRACTOR shall also be responsible for arrang- ing and obtaining and shall pay all costs in connection with any inspections, tests or approvals required for OWNER's and ENGINEER's acceptance of materials or equipment to be incorporated in the Work, or of materials, mix designs, or equipment submitted for approval prior to CONTRACTOR's purchase thereof for incorporation in the Work. 13.6. if any Work (or the work of others) that is to be inspected, tested or approved is covered by CONTRACTOR without written concurrence of ENGINEER, it must, if re- quested by ENGINEER, be uncovered for observation. 13.7. Uncovering Work as provided in paragraph 13.6 shall be at CONTRACTOR's expense unless CONTRACTOR has given ENGINEER timely notice of CONTRACTOR's intcn- lion to cover the same and ENGINEER has not acted with reasonable promptness in response to such notice. ** Access to Work: 13.2. OWNER, ENGINEER, ENGINEER's Consultants, other representatives and personnel of OWNER, independent testing laboratories and governmental agencies with jurisdic- tional interests will have access to the Work at reasonable times for their observation, inspecting' and testing. CONTRACTOR shall provide them proper and safe conditions for such access and advise them of CONTRACTOR's site safety procedures and programs so that they may comply therewith as applicable. Tests and Inspections: 13.3. CONTRACTOR shall give ENGINEER timely no- tice of readiness of the Work for all required inspections, tests or approvals, and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. 13.4. OWNER shall employ and pay for the services of an independent testing laboratory to perform all inspections, tests, or approvals required by the Contract Documents except: 13.4. !. for inspections, tests or approvals covered by paragraph 13.5 below; 13.4.2. that costs incurred in connection with tests or inspections conducted pursuant to paragraph 13.9 below shall be paid as provided in said paragraph 13.9; and Uncovering Work: i 3.8. If any Work is covered contrary to the written request of ENGINEER, it must, if requested by ENGINEER, 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 re- quest, shall uncover, expose or otherwise make available for observation, inspection or testing as ENGINEER may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. if it is found that such Work is defective, CONTRACTOR shall pay all claims, costs, losses and damages caused by, arising out of or resulting from such uncovering, exposure, observation, inspection and testing and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); 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, may make a claim therefor as provided in Article I !. if, however, such Work is not found to be defective, CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Times (or Milestones), or both, directly attributable to such uncovering, exposure, ob- servation, inspection, testing, replacement and reconstruction; and, if the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a claim therefor as pro- vided in Articles !1 and 12. 13.4.3. as otherwise specifically provided in the Con- tract Documents. OWNER May Stop the Work: 13.5. If Laws or Regulations of any public body having jurisdiction require any Work (or part thereof) specifically to be inspected, tested or approved by an employee or other repre- sentalive of such public body, CONTRACTOR shall assume full responsibility for arranging and obtaining such inspections, tests or approvals, pay allcosts in co~ectio~ thc~v~tk, and furnish ENGINEER the required certificates of inspection, or 13.10. If the Work is defective, or CONTRACTOR fails to supply sufficient skilled workers or suitable materials or equip- ment, or fails to furnish or perform the Work in such a way that the completed Work will conform to the Contract Documents, OWNER may order CONTRAC'IDR to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of OWNER to stop the Work 36 Indicates paragraph altered or deleted by Supplymentary Conditions shall not give rise to any duty on the pan of OWNER to exercise this right for the benefit of CONTRACTOR or any surety or other party, Correction or Removal of Defective Work: 13.11. If required by ENGINEER, CONTRACTOR shall promptly, as directed, either correct all defective Work, whether or not fabricated, installed or completed, or, if the Work has been rejected by ENGINEER, remove it from the site and replace it with Work that is not defective. CONTRACTOR shall pay all claims, costs, losses and damages caused by or resulting from such correction or removal (including but not limited to all costs of repair or replacement of work of others). 13.12. Correction Period: 13.12.1. If within one year after the date of Substantial Completion or such longer period of time as may be pre- scribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Doc- uments or by any specific provision of the Contract Docu- ments, any Work is found to be defective, CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWN ER's written instructions: (i) correct such defec- tive Work, or, if it has been rejected by OWNER, remove it from the site and replace it with Work that is not defectfi'e, and (ii) satisfactorily correct or remove and replace any damage to other Work or the work of others resulting therefrom. If CONTRACTOR does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, OWNER may have the defective Work corrected or the rejected Work removed and replaced, and all claims, costs, losses and damages caused by or resulting from such re- moval and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by CONTRACTOR. 13.12.2. In special circumstances where a particular item of equipment is placed in continuous service before Substan- tial Completion of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Specifications or by Written Amendment. 13.12.3. Where defective Work (and damage to other Work resulting therefrom) has been corrected, removed or replaced under this paragraph 13.12, the correction period hereunder with respect to such Work will be extended for an additional period of one year after such correction or re- moval and replacement has been satisfactorily completed. Acceptance of Defective Work: 13.13. If, instead of requiring correction or removal and replacement of defective Work, OWN ER (and, prior to E NG I- NEER's recommendation of final payment, also ENGINEER) prefers to accept it, OWNER may do so. CONTRACTOR shall pay all claims, costs, losses and damages attributable to OWNER's evaluation of and determination to accept such defective Work (such costs to be approved by ENGINEER as to reasonableness). If any such acceptance occurs prior to ENGINEER's recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and OWN ER shall be entitled to an appropriate decrease in the Contract Price. and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 1 !. If the acceptance occurs after such recommenda- lion. an appropriate amount will be paid by CONTRACTOR to OWNER. OWNER May Correct Defective l~rk: 13.14. If CONTRACTOR fails within a reasonable time after written notice from ENGINEER to correct defective Work or to remove and replace rejected Work as required by ENGINEER in accordance with paragraph 13.11, or if CON- TRACTOR fails to perform the Work in accordance with the Contract Documents, or if CONTRACTOR fails to comply with any other provision of the Contract Documents, OWNER may, after seven days' written notice to CONTRACTOR, correct and remedy any such deficiency. In exercising the rights and remedies under this paragraph OWNER shall pro- ceed expeditiously. In connection with such 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 CONTRACTOR's services related thereto, take possess/on of CONTRACTOR's tools, appliances, construe- lion 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 representatives, agents and employees, OWNER's other con- tractors and ENGINEER and ENGINEER's Consultants a~:- cess to the site to enable OWNER to exercise the rights and remedies under this paragraph. All claims, costs, losses and damages incurred or sustained by OWNER in exercising such rights and remedies will be charged against CONTRACTOR 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, OWNER may make a claim therefor as provided in Article I I. Such claims, costs, losses and damages will include but not be limited to all costs of repair or replace- ment 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 Times (or Milestones) because of any delay in the performance of the Work attributable to the exercise by OWN ER of OWNER's rights and remedies hereunder. ARTICLE 14--PAYMENTS TO CONTRACTOR AND COMPLETION Schedule of Values: 14. I. The schedule of values established as provided in paragraph 2.9 will serve as the basis for progress payments and 37 will be incorporated into a form of Application For Payment acceptable Io ENGINEER. Progress payments on account of Unit Price Work will be based on the number of units com- pleted. Application for Progress Payment: 14.2. At least twenty days before the date established for each progress payment (but not more often than once a month), CONTRACTOR shall submit to ENGINEER for review an Application for Payment filled out and signed by CONTRACTOR covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. If payment is requested on the basis of materials and equip- ment not incorporated in the Work but delivered and suitably stored at the site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice or other documentation warranting that OWNER has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect OWNER' s interest therein, all of which will be satisfactory to OWNER. The amount of retainage with respect to progress payments will be as stipulated in the Agreement. CONTRACTOR's Warranty of Title: 14.3. CONTRACTOR warrants and guarantees that title to all Work, materials and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to OWNER no later than the time of payment free and clear of all Liens. Review of Applications for Progress Payment: 14.4. ENGINEER will, within ten days after receipt of each Application for Payment, either indicate in writing a recommendation of payment and present the Application to OWNER, or return the Application to CONTRACTOR indi- cating in writing ENGINEER's reasons for refusing to recom- mend payment. In the latter case, CONTRACTOR may make the necessary corrections and resubmit the Application. Ten days after presentation of the Application for Payment to OWNER with ENGINEER's recommendation, the amount recommended will (subject to the provisions of the last sen- tence of paragraph 14.7) become due and when due will be paid by OWNER to CONTRACTOR. 14.5. ENGINEER's recommendation of any payment re- quested in an Application for Payment will constitute a repre- sentation by ENGINEER to OWNER, based on ENG IN EER's on-site observations of the executed Work as an experienced and qualified design professional and on ENGINEER's review of the Application for Payment and the accompanying data and schedules, that to the best of ENGINEER's knowledge, infor- mation and belief: 14.5. !. the Work has progressed to the point indicated, 14.5.2. the quality of the Work is generally in accor- dance with the Contract Documents (subject to an evalu- ation 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 930, and to any other quali- fications stated in the recommendation), and 14.5.3. the conditions precedent to CONTRACTOR's being entitled to such payment appear to have been fulfilled in so far as it is ENGINEER's responsibility t° observe the Work. However, by recommending any such payment ENGINEER will not thereby be deemed to have represented that: (i) exhaustive or continuous on-site inspections have been made to check the quality or the quantity of the Work beyond the responsibilities specifically assigned to ENGINEER in the Contract Documents or (ii) that there may not be other matters or. issues between the parties that might entitle CONTRAC- TOR to be paid additionally by OWNER or entitle OWNER to withhold payment to CONTRACTOR. 14.6. ENGINEER's recommendation of any payment, in- eluding final payment, shall not mean that ENGINEER is responsible for CONTRACTOR's means, methods, techniques, sequences or procedures of construction, or the safety precau- tions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations appli- cable to the furnishing or performance of Work, or for any failure of CONTRACTOR to perform or furnish Work in accordance with the Contract Documents. 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 the representations to OWNER referred to in paragraph 14.5. ENGINEER may also refuse to recom- mend any such payment, or, because of subsequently discov- ered 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: 14.7.1. 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. ENGINEER has actual knowledge of the oc- currence of any of the events enumerated in paragraphs 15.2.1 through 15.2.4 inclusive. OWNER may refuse to make payment of the full amount recommended by ENGINEER because: 14.7.5. claims have been made against OWNER on account of CONTRACTORs performance or furnishing of the Work, 38 14.7.6. Liens have been filed in connection with the Work, except where CONTRACTOR has delivered a specific Bond satisfactory to OWNER to secure the satisfaction and discharge of such Liens, 14.7.7. there are other items entitling OWNER to a set-off against the amount recommended, or 14.7.8. OWNER has actual knowledge of the occur- rence of any of the events enumerated in paragraphs 14.7.1 through 14.7.3 or paragraphs 15.2.1 through 15.2.4 inclusive; but OWNER must give CONTRACTOR immediate written notice (with a copy to ENGINEER) stating the reasons for such action and promptly pay CONTRACTOR the amount so withheld, or any adjustment thereto agreed to by OWNER and CONTRACTOR, when CONTRACTOR corrects to OWN- ER's satisfaction the reasons for such action. Substantial Completion: 14.8. When CONTRACTOR considers the entire Work ready for its intended use CONTRACTOR shall notify OWNER and ENGINEER in writing that the entire Work is substantially complete (except for items specifically listed by CONTRAC- TOR as incomplete) and request that ENGINEER issue a certificate of Substantial Completion. Within a reasonable time thereafter, OWNER, CONTRACTOR and ENGINEER shall make an inspection of the Work to determine the status of completion. If ENGINEER does not consider the Work sub- stunttally complete, ENGINEER will notify CONTRACTOR in writing giving the reasons therefor. If ENGINEER considers the Work substantially complete, ENGINEER will prepare and deliver to OWNER a tentative certificate of Substantial Com- pletion which shall fix the date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment. OWNER shall have seven days after receipt of the tentative certificate during which to make written objection to ENGINEER as to any provisions of the certificate or attached list. If, after considering such objections, ENGINEER concludes that the Work is not substantially complete, ENGINEER will within fourteen days after submission of the tentative certificate to OWNER notify CONTRACTOR in writing, stating the reasons therefor. If, after consideration of OWNER's objections, EN- GINEER considers the Work substantially complete, ENGI- NEER will within said fourteen days execute and deliver to OWNER and CONTRACTOR a definitive certificate of Sub- stantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes from the tentative certificate as ENGINEER believes justified after consideration of any objections from OWNER. At the time of delivery of the tentative certificate of Substantial Completion ENGINEER will deliver to OWNER and CONTRACTOR a written recommendation as to division of responsibilities pend- ing final payment between OWNER and CONTRACTOR with respect to security, operation, safety, maintenance, heat, utili- ties, insurance and warranties and guarantees. Unless OWNER and CONTRACTOR agree otherwise in writing and so inform ENGINEER in writing prior to ENGINEER's issuing the definitive certificate of Substantial Completion, ENG 1N EER's aforesaid recommendation will be binding on OWNER and CONTRACTOR until final payment. 14.9. OWNER shall have the right to exclude CONTRAC- TOR from the Work after the date of Substantial Completion, but OWNER shall allow CONTRACTOR reasonable access to complete or correct items on the tentative list. Partial Utilization: 14.10. Use by OWNER at OWNER's option of any sub- stunttally completed part of the Work which: (i) has specifically been identified in the Contract Documents, or (it) OWNER, ENGINEER and CONTRACTOR agree constitutes a sepa- rately functioning and usable part of the Work that can be used by OWNER for its intended purpose without significant inter- ference with CONTRACTOR's performance of the remainder of the Work, may be accomplished prior to Substantial Com- pletion of all the Work subject to the following: 14.10.1. OWNER at any time may request CON- TRACTOR in writing to permit OWNER to use any such pan of the Work which OWNER believes to be ready for its intended use and substantially complete. If CON- TRACTOR agrees that such part of the Work is substan- tially complete, CONTRACTOR will certify to OWNER. and ENGINEER that such part of the Work is substan- tially complete and request ENGINEER to issue a certif- icate of Substantial Completion for that part of the Work. CONTRACTOR at any time may notify OWNER and ENGINEER in writing that CONTRACTOR considers any such pan of the Work ready for its intended use and substantially complete and request ENGINEER to issue a certificate of Substantial Completion for that pan of the Work. Within a reasonable time after either such request, OWNER, CONTRACTOR and ENGINEER shall make an inspection of that part of the Work to determine its status of completion. If ENG1NEER does not consider that part of the Work to be substantially complete, ENGI- NEER will notify OWNER and CONTRACTOR in writ- ing giving the reasons therefor. If ENGINEER considers that part of the Work to be substantially complete, the provisions of paragraphs 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. No occupancy or separate operation of part of the Work will be accomplished prior to compliance with the requirements of paragraph 5.15 in respect of property insurance. Final Inspection: 14.1 I. Upon written notice from CONTRACTOR that the entire Work or an agreed portion thereof is complete, ENGI- NEER will make a final inspection with OWNER and CON- TRACTOR and will notify CONTRACTOR in writing of all 39 particulars in which this inspection reveals that the Work is incomplete or defective. CONTRACTOR shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. Final Application for Payment: 14.12. After CONTRACTOR has completed all such cor- rections to the satisfaction of ENGINEER and delivered in accordance with the Contract Documents all maintenance and operating instructions, schedules, guarantees, Bonds, certifi- eates or other evidence of insurance required by paragraph 5.4, certificates of inspection, marked-up record documents (as provided in paragraph 6.19) and other documents, CONTRAC- TOR may make application for final payment following the procedure for progress payments. The final Application for Payment shall be accompanied (except as previously delivered) by: (i) all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by subparagraph 5.4.13, (ii) consent of the surety, if any, to final payment, and (iii) complete and legally effective releases or waivers (satisfactory to OWNER) of all Liens arising out of or filed in connection with the Work. In lieu of such releases or waivers of Liens and as approved by OWNER, CONTRAC- TOR may furnish receipts or releases in full and an affidavit of CONTRACTOR that: (i) the releases and receipts include all labor, services, material and equipment for which a Lien could be filed, and (ii) all payrolls, material and equipment bills and other indebtedness connected with the Work for which OWN ER or OWNER's property might in any way be responsible have been paid or otherwise satisfied. If any Subcontractor or Supplier fails to furnish such a release or receipt in full, CONTRACTOR may furnish a Bond or other collateral satis- factory to OWNER to indemnify OWNER against any Lien. CONTRACTOR. 14.14. If, through no fault of CONTRACTOR, final com- pletion of the Work is significantly delayed and if ENGINEER so confirms, OWNER shall, upon receipt of CONTRACTOR's final Application for Payment and recommendation of ENGI- NEER, and without terminating the Agreement, make pay- ment 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 Agreement, and if Bonds have been furnished as required in paragraph 5. I, the written con- sent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by CONTRACTOR to ENGINEER with the Appli- cation for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. Waiver of Claims: 14.15. The making and acceptance of final payment will constitute: 14.15.1. a waiver of all claims by OWNER against CONTRACTOR, except claims arising from unsettled Liens, from defective Work appearing after final inspection pursu- ant to paragraph 14.11, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from CONTRACTOR's continuing ob- !igations under the Contract Documents; and 14.15.2. a waiver of all claims by CONTRACTOR against OWNER other than those previously made in writing and still unsettled. Final Payment and Acceptance: 14.13. If, on the basis of ENGINEER's observation of the . Work during construction and final inspection, and ENGI- NEER's review of the final Application for Payment and accompanying documentation as required by the Contract Documents, ENGINEER is satisfied that the Work has been completed and CONTRACTOR's other obligations under the Contract Documents have been fulfilled, ENGINEER will, within ten days after receipt of the final Application for Payment, indicate in writing ENGINEER's recommendation of payment and present the Application to OWNER for pay- ment. At the same time ENGINEER will also give written notice to OWNER and CONTRACTOR that the Work is acceptable subject to the provisions of paragraph 14.15. Oth- erwise, 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 Application. Thirty days after the presentation to OWNER of the Applica- tion and accompanying documentation, in appropriate form and substance and with ENGINEER's recommendation and notice of acceptability, the amount recommended by ENGI- NEER will become due and will be paid by OWNER to ART1CLE 15---SUSPENSION OF WORK AND TERMINATION OWNER May Suspend Work: 15.1. At any time and without cause, OWNER may sus- pend the Work or any portion thereof for a period of not more than ninety days by notice in writing to CONTRACTOR and ENGINEER which will fix the date on which Work will be resumed. CONTRACTOR shall resume the Work on the date so fixed. CONTRACTOR shall be allowed an adjustment in the Contract Price or an extension of the Contract Times, or both, directly attributable to any such suspension if CONTRACTOR makes an approved claim therefor as provided in Articles I i and 12. OWNER May Terminate: 15.2. Upon the occurrence of any one or more of the following events: 15.2.1. if CONTRACTOR persistently fails to perform the Work in accordance with the Contract Documents (in- cluding, 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 adjusted from time to time pursuant to paragraph 6.6); 15.2.2. if CONTRACTOR disregards Laws or Regula- tions of any public body having jurisdiction; 15.2.2. if CONTRACTOR disregards the authority of ENGINEER; or 15.2.4. if CONTRAC'I~R otherwise violates in any sub- stantial way any provisions of the Contract Documents; OWNER may, after giving CONTRACTOR (and the surety, if any,) seven days' written notice and to the extent permit- ted by Laws and Regulations, terminate the services of CONTRACTOR, exclude CONTRACTOR from the site and take possession of the Work and of all 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 materi- als 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 Price exceeds all claims, costs, losses and damages sustained by OWNER arising out of or resulting from completing the Work such excess will be paid to CONTRACTOR. If such claims, costs, losses and dam- ages exceed such unpaid balance, CONTRACTOR shall pay the difference to OWNER. Such claims, costs, losses and damages incurred by OWNER will be reviewed by ENGI- NEER as to their reasonableness and when so approved by ENGINEER incorporated in a Change Order, provided that 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's services have been so ter- minated by OWNER, the termination will not affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of moneys due CONTRACTOR by OWNER will not release CONTRACTOR from liability. 15.4. Upon seven days' written notice to CONTRACTOR and ENGINEER, OWNER may, without cause and without prejudice to any other right or remedy of OWNER, elect to terminate the Agreement. in such case, CONTRACTOR shall be paid (without duplication of any items): 15.4.1. for completed and acceptable Work executed in accordance with the Contract Documents prior to the ¢ffec- live date of termination, including fair and reasonable sums for overhead and profit on such Work; 15.4.2. for expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials or equipment as required by the Contract Docu- ments in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; 15.4.3. for all claims, costs, losses and damages incurred in settlement of terminated contracts with Subcontractors, Suppliers and others; and 15.4.4. for reasonable expenses directly attributable to termination. CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. CONTRACTOR May Stop Work or Terminate: 15.5. If, through no act or fault of CONTRACTOR, the Work is suspended for a period of more than ninety days by OWNER or under an order of court or other public author- ity, or ENGINEER fails to act on any Application for Payment within thirty days after it is submitted or OWNER fails for thirty days to pay CONTRACTOR any sum finally determined to be due, then CONTRACTOR may, upon seven days' written notice to OWNER and ENGINEER, and provided OWNER or ENGINEER do not remedy such suspension or failure within that time, terminate the Agree- merit and recover from OWNER payment on the same terms as provided in paragraph' 15.4. In lieu of terminating the Agreement and without prejudice to any other right or remedy, if ENGINEER has failed to act on an Application for Payment within thirty days after it is submitted, or OWNER has failed for thirty days to pay CONTRACTOR any sum finally determined to be due, CONTRACTOR may upon seven day's written notice to OWNER and ENGI- NEER stop the Work until payment of all such amounts due CONTRACTOR, including interest thereon. The provisions of this paragraph 15.5 are not intended to preclude CON- TRACTOR from making claim under Articles 11 and 12 for an increase in Contract Price or Contract Times or otherwise for expenses or damage directly attributable to CONTRAC- TOR's stopping Work as permitted by this paragraph. ARTICLE 16---DISPUTE RESOLUTION If and to the extent that OWNER and CONTRACTOR have agreed on the method and procedure for resolving disputes between them that may arise under this Agreement, such dispute resolution method and procedure, if any, shall be as set forth in Exhibit GC-A, "Dispute Resolution Agreement," to be attached hereto and made a part hereof. If no such agreement on the method and procedure for resolving such disputes has been reached, and subject to the provisions of paragraphs 9.10, 9.11, and 9.12, OWNER and CONTRACTOR may exercise 41 titI [ T such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any dispute. ARTICLE 17--MISCELLANEOUS Giving Notice: 17.1. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. Computation of Times: 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 computation. 17.2.2. A calendar day of twenty-four hours measured from midnight to the next midnight will constitute a day. Notice of Claim: 17.3. Should OWNER or CONTRACTOR suffer injury or damage to person or property because of any error, omission or act of the other party or of any of the other party's employees or agents or others for whose acts the other party is legally liable, claim will be made in writing to the other party within a reasonable time of the first observance of such injury or damage. The provisions of this paragraph 17.3 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or repose. Cumulative Remedies: 17.4. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto, and, in particular but without limitation, the warranties, guarantees and obligations imposed upon CON- TRACTOR by paragraphs 6.12, 6.16, 6.30, 6.31, 6.32, 13.1, 13.12, 13.14, 14.3 and 15.2 and all of the rights and remedies available to OWNER and ENGINEER thereunder, arc in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee or by other provisions of the Contract Documcnts, and the provisions of this paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. Professional Fees and Court Costs Included: 17.5. Whenever reference is made to "claims, costs, losses and damages," it shall include in each case, but not be limited to, all fccs and charges of engineers, architects, attorneys and other professionals and all court or arbitration or other dispute resolution costs. [The remainder of this page was left blank intentionally.] 42 EXHIBIT GC-A to General Conditions of the Agreement Between OWNER and CON- TRACTOR Dated For use with EJCDC No. 1910-8 (1990 ed.) DISPUTE RESOLUTION AGREEMENT OWNER and CONTRACTOR hereby agree that Article 16 of the General Conditions to the Agreement between OWNER and CONTRACTOR is amended to include the following agreement of the parties: 16.1. All claims, disputes and other matters in question between OWNER and CONTRACTOR arising out of or relat- ing to the Contract Documents or the breach thereof (except for claims which have been waived by the making or accep- lance of final payment as provided by paragraph 14.15) will be decided by arbitration in accordance with the Construction industry Arbitration Rules of the American Arbitration Asso- elation 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 accordance herewith as provided in this Article 16 will be specifically 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 9.1 i will be made until the earlier of(a) the date on which ENGINEER has rendered a written decision or (b) the thirty-first 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. !l ; and the failure to demand arbitration within said thirty days' period will result in ENGINEER's decision being final and binding upon OWNER and CONTRACTOR. If ENGINEER renders a de- cision after arbitration proceedings have been initiated, such decision may be entcred as cvidcncc but will not supersede the arbitration proceedings, except where the decision is accept- able to the parties concerned. No demand for arbitration of any written decision of ENGINEER rendered in accordance with paragraph 9.10 will be made later than ten days after the party making such demand has delivered written 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 a copy will be sent to ENGINEER for information. The demand for arbitration will be made within the thirty-day or ten- day period specified in paragraph 16.2 as applicable, and in all other cases within a reasonable time after the claim, dispute or other matter in question has arisen, and in no event shall any such demand bc made after the date when institution of legal or equitable proceedings based on such claim, dispute or other matter in question would be barred by the applicable statute of limita- dons. 16.4. Except as provided in paragraph 16.5 below. no arbitration arising out of or relating to the Contract Documents shall include by consolidation, joinder or in any other manner any other person or entity (including ENGINEER, ENGI- NEER's Consultant and the officers, directors, agents, em- ployees or consultants of any of them) who is not a party to this contract unless: 16.4.1. the inclusion of such other person or entity is necessary if complete relief is to be afforded among those who are already parties to the arbitration, and 16.4.2. such other person or entity is substantially in- volved in a question of law or fact which is common to those who are already parties to the arbitration and which will arise in such proceedings, and 16.4.3. the written consent of the other person or entity sought to be included and of OWNER and CONTRACTOR has been obtained for such inclusion, which consent shall make specific reference to this paragraph; but no such consent shall constitute consent to arbitration of any dispute not specifically described in such consent or to arbitration with any party not specifically identified in such consent. 16.5. Notwithstanding paragraph 16.4 if a claim, dispute or other matter in question between OWNER and CONTRAC- TOR involves the Work of a Subcontractor, either OWNER or CONTRACTOR may join such Subcontractor as a party to the arbitration between OWNER and CONTRACTOR hereunder. CONTRACTOR shall include in all subcontracts required by paragraph 6.11 a specific provision whereby the Subcontractor consents to being joined in an arbitration between OWNER and CONTRACTOR involving the Work of such Subcontrac- tor. Nothing in this paragraph 16.5 nor in the provision of such subcontract consenting tojoinder shall create any claim, right or cause of action in favor of Subcontractor and against OWNER, ENGINEER or ENGINEER's Consultants that does not otherwise exist. 16.6. The award rendered by the arbitrators will bc final, judgment may be entered upon it in any court having jurisdic~ lion thereof, and it will not be subject to modification or appeal. [The remainder of this page was left blank intentionally.] GC-AI 16.7. OWNER and CONTRACTOR agree that they shall first submit any and all unsettled claims, counterclaims, dis- putes and other matters in question between them arising out of or relating to the Contract Documents or the breach thereof ("disputes"), to mediation by The American Arbitration As- sociation under the Construction Industry Mediation Rules of the American Arbitration Association prior to either of them initiating _ng~inst the other a demand for arbitration pursuant to paragraphs 16.1 through 16.6, unless delay in initiating arbitra- tion would irrevocably prejudice one of the parties. The respective thirty and ten day time limits within which to file a demand for arbitration as provided in paragraphs 16.2 and 16.3 above shall be suspended with respect to a dispute submitted to mediation within those same applicable time limits and shall remain suspended until ten days after the termination of the mediation. The mediator of any dispute submitted to mediation under this Agreement shall not serve as arbitrator of such dispute unless otherwise agreed. GC-A2 SECTION SC SUPPLEMENTARY CONDITIONS SECTION SC SUPPLEMENTARY CONDITIONS W&A #94-093 WATER MAIN These Supplementary Conditions amend or supplement the Standard General Conditions of the Construction Contract (No. 1910-8, 1983 ed.) and other provisions of the Contract Documents as indicated below. All provisions which are not so amended or supplemented remain in full force and effect. Numerical designations of the following sections correlate to the amended sections of the General Conditions. 1. DEFINITIONS 1.1 The terms used in these Supplementary Conditions which are defined in the Standard General Conditions of the Construction Contract (No. 1910-8, 1983 ed.) have the meanings assigned to them in the General Conditions. 1.2 Working Day - A working day is any calendar day except for the following: 1) Saturday or Sunday or any day designated as a holiday by the Ci of Coppell, 2) Any day in which weather or conditions not under control of the ~ONTRACTOR prevents construction of the work for a pedod of at least six (6) hours between 8:00 a.m. and 5:00 p.m. In these contract documents the term day refers to a calendar day unless specifically termed a working day. 2.3 COMMENCEMENT OF CONTRACT TIME; NOTICE TO PROCEED Delete paragraph 2.3 of the General Conditions in its entirety and insert the following in its place. "Commencement of Contract Time shall begin on the date indicated in the Notice to Proceed. OWNER may issue a Notice to Proceed at any time suitable to OWNER. Any provisions stipulating the time limits that a Notice to Proceed can be issued, must be mutually agreed upon by OWNER and CONTRACTOR pdor to executing the Agreement." 2.8 PRECONSTRUCTION CONFERENCE Delete the following language from the first sentence of Paragraph 2.8 of the General Conditions: "Within twenty days after the effective date of the Agreement, but..." 2.9 FINALIZING SCHEDULES The ENGINEER may give final approval to schedules as submitted in accordance with paragraphs 2.6 of the General Conditions or as determined in the Preconstruction f Con erence without convening a separate conference for that purpose, and will so notify the CONTRACTOR. Page SC-1 of 7 SECTION SC - SUPPLEMENTARY CONDITIONS (Continued) W&A #94-093 WATER MAIN 3.2INTENT Add the following language after the second sentence of paragraph 3.2 of the General Conditions: "In the event there are any conflicts between the plans, the specifications or other Contract Documents the pdodty of interpretation will be as follows: Si?:ne: Contract Agreement, Bonds, CONTRACTOR'S Proposal, Project Drawings or P Supplementary Conditions, General Conditions, Project Specifications, Referenced Specifications ." 4.2.1 EXPLORATIONS AND REPORTS No reports or explorations and tests of subsurface conditions at the site have been used by Wier & Associates, Inc. in preparation of the Contract Documents. GEOTECHNICAL STUDY- DENTON TAP ROAD BY EMCON Report No. 62958-001-001, dated May 18, 1995. CONTRACTOR may rely upon the accuracy of the technicel data contained in such reports except as qualified in the report, but not upon nontechnical data, interpretations or opinions contained therein or for the completeness thereof for Contractors purposes. CONTRACTOR is alerted to the fact that certain subsurface conditions may change with time (such as groundwater levels) and that bodngs provide isolated information at the specific bore location only. 4.2.2 EXISTING STRUCTURES The following drawings of physical conditions in or relating to existing surface and subsurface structures which are at or contiguous to the site have been used by ENGINEER in preparation of the Contract Documents: CONTRACTOR may rely upon the accuracy of the technical data contained in such drawings, but not for the completeness thereof for Contractor's purposes. o Denton Creek Bddge Widening Plans, Sheets 1 through 14, dated July 14, 1982 prepared by Dallas County Department of Public Works Water, Sanitary Sewer & Storm Drainage Improvements for Parkway Boulevard, High School Access Road and Tract 3, Sheets 1 through 21, dated February 9, 1989, prepared by Jerry Parch6, Consulting Engineer. Denton County Road Utility District No. 1, Water and Sewer Layout Sheet U-3, dated January 1986, prepared by Dannenbaum Engineering Corporation, Dallas, Texas. g Denton Tap Water Line Construction Plans, Sheets I through 9 dated June 1984, prepared by Ginn, Inc. Flower Mound Municipal Utility District No. 1, 30" Treated Water Supply Line Construction Plans, Sheets 9 through 11 dated March 1973, prepared by Shimex, Roming, Jacobs & Finklea. Page SC-2 of 7 SECTION SC - SUPPLEMENTARY CONDITIONS (Continued) W&A #94-093 WATER MAIN 4.3.2 UNDERGROUND FACILITIES Add the following language to the beginning of paragraph 4.3.2 of the General Conditions: "CONTRACTOR shall contact the dty water & sewer and public works departments and utility companies which have a franchise to operate in the area of the project site and shall determine the location of their fadlities at or contiguous to the site and shall protect same from damage dudng construction." 4.4 REFERENCE POINTS The construction plans indicate by coordinates the location of reference markers for horizontal control. The construction plans provide coordinates along the water line alignment on the same datum as the control. Vertical bench marks are referenced in the plans. This is the extent of survey control to be provided. Any additional construction layout shall be at the CONTRACTOR'S expense and subsidiary to pay items. 5.1 BONDS 5.1.1 Add the following language at the end of paregraph 5.1 of the General Conditions: "All Bonds shall be in accordance with the provisions of Article 5160, Revised Civil Statutes of Texas, as amended ." 5.1.2 Performance and Payment Bonds shall be fumished in favor of the OWNER for one hundred percent (100%) of the Contract Pdce. A Maintenance Bond shall be fumished in the amount of fifty percent (50%) of the Contract Pdce in favor of the OWNER for a pedod of two (2) years and shall be executed by an approved surety company authorized to do business in the State of Texas. 5.3 INSURANCE CONTRACTOR shall name the City of Coppell as an additional insured under CONTRACTOR'S general liability policy. The commercial liability insurance form of policy may be used in lieu of comprehensive general liability form. The limits of liability for the insurance required by paragraph 5.3 of the General Conditions shall provide coverage for not less than the following amounts or greater where required by laws and regulations. Each insurance policy to be fumished by successful BIDDER shall include, by endorsement to the policy, a statement that notice shall be given to the City of Coppell by Certified Mail thirty (30) days pdor to cancellation or upon any matedal change in coverage. 5.3.1 and 5.3.2. Workers' Compensation, etc. under paragraphs 5.3.1 and 5.3.2 of the · General Conditions: (1) State: Statutory (2) Applicable Federal (e.g. Longshoreman's): Statutory (3) Employer's Liability: $100,000 5.3.3, 5.3.4, 5.3.5 and 5.3.6 Comprehensive General Liability (under paragraphs 5.3.3 through 5.3.6 of the General Conditions): Page SC-3 of 7 SECTION SC - SUPPLEMENTARY CONDITIONS (Continued) W&A #94-093 WATER MAIN (1) (2) Bodily Injury (including completed operations and products liability): $500,000 $1,000,000 Property Damage: $500,000 $1,000,000 or a combined single limit of (3) Property Damage Liability Insurance will provide Underground coverages where applicable. Each Occurrence Annual Aggregate Each Occurrence Annual Aggregate $1,000,000 Explosion, Collapse and (4) Personal Injury, with employment exclusion deleted $500,000 5.3.7 Comprehensive Automobile Liability: (1) Bodily Injury: $500,000 $500,000 (2) Property Damage: $250,000 or combined single limit of 5.3.8 "Umbrella" Excess Liability: $2,000,000 combined limit, bodily injury and property damage. 5.4 CONTRACTUAL LIABILITY INSURANCE The contractual liability required by paragraph 5.4 of the General provide coverage for not less than the following amounts: 5.4.1 Bodily Injury: $500,000 5.4.2 Property Damage: $250,000 $250,000 5.6 PROPERTY INSURANCE The OWNER will not obtain Property Insurance. Annual Aggregate Each Person Each Occurrence Each Occurrence $750,000 Conditions shall Each Occurrence Each Occurrence Annual Aggregate The CONTRACTOR must provide insurance covedng the losses described in paragraph 5.6 of the General Conditions for all work in place and matedais on hand when such poffions of the work are to be included in an application for payment. Page SC-4 of 7 SECTION SC ~ SUPPLEMENTARY CONDITIONS (Continued) W&A #94-093 WATER MAIN 6.9 SUBCONTRACTORS AND SUPPUERS Add the following language to the end of paragraph 6.9 of the General Conditions: "OWNER may fumish to any such Subcontractor, Supplier or other person or organization, to the extent practicable, evidence of amounts paid to CONTRACTOR in accordance with CONTRACTOR'S applications for payment." 6.11 SUBCONTRACTOR AGREEMENTS Add the following language to the end of paragraph 6.11 of the General Conditions: "CONTRACTOR shall include provisions for limitation of ENGINEER'S Liability in all agreements with subcontractors as specified in paragraph 9.17." 6.13 INSPECTION FEES 16.13.1 Delete the following language from the third sentence of paragraph 6.13 of the General Conditions: "...and inspection fees..." 16.13.2 Add the following language to the end of paragraph 6.13 of the General Conditions: "OWNER shall assume full responsibility for normal working day inspection fees. Overtime inspection costs before 8:00AM and after 5:00PM shall be paid to the City by the CONTRACTOR. Overtime shall be requested in writing to the City Engineer and authorized." 6.14.3 LAWS AND REGULATIONS Not less than the prevailing wage rates established by the U.S. Department of Labor in compliance with the Davis-Bacon Act must be paid on this project. A current wage rate determination is included in these documents. 9.3 PERIODIC INSPECTION Delete section 9.3. The OWNER shall provide periodic inspection of the work by an authorized representative dudng normal hours on working days. A working day is defined as a week day beginning at 8:00AM and extending to 5:00PM excluding weekends and holidays observed by the City. Overtime inspection extending beyond normal working hours shall be requested by the CONTRACTOR in writing and may be authorized by the City Engineer. Overtime inspection shall be paid by the CONTRACTOR to the City. 9.10 UNIT PRICE CONTRACT It is the general intention of this contract to construct the proposed improvements as shown in the plans. Lengths, sizes, and quantities shown in the plans are presumed to be accurate as shown. The contract quantities as shown in the proposal or modified by change order are presumed to be the actual quantities required to construct the Work shown in the plans. CONTRACTOR shall satisfy himself that the quantities required by Page SC-5 of 7 SECTION SC - SUPPLEMENTARY CONDITIONS (Continued) W&A #94-093 WATER MAIN the plans and contract quantities am the same and shall notify ENGINEER in writing within 10 days of discovering an discrepancies in the quantities. The quantities shown in the proposal and as modifie~ by change order will be the actual quantities paid by the OWNER for the completion of the work. 11.9.3 UNIT PRICE ADJUSTMENT Paragraph 11.9.3 of the General Conditions is hereby deleted in its entirety and the following is substituted in its place: "The unit pdce of an item of Unit Pdce Work shall be subject to reevaluation and adjustment if the total cost of a particular item of Unit Pdce work amounts to 10% or more of the Contract Pdce and the variation in the contract pdce differs by more than 20% from the initial contrad pdce established on the effective date of the Agreement. CONTRACTOR or OWNER may make a claim for a change in the Contract pdce in accordance with Affide 11 of the General Conditions if the parties are unable to agree as to the amount of adjustment." 11.9.4 NO SEPARATE PAY ITEMS Any and all Work spedtic, ally called for in the Contract Documents or which is required for the proper construction of items called for in the Contract Documents is to be performed by CONTRACTOR unless specifically indicated otherwise. The cost of all work for which there is no separate pay item in the proposal shall be included in the pdce for a related pay item such that work called for or required by the Contract Documents will be constructed for the Contract Pdce. 13.5 TESTING ORGANIZATION Delete paragraph 13.4 of the General Conditions and insert the following in its place: "All testing required by the Plans and Sped~cations shall be paid for by the CONTRACTOR and shall be subsidiary to pay items. The testing laboratory selected by the CONTRACTOR must be approved by the City Engineer." Delete paragraph 13.5 of the General Conditions and insert the following in its place: "All inspections, tests or approvals shall be performed by organizations acceptable to OWNER." 14.2 APPLICATION FOR PROGRESS PAYMENTS Revise the first sentence of Paragraph 14.2 of the General Conditions to read as follows: "At least thirty (30) days before each progress payment .... " 14.6 ENGINEER'S RECOMMENDATION Delete paragraph 14.6 of the General Conditions. 15 SUSPENSION OF WORK AND TERMINATION Amend this section as follows: Page SC-6 of 7 SECTION SC - SUPPLEMENTARY CONDITIONS (Continued) W&A #94-093 WATER MAIN TERMINATION FOR DEFAULT: The City of Coppell reserves the dght to enforce the performance of this Contract in any manner prescribed by law or deemed to be in the best interest of the City in the event of breach or default of this Contract. The City of Coppell reserves the dght to terminate the Contract immediately in the event the successful Bidder fails to: 1. Meet schedules; 2. Defaults in the payment of any fees; or 3. Otherwise perform in accordance with these Specifications. Breach of Contract or default authorizes the City of Coppell to exercise any or all of the following dghts: 1. The City may take possession of the assigned premises and any fees accrued or becoming due to date; 2. The City may take possession of all goods, fixtures and materials of successful BIDDER therein and may foreclose its lien against such personal property, applying the proceeds toward fees due or thereinafter becoming due. In the event the successful BIDDER shall fail to perform, keep or observe any of the terms and conditions to be performed, kept or observed, the City shall give the successful BIDDER written notice of such default; and in the event said default is not remedied to the satisfaction and approval of the City within two (2) working days of receipt of such notice by the successful BIDDER, default will be declared and all the successful BIDDER'S dghts shall terminate. BIDDER, in submitting this bid, agrees that the City of Coppell shall not be liable to prosecution for damages in the event that the City declares the BIDDER in default. Page SC-7 of 7 SECTION WR WAGE RATE SCHEDULE PREVAHJNG WAGE RATE DETER_MINATION The City of Coppell is the contracting agency for this Government Funded construction project. The following statute requires any contracting agency to specify the generally prevailing rate of wages in contracts that are bid. Vernon's Texas Civil Statutes - Article 5159a: "Construction of Public Works in State and Municipal or Political Subdivisions; Prevailing Wage Rate to be maintained." Pursuant to the requirements of this statute, the City of Coppell, has ascertained the following rates of wages are paid to various classifications of workers in the locality of this project. Not less than the following hourly rates shall be paid for the various classifications of work required by this project. Workers in classifications where rates are not identified shall be paid not less than the general prevailing rate of "laborer" for the various classifications of work therein listed. The hourly rate for legal holiday and overtime work shall be not less than one and one-half (1 & 1/2) times the base hourly rate. The rates specified are journeyman rates. Apprentices may be used on the project and may be compensated at a rate determined mutually by the worker and employer, commensurate with the experience and skill of the worker but not at a rate not less than 60% of the journeyman' s wage as shown. At no time shall a journeyman supervise more than one (1) apprentice. All appre.ntices shall be under the direct supervision of a journeyman working as a crew. Welders shall receive the rate prescribed for the craft performing the operation to which the welding is incidental. General Decision Number TX930045 Superseded General Decision No. TX910045 State: TEXAS Construction Type: Heavy Highway County(ies): COLLIN GRAYSON ROCKWALL DALLAS JOHNSON TARRANT DENTON KAUFMAN WICHITA ELLIS PARKER HEAVY AND HIGHWAY CONSTRUCTION PROJECTS IN WICHITA COUNTY ONLY. HIGHWAY CONSTRUCTION PROJECTS ONLY FOR REMAINING COUNTIES Modification Number 0 Publication Date 02/19/1993 TX930045 - 1 COUNTY(ies): COLLIN DALLAS DENTON ELLIS GRAYSON JOHNSON KAUFMAN PARKER SUTX2043A 11/18/1991 AIR TOOL OPERATOR ASPHALT RAKER ASPHALT SHOVELER BATCHING PLANT WEIGHER BATTERBOARD SETTER CARPENTER CARPENTER HELPER CONCRETE FINISHER-PAVING CONCRETE FINISHER HELPER PAVING CONCRETE FINISHER-STRUCTURES CONCRETE FINISHER HELPER STRUCTURES CONCRETE RUBBER ELECTRICIAN ELECTRICIAN HELPER FLAGGER FORM BUILDER-STRUCTURES FORM BUILDER HELPER STRUCTURES FORM LINER-PAVING & CUrB FORM SETTER-PAVING & CURB FORM SETTER HELPER PAVING & CURB FORM SETTER-STRUCTURES FROM SETTER HELPER STRUCTURES '*LABORER-COMMON LABORER-UTILITY MANHOLE BUILDER MECHANIC MECHANIC HELPER OILER SERVICER PAINTER-STRUCTURES PAINTER HELPER-STRUCTURES PILEDRIVER PILEDRIVER HELPER PIPE LAYER PIPE LAYER HELPER BLASTER BLASTER HELPER ASPHALT DISTRIBUTOR OPERATOR ASPHALT PAVING MACHINE BROOM OR SWEEPER OPERATOR TX930045 - 2 ROCKWALL TARRANT WICHITA Rates $7.554 8.565 8.255 9.371 8.920 9.447 7.695 9.345 8.146 9.058 7.494 7.733 12.761 8.436 5.598 8.717 7.550 8.913 8.686 7.787 8.427 7.356 6.402 7.461 11.000 10.658 8.345 8. 698 8. 104 10.913 8.000 7.500 7.000 8.509 7.037 11.333 7.250 8.404 9.053 7.908 Fringes BULLDOZER, 150 HP & LESS BULLDOZER, OVER 150 HP CONCRETE PAVING CURING MACHINE CONCRETE PAVING FINISHING MACHINE CONCRETE PAVING FORM GRADER CONCRETE PAVING JOINT MACHINE CONCRETE PAVING JOINT SEALER CONCRETE PAIVNG FLOAT CONCRETE PAVING SAW CONCRETE PAVING SPREADER PAVING SUB-GRADER SLIPFORM MACHINE OPERATOR CRANE, CI.a~MSHELL, BACKHOE, DERRICK, DRAGLINE, SHOVEL LESS THA/q 11/2 C.Y. CRA/qE, CLAMSHELL, BACKHOE, DERRICK, DRAGLINE, SHOVEL 11/2 C.Y. & OVER CRUSHER OR SCREENING PLANT OPERATOR FORM LOADER FOUNDATION DRILL OPERATOR CRAWLER MOUNTED FOUNDATION DRILL OPERATOR TRUCK MOUNTED FOUNDATION DRILL OPERATOR HELPER-TRUCK / CRAWLER FRONT END LOADER 2 1/2 C.Y. & LESS FRONT END LOADER OVER 2 1/2 C.Y. HOIST - DOUBLE DRUM MILLING MACHINE OPERATOR MIXER (OVER 16 C.F.) MIXER ( 16 C.F. & LESS ) MIXER - CONCRETE PAVING MOTOR GRADER OPERATOR FINE GRADE MOTOR GRADE OPERATOR PAVEMENT MARKING MACHINE ROLLER, STEEL WHEEL PLANT-MIX PAVEMENTS ROLLER, STEEL WHEEL OTHER FLATWHEEL OR TAMPING ROI~LER, PNEUMATIC, SELF-PROPELLED SCRAPER-17 C.Y. & LESS 'SCRAPER-OVER 17 C.Y. S I DE BOOM TRACTOR-CRAWLER TYPE 150 HP & LESS TRACTOR-CRAWLER TYPE OVER 150 HP TRACTOR-PNEUMATI C TRAVELING MIXER TRENCHING MACHINE-LIGHT 8.703 9.160 8.213 9.453 8.500 9.042 7.350 7.875 9.290 9.750 9.OOO 9.O0O 9.513 10.517 9.500 12.000 10.000 11.138 8.688 8.823 9.311 8. 917 6.650 9.000 7.913 9. 500 10.346 9.891 6.402 8.339 7.963 7.403 8.138 8-205 7.793 8.448 8.873 7.735 7.615 8.188 TX930045 - 3 TRENCHING MACHINE-HEAVY POST HOLE DRILLER OPERATOR WAGON-DRILL, BORING MACHINE REINFORCING STEEL SETTER PAVING REINFORCING STEEL SETTER STRUCTURES REINFORCING STEEL SETTER HELPER STEEL WORKER-STRUCTURAL SIGN ERECTOR SIGN ERECTOR HELPER SPREADER BOX OPERATOR BARRICADE SERVICER ZONE WORK MOUNTED SIGN ISNTALLER PERMANENT GROUND TRUCK DRIVER-SINGLE AXLE LIGHT TRUCK DRIVER-SINGLE AXLE HEAVY TRUCK DRIVER-TANDEM AXLE SEMI TRAILER TRUCK DRIVER-LOWBOY/FLOAT TRUCK DRIVER-TRANSIT MIX TRUCK DRIVER-WINCH VIBRATOR OPERATOR WELDER WELDER HELPER 12.498 9.000 9.000 9.218 11.548 8.665 12.860+3.440 11.436 6.402 6.988 6.402 6.402 7.465 8.067 7.816 9.653 7.507 8.200 7.000 10.459 9.000 Unlisted classifications needed for work not included within'the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5(a) l(ii)). END OF GENERAL DECISION TX930045 - 4 SECTION AD ADDENDA ADDENDUM NO. 1 TO THE CONTRACT DOCUMENTS FOR 16" WATER MAIN IMPROVEMENTS IN DENTON TAP ROAD FROM PARKWAY BOULEVARD TO S.H. 121 BYPASS PROJECT NO. ST94-01-WA COPPELL, TEXAS ISSUED ON JANUARY 26, 1996 The following information shall constitute Addendum No. 1 to the Contract Documents as identified above. This Addendure must be propedy acknowledged by the Bidder or Contractor in the space provided in the proposal and must also be acknowledged on the outside of the sealed envelope containing the bid. This Addendum is a part of the Contract Documents and will be bound into the executed Contracts. The following information shall supersede any and all conflicting wdtten or verbal information previously provided: TABLE OF CONTENTS Add to Division I - General Requirements: Item 1.23 16" Gate Valves and Item 1.24 Sterilization and Flushing Procedure Existing 12" Water Line. NOTICE TO BIDDERS The bid receipt date has been changed from January 30, 1996 to February 6, 1996 at 2:00 p.m. SECTION I - INSTRUCTIONS TO BIDDERS 1. Section 16.5: Delete "sixty" days and replace with "ninety" days. 2. Add Section 16.6 as follows: The City is currently exploring options with the City of Lewisville which may eliminate the need to extend the 12" water line and casing along the west side of Denton Tap Road at the S.H. 121 Bypass. Should the City be successful in deleting this portion of the work, it shall not cause adjustment in the remaining work unit pdces. Also, should deletion of the 12" pipe and casing occur, selection of the lowest responsive bid (not withstanding award statements above) shall be based on the contract amount excluding the deleted work. PROPOSAL Delete Sheets 3, 4, 5 and 9 of 12 and replace with revised sheets attached. I of 3 WA #94-093 Addendum No. 1 January 26, 1996 GENERAL REQUIREMENTS 1. Add Item 1.23 as follows: Item 1.23 16" Gate Valves: 16" Gate Valves shall consist of resilient seated Metroseal 250 manufactured by U.S. Pipe and Foundry Company, or equal, conforming to all applicable requirements of AWWA C509. The valves shall be installed as per city standard detail for vertical valves with block, box, stem extension (where required by depth) and concrete pad. 2. Add Item 1.24 as follows: Item 1.24 Sterilization and Flushina Procedure Existina 12" Water Line: A portion of the existing 12" water line located on the east side of Denton Tap Road at the S.H. 121 Bypass shall be separated from the existing water system and connected to the proposed water line. Pdor to connecting the water lines, the existing water line shall be flushed, sterilized, and bacteda tested. The flushing and sterilization procedures shall be as shown on the exhibit following this item and the instructions below: At Point "A' install 2" temporary flush valve at end of 12" line and temporarily plug. Install 2" flush valve at end of proposed 12" line and temporarily plug line. At Point "B' alepressurize line and sever existing 12" water line. Install temporary plugs on ends of both lines. Instaft 2" flush valves at ends of lines. At Point 'C' dose existing valve and leave valve in closed position. Flush and sterilize separated 12" water line using temporary hose and flush valves at Point 'A' for water source. Release water at Point "B' and fire hydrant at Point "C". Coordinate flushing operation with City inspection staff. After lines am flushed sterilize lines and provide bacteria tests to confirm line is sterilized. PLANS Replace Sheet 2 dated January 3, 1996 with plan sheet attached where alignment of pipeline has been altered at North end of alignment. Sheet 4 Station 7+50 W-l: Delete 16" vertical valve with bypass and provide 16" resilient seated gate valve with box, lid, stem extension and concrete pad. Sheet 5 Station 15+10 W-l: Delete 16" vertical valve with bypass and vault and provide 16" resilient seated gate valve with box, lid, stem extensions, blocking and concrete pad. 2 of 3 WA #94-093 Addendure No. 1 January 26, 1996 Sheet 6 Station 18+55 W-l: Delete 16" vertical valve with bypass and vault and provide 16" resilient seated gate valve with box, lid, stem extensions, blocking and concrete pad. Sheet 7 Station 0+85.50 W-2: Install 1" flush valve for flushing, sterilization and pressure testing. Sheet 8 Station 28+50 W-l: Delete 16" vertical valve with bypass and Delete 16" vertical valve with bypass and vault and provide 16" resilient seated gate valve with box, lid, stem extensions, blocking and concrete pad. Sheets 9 and 10: Void existing sheets and replace with sheets attached. END OF ADDENDUM NO. I 3 of 3 WA #94-093 SECTION P - PROPOSAL ITEM QUAN. UNIT NO. DESCRIPTION & PRICE IN WORDS UNIT PRICE W&A #94-093 WATER MAIN TOTAL PRICE 1. I LS 2. I LS 3. 67 LF 4. 455 LF 5. 558 LF Relieve water pressure on existing line. remove plug and blocking and connect to existing 16" Water Line at Parkway Boulevard complete for the sum of DOLLARS and CENTS per Lump Sum Relieve water pressure on existing line, remove plug and blocking and connect to existing 12" Water Line at S.H. 121 Bypass complete for the sum of DOLLARS and CENTS per Lump Sum 6" PVC DR-14 Water Line including trench, embedment and backfill complete for the sum of DOLLARS and CENTS per Linear Foot 12" PVC DR-14 Water Line in casing Pipe, including spacers, complete in place for the sum of DOLLARS and CENTS per Linear Foot 12" D.I. Class 250 Polywrapped Water Line including trench, embedment and backfill complete for the sum of DOLLARS and CENTS per Linear Foot P-3 of 12 SECTION P - PROPOSAL ITEM QUAN. UNIT NO. 6. 3,117 LF 7. 6 EA 8. 7 EA DESCRIPTION & PRICE IN WORDS 16" D.I. Class 250 Polywrapped Water Line including trench, embedment and backfill complete for the sum of DOLLARS and CENTS per Linear Foot 6' Gate Valve, including box and lid, box and stem extensions, concrete pad and blocking per City Standard SD15 complete for the sum of DOLLARS and CENTS per Each 12" Gate Valve, including box and lid, box and stem extension, concrete pad, and blocking per City Standard SD15 complete for the sum of DOLLARS and CENTS per Each UNIT PRICE W&A #94-093 WATER MAIN TOTAL PRICE P-4 of 12 SECTION P - PROPOSAL ITEM QUAN. UNIT NO. DESCRIPTION & PRICE IN WORDS UNIT PRICE W&A #94-093 WATER MAIN TOTAL PRICE 9. 4 EA 10. 3 EA 11. I EA 12. 6.2 TON 16' Vertical Resilient Seated Gate Valve, including foundation blocking, box, lid. stem extension, and concrete pad complete for the sum of DOLLARS and CENTS per Each Fire Hydrant Assembly, per City Standard SD16 including hydrant extensions and reflective marker, set to grade complete for the sum of DOLLARS and CENTS per Each Remove & Reset existing Fire Hydrant Assembly, per City Standard SD16 including hydrant extensions, paint, set to grade at Water Line Station 11 +30, complete for the sum of DOLLARS and CENTS per Each Cast Iron Fittings, complete in place including polywrap, blocking, and accessories complete for the sum of DOLLARS and CENTS per Ton .P-5 of 12 SECTION P - PROPOSAL ITEM QUAN. UNIT NO. 25. 0.30 AC 26. 0.60 AC 27. 3,209 LF 28. I EA 29. 3 EA 30. 455 LF DESCRIPTION & PRICE IN WORDS Hydromulch Seeding of area disturbed by construction within city park at the bddge embankments and other areas indicated on the plans complete for the sum of DOLLARS and CENTS per Acre Broadcast Seeding of areas disturbed by construction excluding Hydromulch seeded areas complete for the sum of and per Acre DOLLARS CENTS Provide Trench Excavation Safety Protection in accordance with the Trench Safety Plans and OSHA regulations complete for the sum of DOLLARS CENTS and per Unear Foot 1' Flush Valve for flushing & sterilization, complete in place for the sum of DOLLARS and CENTS per Each 2' Flush Valve for flushing & sterilization, complete in place for the sum of : DOLLARS CENTS and per Each Minimum 21' Steel Casing Pipe (1/4") or Class III Reinforced Concrete Pipe Casing including trench and backfill, complete in place for the sum of DOLLARS and CENTS per Linear Foot TOTAL BID UNIT PRICE W&A #94-093 WATER MAIN TOTAL PRICE P-9 of 12 PLANS FOR ADDENDUM NO. 1 SHEETS 2, 9 & 10 ARE IN BACK OF BOOK SECTION PA PAYMENT AFFIDAVIT PAYMENT AFFIDAVIT STATE OF TEXAS COUNTY OF DALLAS and Before me, the undersigned authority, a Notary Public in the state county aforementioned, on this day personally appeared ! , (Name) (Tie) of , known to me to be a credible (Compeny Name) person, who being by me duly sworn, upon his oath deposed and said: That all persons, firms, associations, corporations or other organizations furnishing labor and/or materials have been paid in full; That the wage scale established by the City Council in the City of Coppell has been paid; and That there are no claims pending for personal injury and/or property damages; On Contract described as: 16" WATER MAIN IN DENTON TAP ROAD BY Subscribed and sworn before me on this of ,19 day Notary Public, State of Texas DIVISION 1. GENERAL REQUIREMENTS DIVISION GENERAL REQUIREMENTS W&A #94-093 WATER MAIN Item 1.1 ABBREVIATIONS Whenever the abbreviations defined herein occur on the plans, in the specifications, contract, bonds, advertisement, proposal or in any other document or instrument herein contemplated or to which the specifications apply or may apply, the intent and meaning shall be as shown AASHTO Amedcan Association of State Highway and Officials Ac. Acres ANSI Amedcan National Standards Institute ASA Amedcan Standards Association Asph. Asphalt ASTM Amedcan Society for Testing and Materials AT&SF Atchison, Topeka & Santa Fe Railroad Ave. Avenue AWS Amedcan Welding Society AWWA Amedcan Water Works Association BIB Back-of-curb to Back-of-curb Bldg. Building Blvd. Boulevard CH Chord of Curve CI Cast Iron CL Centedine CMP Corrugated Metal Pipe CO Cleanout Conc. Concrete Cond. Conduit Const. Construct Corr. Corrugated CR Curb Return, Point of Tangency of Curb on an Arc Ct. Court Cu. Cubic Culv. Culvert CY Cubic Yard Dia. Diameter DPL or DP&L Dallas Power & Light Company Dr. Ddveway or Ddve Eiev. Elevation Esmt. Easement Exist. or Ex. Existing F Fahrenheit F/F Face-of-curb to Face-of-curb FH Fire Hydrant FL Flowline Ft. or' Foot or Feet Gal. Gallon GTE General Telephone and Electdc Company GV Gate Valve Hdwl. Headwall Transportation GR-1 of 8 DIVISION 1. - GENERAL REQUIREMENTS HP Hr. ID In. or" L Lat. Lb. LF Lin. Ln. LSG Max. MH Min. Mono. NCTCOG No. OD % PC PCC PI PRC PSI PT PVC PVT R RCCP RCP Reinf. Rem. Rep. Ret, R/W, R-of-W or R.O.W. Sani. or San. Sec. SD SS Sq. St. Sta. Std. SWBT or SWB SY T Tr. TU TxDOT UE UT VC VCP Horsepower Hour Inside Diameter Inch or Inches Length of Curve Lateral Pound Linear Foot or Feet Linear Lane Lone Star Gas Company Maximum Manhole Minimum Monolithic North Central Texas Council of Governments Number Outside Diameter Percent Point of Curvature Point of Compound Curvature Plasticity Index or Point of Intersection Point of Reverse Curvature Pounds per Square Inch Point of Tangency Polyvinyl Chlodde or Point of Vertical Curvature Point of Vertical Tangency Radius Reinforced Concrete Cylinder Pipe Reinforced Concrete Pipe Reinforced or Reinforcing Remove Replace Retaining Right-of-way Sanitary Second Storm Drain Sanitary Sewer Square Street or Storm Station Standard Southwestem Bell Telephone Company Square Yard Tangent Length of Curve Terrace Texas Utilities Electdc Company Texas Department of Transportation Underground Electdc Cable Underground Telephone Cable Vertical Curve Vitrified Clay Pipe W&A #94-093 WATER MAIN G R-2 of 8 DIVISION 1. - GENERAL REQUIREMENTS W&A #94-093 WATER MAIN Vert. Vertical Vol. Volume VPI Vertical Point of Intersection W Water Line WUT Western Union Telegraph Company Yd. Yard eem 1.2 & 3 SUMMARY AND SCHEDULE OF WORK Construction shall conform to the City of Coppell Ordinances including but not limited to the latest Subdivision Ordinance and Noise Ordinance. Construction details shall conform with the latest edition of the City of Coppell Standard Construction Details. The latest edition of the Standard Specifications for Public Works Construction (Blue Book) as prepared by the North Central Texas Council of Governments shall govern except as amended by the City of Coppell Ordinances, City Standards, and the project Contract Documents. The work required to be completed in this contract will include: 2. 3. 4. 5. 6. 7. Install traffic control and waming devices. Install storm water pollution control facilities and maintain until grass is restored. Install aedal crossing on existing bddge structure and chain link barrier fence. Install 12' and 16' water lines and appurtenances. Disinfect and test water line. Paint aedal crossing. Prepare areas for seeding and revegetate disturbed areas. BID ITEM CLARIFICATION: Certain bid items are discussed in more detail below: Bid Items Nos. 1 and 2 - CONNECTIONS TO EXISTING WATERLINES: This. pay item shall include all work required to make connection to the existing water systems. The Contractor shall coordinate with Mr. Howard Pafford of the City of Coppell regarding water system operating procedures and methods used to relive water pressure on the existing line. Prior to removing blocking on existing plugs at ends of line, the CONTRACTOR shall confirm ends of pipes and valves near ends of pipe are secured to prevent lines from blowing apart at pipe joints near the end of the line. Bid Item Nos. 2, 3 and 4 - WATER PIPE:. This item shall include all work, excavation, trench construction, embedments, backfill, and compaction of backfill to install the water line complete in place. Bid Item No. 17 - CRUSHED STONE BALLAST: This item includes over- excavating unstable trench bottom, providing ballast stone, and placement of ballast stone up to the normal bedding. The CONTRACTOR shall confirm with the City inspector to confirm the need for ballast and to confirm quantity at the time of placement. Bid Item No. 18 - 6' HIGH CHAIN LINK BARRIER FENCE: This item shall include all materials, labor equipment and work to accomplish installation of the barder chain link fence along the existing bddge guard rail and the end cross barriers over the proposed water line in accordance with the construction plans and details. GR-3 of 8 DIVISION 1. - GENERAL REQUIREMENTS W&A #94-093 WATER MAIN Bid Item No. 19 - ELEVATED 12' WATER LINE: This item shall include all materials, labor. equipment and work to accomplish installation of the water line structural support and the installation of the exposed 12' watedine pipe in place on the support system in accordance with the construction plans and specifications. The design as prepared does not include installation of any pipe couplings on the crossing. A pipe coupling may be utilized if desired by the CONTRACTOR for ease of installation but no additional payment will be made. above the lump sum pdce paid for this item. The coupling (if used) location must be approved by the ENGINEER pdor to installation and must be properly restrained by retainer guards, rods or other means of support if located where forces are exerted on the pipe due to bends. Item 1.4 MEASUREMENT AND PAYMENT All items of construction will be paid for in accordance with the units of measurement shown in the proposal and the conditions as follows: Pipe lines shall be measured along the center of the pipe viewed in the horizontal plan. Item 1.5 SUBMITTALS Within f'~een days after the CONTRACTOR receives a notice of award the CONTRACTOR will submit the following schedules in accordance with paragraph 2.6 of the General Conditions: An estimated progress schedule showing the estimated starting and completion times, in days, from notice to proceed for the major components of the work. If the CONTRACTOR anticipates requesting partial payment for any incomplete lump sum items. submit a schedule showing the values of the vadous stages of construction for that item. The unit pdces in the proposal will serve as the schedule of values used to determine partial payments. Payment for materials on hand will not be made unless the CONTRACTOR provides Lien Waivers from the supplier and insurance for the stored materials. 3. Traffic control and sequence of construction plan details. 4. Shop Drawings. C. D. E. Structural Elements of Briclge Crossing ancl Primer Paint. Gate Valves, Fire Hydrants. Painting & Primer for Exposed Pipe. Chain Link Fence Exposed D.I. Pipe and Pdmer Paint Item 1.6 TESTING All testing required shall be provided by the CONTRACTOR. Paving subgrade testing, trench backfill testing, concrete strength testing, cleaning, sterilizing, hydrostatic testing, and air testing of water lines re uired by the City of Coppell Standards, shall be performed by and paid for by the CONTRACTOR. The cost for testing paid by the Contractor should be included in the unit pdca of the items being tested. Trenches shall be tested at a maximum interval of 200 linear feet per layer of backfill. GR-4 of 8 DIVISION 1. - GENERAL REQUIREMENTS W&A #94-093 WATER MAIN Item 1.7 UTILITIES The OWNER will fumish water for use on this project from the City water system. Contact Mr. Howard Pafford to coordinate seffing water meter. The CONTRACTOR will be required to use a City water meter and provide a deposit for the meter. The OWNER will not furnish electric power or any other utility required for performance of the work. CONTRACTOR shall fumish these items and the cost thereof included in the related unit pdces for the work. Item 1.8 SECURITY The CONTRACTOR will be responsible for the secudty of his work and survey staking for his work from the time he is given notice to proceed until the OWNER'S final payment and acceptance of the work. Secudty measures taken by the CONTRACTOR shall not prevent access to the traveling public. Item 1.9 DUST CONTROL It shall be the CONTRACTOR'S continuous responsibility at all times, including nights, holidays. weekends, etc., to maintain the work area relatively free of dust in a manner which will not cause inconvenience to the public. Dust control will be achieved by the application of water by sprinkling in amounts suffident to control dust. Item 1.10 STORM WATER MANAGEMENT AND EROSION CONTROL It shall be the CONTRACTOR'S responsibility to maintain adequate temporary surface drainage during construction so as to prevent flooding and nuisance ponding. Where surface draina e channels are disturbed or blocked dudng construction, they shall be restored to their odginia~ conditions of grade and cross section after the work of construction is completed. The CONTRACTOR shall take all precautions required to prevent soil erosion dudng the construction. If excessive erosion occurs the CONTRACTOR shall take immediate measures to prevent further erosion and correct the damages. The CONTRACTOR shall install and maintain the Erosion Control Facilities shown on the plans. The CONTRACTOR shall comply with the final NPDES General Permits Regulations for Storm Water discharges from construction sites as a general guide line for his work operations. Permit notifications to EPA (NOI and NOT Forms) are not required. concerning "waters of the United States." The CONTRACTOR shall avoid releasing excavated or dredged materials, constructing coffer dams or performing the work in a manner which shall violate the applicable CFR regarding 404 Permits such that an additional or separate 404 Permit is required on this project. The cost for any special improvements or damages assessed by the Corps of Engineers due to the negligent acts of the CONTRACTOR may be deducted from payments due to the CONTRACTOR by the OWNER. Item 1.11 INGRESS AND EGRESS The CONTRACTOR shall do his utmost to provide ingress and egress to all existing streets and private driveways at all times. Ingress and egress shall be provided, without fail, to adjacent properties when construction is not in progress. Item 1.12 TRAFFIC CONTROL The CONTRACTOR shall prepare and submit a traffic control plan to the Ci~T~ngineer for review and approval a minimum 14 days pdor to installation. The CONTRA OR shall be responsible for providing traffic control dudng the construction of this project consistent with GR-5 of 8 DIVISION 1. - GENERAL REQUIREMENTS W&A fP34-093 WATER MAIN the provisions set forth in the latest publication of the "Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform 1 Act Regulating Traffic on Highways," codified as Article 670 d, Vemon's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31. The CONTRACTOR will not remove any regulatory sign, instructional sign, street name sign or other si~.n which has been erected by the City. If it is determined that a sign must be .removed to permit required construction the CONTRACTOR shall contact the City of Coppell to remove the sign. In the case of regulatory signs the CONTRACTOR must replace the permanent sign with a temporary sign meeting the requirements of the above-referenced manual and such temporary sign must be installed pdor to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstailed the CONTRACTOR shall again contact the City of Coppell to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. Payment for work and all associated appurtenances required for traffic control shall be considered as incidental to the cost of the project. Item 1.13 TRENCH AND SUBSURFACE CONSTRUCTION The CONTRACTOR'S attention is directed to Federal Laws contained in the Occupational dimmed to ~mply ~th ~ese and all o~er appli~ble federal, state and lal laws. It is ~e CONT~CTOR'S responsibili~ to ins~ his woffimen in the proper safe~ stndaffis and monitor his a~vi~es to insure ~mplian~. The CONTRACTOR shall provide a trench safety plan which specifically addresses and identifies the trenches to be made on this project and rovides the trenching details to provide a safe work place in accordance with state law and O~P~A regulations. The trench safety plan shall bear the seal and signature of a registered professional engineer licensed in the state of this project with experience in preparation of trench safety systems. The plan shall include all trenching operations in accordance with this plan. The CONTRACTOR shall be responsible for daily inspection and report documentation of trench conditions and shall provide copies of reports to the ENGINEER on a weekly basis. All costs for implementation of the trench safety plan should be included in the bid item for trench safety. Item 1,14 INSPECTION The CONTRACTOR shall notify the ENGINEER pdor to beginning construction ancl shall keep him or his inspector informed as to the schedule for performance of the work. Item 1.15 TREES AND SHRUBS The CONTRACTOR shall not remove any trees or shrubs unless such removal is called for in the plans or written authorization is received from the OWNER. Trees shall not be pruned without permission from the OWNER. Any trees or other landscape features to be saved which become scarred or damaged by the CONTRACTOR'S operations shall be restored or replaced at the CONTRACTOR' expense. Tdmming or pruning to facilitate the work will be permitted only by experienced workmen in an approved manner. Pruned limbs of one-inch (1 ") diameter or larger shall be thoroughly treated as soon as possible with a tree wound dressing. GR-6 of 8 DIVISION 1. - GENERAL REQUIREMENTS W&A W~34-093 WATER MAIN Item 1.16 CLEANUP During construction the CONTRACTOR shall at all times keep the job site free from waste, debris and rubbish and shall maintain a daily routine of cleanup. All trees, stumps, slashings, brush or other debds to be removed from the site shall be disposed of in such a manner oved by the ENGINEER. Onsite buming of trees and/or trash, etc., will not be permitted. pon completion of the work as a whole and prior to final acceptance the CONTRACTOR shall clean and remove from the site all surplus and discarded materials, temporary structures and adl debris. He shall leave the site in a neat and ordedy condition. Item 1.17 REFERENCE SPECIFICATIONS Materials and method of construction for all items to be constructed under this contract shall be in conformance with Division 2 through Division 8 of the Standard Specifications for Public Works Construction, North Central Texas, published by the NCTCOG. These standard specifications are included in the Contract Documents by reference. Copies of these spedfications are not supplied to the Contractor. The Contractor can obtain copies of these specifications from the North Central Texas Council of Governments, P.O. Box Drawer COG Arlington, Texas 76005-5888, (817) 640-3300. Item 1.18 EXCESS EXCAVATION MATERIALS All debris and waste materials, including trees, limbs, roots, concrete, rocks, asphalt, base and organic material shall be removed from the site and disposed of in a lawful manner. Clean earth matedal excess from trench construction shall be wasted on the East Andrew Brown Junior Community Park. The waste site is indicated on the construction plans. Trench spoil shall be spread out over the waste area to a maximum depth of 12". Waste of matedal from other sources in this location is an ongoing operation. Compaction and revegetation of the spread trench spoil will not be required. Item 1.19 TRENCH COMPACTION Trenches beneath existing or proposed future pavement or within five horizontal feet of future roadway pavement shall be compacted to a minimum 95% of Standard Proctor Density within 3% of Optimum Moisture Content. The construction plans indicate the limits of future pavement. The remainder of trenches shall be compacted to a minimum of 90% of Standard Proctor Density within 3% of Optimum Moisture Content. Trench backfill above the embedment shall be performed by mechanical means in maximum 12' loose layers. Item 1.20 TRENCH SPOIL Rocks, debris and unsuitable materials wasted from trench construction shall be removed from the site by the CONTRACTOR in a suitable manner. Excess earth material shall be wasted in tihe area indicated on Sheet 2 of the plans in the dty park south of Denton Creek and east of T N shall coordinate with the City Engineer regarding Denton Tap Road. he CO TRACTOR wasting matedal in this location. The CONTRACTOR shall spread the matedal at a maximum depth of 12' and shall maintain surface drainage. The finish grading shall be neat in appearance. Item 1.21 SUBSIDIARY WORK Any and all work spedfically govemed by documentary requirements for the project, such as conditions imposed by the Plans, the General Contract Documents or these Spedal Documents, in which no spedtic item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the pdce bid in the Proposal, for each bid item. Project signs, testing, overtime inspection, blocking, GR-7 of 8 I~il DIVISION 1. - GENERAL REQUIREMENTS W&A #94-093 WATER MAIN disinfection, pressure testing lines, removal and replacement of existing fences, and removal of trees are general items of work which fall in the cetegory of subsidiary work. Item 1.21 WORKING DAY A working day shall begin at 8:00AM and end at 5:00PM on weekdays, excluding weekends and holidays as per City of Coppell ordinances. The CONTRACTOR shall pay the City for inspections outside of normal working day time pedods. GR-8~8 DIVISION 2 TECHNICAL SPECIFICATIONS T~II1 [' I DMSION 2 - TECHNICAL SPECIFICATIONS W&A t94-093 Item 2.1 SEEDING After the designated areas have been completed to the lines, grades, and cross sections. shown on the plans, and after topsoil has been placed, the seed or seed mixture shall be uniformly distributed by the method listed below: Hvdromulch-seedino shall conform to the apolication: Fertilizer. 400 Ibs/acre (16-10-10) Mulch: 3.300 Ibs/acre Seed: 87 Ibs/acre (minimum) 2. Broadcast Seed bv Sowina: If the sowing of seed is by hand, rather than by mechanicel methods, the seed shall be sown in two different directions at dght angles to each other. Seed and fertilizer may be distributed at the sam time provided the spedfled uniform rate of application for both is obtained. After planting, the seed shall be raked or harrowed into the soil to a depth of approximately 1/8-inch. Application rates shall conform to the following: Fertilizer. 400 Ibs/acre (16-10-10) Seed: 130 Ibs/acre The Contractor shall be responsible for watedng the seeded areas daily for a pedod of two weeks after seeding unless weather conditions make wetedng unnecessary or detrimental. The contractor shall be required to establish a healthy mature stand of grass. To accomplish this end he may increase seed rate or fertilizer rate and may alter fertilizer content. Planting of hulled Bermuda grass seed shall be done between the months of Apdl and September and shall be conducted under favorable weather conditions. Altemate seed shall be selected if seeding operations must occur between November and Apdl. Germination shall not be less than 90% and pudty 98%. All seed used must carry a Texas Testing Seed label showing purity and germination, name and type of seed and that the seed meets all requirements of the Texas Seed Law. Seed furnished shall be of the previous season's crop and the date of analysis shown on each tag shall be within nine (9) months of the time of delivery to the project. Item 2.2 CHAIN LINK FENCE 1. SCOPE: This spedfication covers chain link fence materials, including chain link fabdc, framework, and fittings. Fenca shall be six foot (6') high using six foot (6') high chain link fabdc. 2. FABRIC: Chain link fabdc shall be aluminum coated conforming to ASTM-A491 or galvanized conforming to the requirements of ASTM Designation A392, Class 2 coating. Fabdc shall be woven from 9-gauge (coated size) wire in 2-inch mesh. Fabric 60 inches high TS-1 of 9 DIVISION 2. - TECHNICAL SPECIFICATIONS W&A #94-093 WATER MAIN e e and under shall be knuckled at both selvages. Fabdc 72 inches high and over shall be knuckled at one salvage and twisted and barbed at the other salvage. Both salvages of meshes less than two inches shall be knuckled. FRAMEWORK: - Posts and rails shall be roll formed, open seam, self-draining shapes, hot-dip galvanized in conformance to the requirements of ASTM Designation A123 or galvanized standard weight pipe conforming to the requirements of ASTM Designation A120. LINE POSTS: Une posts will be C-Section roll formed from steel conforming to ASTIVI-A570, Grade 45, 1.875" x 1.625" with minimum bending strength of 247 pounds under a 6-foot cantilever load, or 2-3/8" o.d. Schedule 40 galvanized pipe with minimum bending strength of 201 pounds. TOP AND BRACE RAIL: Top and brace rails will be roll formed section of 1-5/8" x 1-114" channel shaped rail with minimum vertical bending strength of 237 pounds on a q0-foot span, or 1.66" o.d. Schedule 40 galvanized pipe with minimum veffical bending strength of 202 pounds on a Hotfoot span. Top rail couplings 6-inch minimum in length will be spaced at maximum 21-foot centers. Fabdc tie wire will be spaced at 24-inch maximum centers. TERMINAL POSTS: All end, comer, and pull posts will be roll formed section 3.5"x3.5" with minimum bending strength of 486 pounds under a 6-foot cantilever load or 2-7/8" o.d. galvanized Schedule 40 pipe with minimum bending strength of 381 pounds under a 6-foot cantjlever load. Attachment of chain link fabdc to roll formed terminals shall be made by weaving directly into integral lock loops formed in the post. Attachment of chain link fabric to tubular terminal posts shall be made with minimum 1/4" x 3/4" tension bar and 12 gauge x 1" wide damps using minimum 3/8" diameter cardage bolts. FI'I'I'INGS: All fittings will be pressed steel or malleable iron and will be hot-dip galvanized conforming to ASTM-A153, Tie wires will be minimum Gauge aluminum or Regauge galvanized steel. POLE SETTINGS AND INSTALLATION: Une and terminal posts shall be mounted the top of the existing concrete bddge as shown on the plans. These posts shall be welded to steel anchor plates connected to 'the bddge. Sparing of the line posts shall match existing guard rail post sparing and shall be approximately 8'-1'. TS-2 of 9 DIVISION 2. - TECHNICAL SPECIFICATIONS W&A ~t94-093 WATER MAIN 9. GENERAL: All dimensions and gauges of matedal ara subject to accepted industry tolerance standards. Job-site shall be cleared of debds. Upon request of the Owner or authorized representative, samples of each component shall be submitted for approval pdor to fabrication and shipment of fenring for this project. Mill certificates shall confirm compliance with these spedfications and fabrication from domestic produced steel. Any matedal found not to be in compliance with the herain described spedfications shall be removed and replaced at Contractors expense. Item 2.3 STRUCTURAL STEEL PART 1 GENERAL 1.01 RELATED DOCUMENTS Ae The latest revision of the Standard Sped~cations for Public Works Construction, North Central Texas Coundl of Governments (NCTCOG), First Edition 1983, and all currently adopted amendments to the First Edition as published by the North Central Coundl of Governments and adopted by the City of Coppall. 1.02 DESCRIPTION OF WORK Work Included: Structural steel work is shown on drawings, including notes and details, for stool embed plates, steel handrails, and embed shapes. Related Work of Other Sections: Coordinate work of this Section with work of other sections as required to propedy execute the work as necessary to maintain satisfactory progress of the work of other sections, including: Concrete Section - Standard Sped~cations for Public Works Construction, North Central Texas (NCTCOG). 1.03 APPLICABLE PUBLICATIONS The publications listed below form a pad of this sped~cation to the extent raferanced. The publications ara referred to in the text by the basic designation only. 1. Federal Sped~cations (Fed. Spec.): 2. Amedcan Institute of Steel Construction (AISC) Publications: Code of Standard Practice for Buildings and Bddges (Sept. 1, 1976, with Commentary).Sped~cation for the Design, Fabrication, and Erection of. Structural Steel for Buildings (Nov. 1, 1978, with Commentary). TS-3 of 9 DIVISION 2. - TECHNICAL SPECIFICATIONS W&A ~94-093 WATER MAIN 1.05 3. Amedcan Society for Testing and Materials (ASTM) Publications: A 6/A 6M-85 General Requirements for Rolled Steel Plates, Shapes, Sheet Piling, and Bars for Structural Use. A 36/A 36M-84a Structural Steel. A 53-86 Pipe, Steel Black and Hot-Dipped, Zinc-Coated Welded and Seamless. A 500 - Grade B Cold Formed Steel Tubing. 4. Amedcan Welding Society (AWS) Publication: D1.1-86 Structural Welding Code - Steel, QUALIFICATIONS FOR WELDING WORK A. Qualify welding processes and welding operators in accordance with AWS "Standard Qualification Procedure." Provide certification that welders to be employed in work have satisfactorily passed AWS qualification tests. If racertification of welders is required. retesting will be Contractors responsibility. SUBMITTALS Ae Product Data: Submit producar's or manufacturers sped~cations and installation instructions for following products. Include laboratory test reports and other data to show compliance with spedfications (including spedfled standards). 1. Sb'uctural steel (each type), including certified copies of mill reports covedng chemical and physical propeffies. 2. Structural steel pdmer paint. Be Shop Drawings: Submit shop drawings, including complete details and schedules for fabrication and assembly of structural steel members, procedures and diagrams. Include details of cuts, connections, camber, holes, and other pertinent data. Indicate welds by standard AWS symbols, and show size, length, and type of each weld. Provide setting drawings, ternplates, and directions for installation of anchor bolts and other anchorages to be installed by others. TS-4 of 9 DIVISION 2. - TECHNICAL SPECIFICATIONS W&A #94-093 WATER MAIN 2.02 FABRICATION A. Shop Fabrication and Assembly: Fabricate and assemble structural assemblies in shop to greatest extent possible. Fabricate items of structural steel in accordance with AISC Specifications and as indicated on final shop drawings. Provide camber in structural members where indicated. Properly mark and match-mark materials for field assembly. Fabricate for delivery sequence which will expedite erection and minimize field handling of mat. dais. Be Welded Construction: Comply with AWS Code for procedures, appearance and quality of welds, and methods used in correcting welding work. C. Shop Painting: Apply one coat of pdmer TNEMEC 10-1009 Sedes 69 Hi- Build Epoxoline 11 gray at a rate of 3+ mils dry film thickness. e Paint embedded steel which is partially exposed on exposed portions and initial 2" of embedded areas only. e Apply two coats of paint to surfaces which are inaccessible after assembly or erection. Change color of second coat to distinguish it from first. PART 3 EXECUTION 3.01 ERECTION Surveys: Check elevations of concrete surfaces and locations of anchor bolts and similar devices before erection work proceeds and report discrepancies to Engineer. Do not proceed with erection until corrections have been made, or until compensating adjustments to structural steel work have been agreed upon with Engineer. B. Anchor Bolts and Embed Plates: 1. Fumish anchor belts and other connectors required for secudng structural steel to foundations and other in-place work. e Embed Plates: Anchor plates for elevated structural steel members, and fence posts shall be provided. Anchor plates shall be provided with full beadng, having been plumbed and propedy position.d, but pdor to casting concrete. Field Assembly: Align and adjust vadous members forming a part of a complete frame or structure' before permanenUy fastening. Clean beadng surfaces and TS-5 of 9 DIVISION 2. - TECHNICAL SPECIFICATIONS W&A ~14-093 WATER MAIN other surfaces which will be in permanent contact before assembly. Perform necessary adjustments to compensate for discrepancies in elevations and alignment. Gas Cutting: Do not use gas cutting torches in field for correcting fabrication errors unless permitted by Engineer. Finish gas-cut sections equal to a sheared appearance when permitted. 3.02 PAINT FOR RAIL AND GATE Touch-Up Painting: Immediately after erection, clean field welds, bolted connections, and abraded areas of shop paint. Apply TNEMEC Sedes 50-330 or equal. B. Second and Third Field Coats: See Division 2.4 Painting 2-H Hi-Build TNEMEC-gloss alkyd enamel, anodized brown color or color to be selected by Owner. e Handrail and guardrail shall be final painted after construction of all other items of work are substantially complete to reduce the potential for damage dudng construction operations. Any areas damaged shall be touch-up painted as directed by Engineer. Item 2.4 PAINTING PART I - GENERAL 1.01 WORK INCLUDED The work includes, but is not necessarily limited to, furnishing of materials and equipment and completion of painting and painters finish on exposed surfaces as required, including: Exterior Exposed Ductile Iron Pipe Extedor Exposed Steel Supports and Structural Steel Members Thoroughly examine specifications, site of work and conditions under which work will be performed before submiffing ~ proposal. Surfaces which cannot be prepared or painted as spedfled shall be immediately brought to the attention of the Owners representative in writing. 1.02 PRODUCT DELIVERY STORAGE AND HANDLING A. Deliver materials in sealed containers with manufacturers labels intact. B. Store materials in protected area at temperatures between 50°F and 110°F. TS-6 of 9 TECHNICAL SPECIFICATIONS W&A ~J4-093 WATER MAIN 1.03 JOB CONDITIONS A. Apply coatings only under the following prevailing conditions. '1. Air and surface temperatures are not below 40°F or above 120°F., unless noted othenNise on the product data sheets and labels. e Relative humidity is not above 85 percent and the surface temperature is at least 5°F above dew point. B. Protect all surfaces not to be coated. 1.04 PROJECT CONDITIONS Environmental Requirements: Comply with current Air Quality regulations as to conditions under which coatings and coating systems con be stored and applied. Complete containment of all paint removed that contains lead Is mandatory. PART 2- PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Tnemec Company. Inc., Kansas City, MO. (816) 483-3400 or equal Equivalent materials of other manufacturers may be substituted only by approval of Architect. Requests for substitution shall include manufacturers literature for each product giving the name, genedc type, descriptive information, solids by volume, recommended dry film thickness and a list of five projects where each product has been used and rendered satisfactory service. kilo request for substitution shall be considered that would decrease film thickness or offer a change in genedc type of coating specified. Certified test results showing that the substitute product(s) equal or exceed the performance of the specified products shall be submitted. 2.02 APPROVED MATERIALS Polyamidoamine Epoxy- Series 69 Hi-Build Epoxoline 11 Acrylic Polyurethane Enamel - Series 75 Endura-Shield 2.03 COLORS Submit color samples to ENGINEER for selection of color. 2.04 MATERIAL PREPARATION A. Mix and thin materials according to manufacturers printed instructions. B. Do not mix materials beyond manufacturers pot life. TS-7 of 9 DIVISION 2. -- TECHNICAL SPECIFICATIONS W&A #94-093 WATER MAIN PART 3 EXECUTION 3.01 PREWORK INSPECTION Ae Examine.surfaces to be coated and report any conditions that would adversely affect appearance or performance of the coating systems and which cannot be put into acceptable condition by the preparatory work specified! in Paregraph 3.02. Do not proceed with surface preparation and application until the surface acceptable or authorization to proceed is given by the Owners representative. 3.02 SURFACE PREPARATION A. GENERAL: Remove all surface contamination. Surface must be clean and dry. B. EXTERIOR CAST IRON PIPE & STRUCTURAL SHOP PREPARATION SSPC-SP7 Brush-Off Blast Cleaning in accordance with Steel Structures Painting Council Standards. The removal of all loose annealing oxides, loose rust, dirt and other foreign matter. Any dust or other contaminants remaining after blasting shall be removed with dry, oil free compressed air or by vacuum cleaning. Minimum 1.5 mil profile is required. Shop paint 3 rail Tnemec Sedes 69 Hi-Build Expoxoline 11 or approved equal. C. ' EXTERIOR STEEL PIPE SUPPORTS SSPC-SP6 Commercial Blast Cleaning in accordance with Steel Structures Painting Council Standards. 3.03 APPLICATION Apply materials at specified film thicknesses by method recommended by manufacturer. Allow each coat to dry thoroughly before recoating. Follow manufacturers recommended recoat time. C. Cut edges clean and sharp where work joins other materials or colors. Make finish coats smooth, uniform in color, and Free of brush marks, laps, runs, dry overspray and skipped or missed areas. 3.04 INSPECTION A. Request acceptance of each coat before applying succeeding' coats. B. Touch-up and repair all work that is not acceptable to the Owners representative and request final acceptance. TS-8 of 9 DIVISION 2. - TECHNICAL SPECIFICATIONS W&A #94-093 WATER MAIN 3.05 C. Touch-up paint Tnemec Sedes 50-330 Poly-ura-pdme for steel. 66 dear for galvanized steel welds. CLEANING A. B. C. Remove debds from job site and leave storage areas dean. PAINTING SCHEDULE Prepare coatings and finish all surfaces spedfled and agreed upon. A. Tnemec Sedes Remove paint spatters from glass, plumbing fixtures, and adjoining surfaces. Repair any damage to coatings or surfaces caused by cleaning operations. EXTERIOR CAST IRON PIPE; 1st Coat: Tnemec Sedes 69 Hi-Build Epoxoline 11 6.0 dry mils 2nd Coat: Tnemec Series 75 Endura-Shield 5.0 dry mils EXTERIOR STEEL SUPPORTS AND STRUCTURAL STEEL MEMBERS 1st Coat: Tnemec Sedes 69 Hi-Build Epoxoline 11 6.0 dry mils 2nd Coat: Inemec Sedes 75 Endura-Shield 5.0 dry mils TS-9 of 9 DIVISION PS PROJECT SIGN CITY OF COPPELL PROJECT SIGN 2%t4 1/2' NOTES: 1) LETTERING SHOULD BE BOLD TYPE 2) SiGN PANEL WILL BE 3/4" EXTERIOR PLYWOOD PAINTED AS SHOWN ON DETAIL 3) FRAME WILL BE 2"X4" STOCK- REINFORCED BEHIND SIGN PANEL AT APPROX. 2' CENTERS .4-) ALL PAINT TO BE "OUTDOOR TYPE" 5) COPPELL LOGO TO BE PROVIDED BY THE CITY EXAMPLE: DENTON TAP ROAD WATER LINE (WA 94.,01) CONTRACTOR: CONTRACTOR'S NAME (817) PHONE NUMBER COMPLETION DATE:SPRING 1996 DIVISION $B GEOTECHNICAL REPORT AND SOIL BORINGS Geotechnical' Study DENTON TAP ROAD COPPELL, TEXAS Presented to ,City of Coppell May 1995 Preparedby the Fort Worth, .Texas ,offce .of ENGINEERING AND ENVIRONMENTAL SERVICES Offices Nationwide 5701 East Loop 820 South Fort Worth, Texas 76119 817/478-8254 Metro 572-3411 EIIKON (~) ,5701 EClst LOop 820 South * FortWorth, Tex~s76119-7051 · (817~478-8254 · Metro(~17) 572-3411 · I:ax(817)478-8874 May 18, 1995 Report No. 62958-001-001 Mr. Kenneth M. Griffin, P.E. Assistant City Manager, City Engineer City of Coppell P.O. Box 478 Coppell, Texas 75019-0478 Geotechnical Study Denton Tap Road Denton Creek to Highland Drive Coppell, Texas Dear Mr. Griffin: The results of our geotechnical study for the proposed road and bridge improvemems are presented in the following engineering report. Recommendations for foundations and earthwork are provided in this report. Field and laboratory test data, developed for this study, are also included. The study was authorized by your signature and return of the coreract dated April 12, 1995, and received on April 14, 1995. Since this report is being submitted during the design phase, some changei in the project could occur after our report is submitted. Therefore, we request the opportunity to review this report with respect to final design. We appreciate the opportunity to provide geotechnical engineering services on your project. Should you have any questions, or find we can be of further service, please let us know. Sincerely, E M c o N_o% ...ks.- .~''~'~' 0.."'!'. .... . ." Distribution: (:2) Above (2) Mr. Ulys Lane, III, P.E. - Weir & Associates, Inc. CONTENTS 1 INTRODUCTION 1. l Project Description 1.2 Purpose and Scope 2 FIELD EXPLORATION AND LABORATORY TESTING 2.1 Field Exploration 2.2 Laboratory Testing 3 SUBSURFACE CONDITIONS 3.1 General 3.2 Stratigraphy 3.2.1 Soil Conditions 3.2.2 Primary Unweathered Woodbine Formation 3.2.3 Hard Kocks 3.3 Groundwater Observations 3.4 Site Geology 4 FOUNDATIONS 4.1 Foundation Type, Depth, and Allowable Loading 4.2 Drilled Shaft Construction 5 BELOW-GRADE STRUCTURES 5.1 Lateral Earth Pressures 5.2 Wall Drainage 5.3 Backfill Placement and Compaction 5.4 Ketaining Wall Footings 6 SLOPE STABILITY ANALYSIS 6.1 General 6.2 Sections Selected for Analysis 6.3 Input Parameters 6.4 Results of Stability Analysis 7 CONSTRUCTION SLOPES AND TEMPORARY SHORING 7.1 General 7,2 Excavations and Slopes 7.3 Kesponsible Person 7.4 Permanent Slopes 2 2 3 4 4 4 4 4 5 5 5 6 6 7 9 9 9 10 11 13 13 13 13 13 15 15 15 16 16 FWa/29~g/DENTAPRD.DOC/~ 12-9 ~/bg:4 629.~g-001-001 ii R~v. O, 05/18/9~ CONTENTS (CONT'D) 7.5 Crroundwater/Dewatering 8 EART!tWORK 8.1 Subgrade Preparation 8.2 Placing of Material 8.3 Moisture and Density Control 8.4 Imported Borrow Material 8.5 Trench/Wall Backfill 8.6 Contamination Testing and Certification 9 PAVEMENT SUBGRADE 9.1 General 9.2 Subgrade Treatment 9.3 Construction Procedures 9.3.1 Application 9.3.2 Mixing 9.3.3 Compacfion 10 REPORT CLOSURE 11 LIMITATIONS 16 17 17 18 18 20 20 21 22 22 22 22 22 23 23 24 26 FW/I/2951tDENTAPRD. DOC/512-95/bg:4 62958.O01..001 Rev. 0, 05/1g/95 TABLES AND ILLUSTRATIONS Table 5-1 Table 6-1 Table 6-2 12 14 14 FW/I/2958.rDE, NTAPRD.DOC/53,2-95/bg:4 62958-001-001 R~v. O, 05/18/95 1 INTRODUCTION 1.1 Project Description This report presents the results of a geotechnical study for the proposed road and bridge improvements along Denton Tap Road from just south of the existing Denton Creek bridge to near Highland Drive in Coppell, Texas. The existing two lane road will be widened to six lanes and a new bridge will be constructed over Denton Creek. t .2 Purpose and Scope The purpose of this geotechnical study has been to determine the general subsurface conditions, evaluate the engineering characteristics of the subsurface materials encountered, and develop recommendations for the type or types of foundations suitable for the project. Geotechnical parameters for retaining walls and earthwork are also provided. To accomplish its intended purposes, the study has been conducted in the following phases: (1) drilling sample borings to determine the general subsurface conditions and to obtain samples for testing; (2) performing laboratory tests on appropriate samples to determine pertinent engineering properties of the subsurface materials; and, (3) performing engineering analyses, using the field and laboratory data to develop geotechnical recommendations for the proposed construction. F'N/I/295~DENTAPP,.D.DOC/5 12-95/bg:4 62958-001-001 Rev. 0, 05/18/95 2 FIELD EXPLORATION AND LABORATORY TESTING 2.1 Field Exploration Subsurface conditions were explored by 2 bofings-drilled to a depth of 65 to 71 feet in the proposed bridge area, and 3 borings drilled to a depth of 10 feet along the proposed road. The borings were drilled April 28, May 1 and 2, 1995, at the approximate locations shown on the Plan of Borings in Appendix & Figure A. 1. The boring logs are also included in Appendix A, on Figures A. 3 through A.9, and a key to terms and descriptions on the logs is provided on Figure A. 2. Borings were located in the field by taped measurement from existing features along the roadway. Elevations of the borings were interpolated from topographic contour maps of the area provided to us by Weir & Associates, Inc. (Weir). The location and elevation of the borings should be considered accurate only to the degree implied by the methods used in their determination. The boring logs shown in this report contain information related to the types of materials encountered at specific locations and times and show lines delineating the interface between these materials. The stratification lines represent the approximate boundary between soil types and the transition can be gradual. Soil and rock descriptions on the borings logs are a compilation of field data, as well as from laboratory testing of samples. The logs also contain our field representative's interpretation of conditions that are believed to exist in those depth intervals between the actual samples taken. Therefore, these boring logs contain both factual and interpretative information. Relatively undisturbed samples of cohesive soils encountered in the borings were taken by rapidly pushing a 3-inch OD thin-walled tube sampler (ASTM D 1587) a distance of approximately 1 to 2 feet into the soil with hydraulic cylinders from the drill rig. Depths at which these samples were taken are designated "U" are indicated in the "Sample" column of the boring logs. After a tube was recovered from a boring, the sample was carefully extruded in the field, observed visually, and logged. A representative portion was selected, wrapped, and sealed to prevent loss of moisture and to protect the sample during transportation. Estimates of the consistency of the cohesive soil samples were obtained in the field using a hand penetrometer, which is factory calibrated in units of tons per square foot (tsf). The result of a hand penetrometer reading is recorded at a corresponding depth in the "Penetrometer, TSF" column of the boring logs. When the capacity of the hand penetrometer is exceeded, the value of 4.5+ is recorded. The Texas Department of Transportation (TxDOT) cone penetrometer test was used to evaluate the sandy shale and sandstone. Either the number of blows required to produce FW/I/2958/DENTAPRD. DOC/512-9 5 fog:4 629:18-001-001 2 Rev. 0, 0:1/18/95 12 inches of penetration, or the inches of penetration due to 100 blows of the hammer are noted on the boring logs designated "T" in the "Penetration Resistance" column. Disturbed samples were taken by driving a standard ASTM 2-inch OD split-spoon sampler (ASTM D 1586) a distance of 18 inches imo the soil with a 140-1b hammer falling freely a distance of 30 inches. Where resistance was high, the number of inches of penetration for 50 blows of the hammer was recorded. Depths at which the split-spoon samples were taken in these borings are designated "S" in the "Sample" column of the boring logs. The number of blows required to drive the sampler the final 12 inches of penetration or the inches of penetration for 50 blows is recorded at a corresponding depth in the "Blows Per Ft" column of the boring logs. Representative portions of each split-spoon sample were selected and sealed in plastic bags to prevent loss of moisture. The sandy shales were also sampled with an NX size double-tube core barrel fitted with a carbide bit. The amount of core recovered is recorded on the boring logs in the "Recovery, %" column and is designated "C." All samples were extruded in the field, visually classified, sealed and packaged for transportation. Groundwater observations made during the course of the field exploration are included on the boring logs. Groundwater level measurements refer only to those observed at the times and places indicated, and can vary with time, geologic condition, construction activity, rainfall, and other factors. 2.2 Laboratory Testing Representative samples of the soils were tested in the laboratory. Liquid limit and plastic limit tests (Atterberg limits) (ASTM D 4318) and grain size tests (ASTM D 1140) were performed on soil samples from the borings in order to classify them according to the Unified Soil Classification System CUSCS) (ASTM D 2487). Strength properties of the cohesive soil and shale were evaluated by performing uncorifined compression tests (ASTM D 2166). The results of these tests are reported as Qu values (in tons per square foot). Moisture and density determinations were also made on samples to determine the in situ conditions. Results of Atterberg Limits, percent passing no. 200 sieve, moisture content, unit dry weight, and tinconfined compression tests are provided in the right-hand portion of the respective boring logs and a summary is included in Appendix B. FWa/2958/DENTAPRD.DOC/512-gS/bg:4 629~8-001-001 3 Rev, O, 3 SUBSURFACE CONDITIONS 3.1 General Soil deposks consist of alluvial soils deposited by Denton creek and residual Woodbine soils. The primary unweathered Woodbine formation is a complex interbedded system of shale, sand, and sandstone. The sands vary from uncemented soils to cemented "rock- like" materials. The shales typically grade from sandy and silty to clayey and carbonaceous. 3.2 Stratigraphy 3.2.1 Soil Conditions The alluvial and residual soils vary widely in character from fine silty sands to highly plastic clays. Typically, these soils were encountered within the upper 46 to 47 feet explored by B-1 and B-2. Liquid limits of 29 to 60 and plasticity index (PI) values of 16 to 38 were obtained on samples of these soils. The unconfined compressire strengths of the cohesive soils generally varied from less that 1 tsf to over 4 tsf. The sands are often nonplastic to slightly plastic. N-values for the sand and gravel, determined from the standard penetration tests, ranged from about 2 for ]2 inches to over 50 indicating a wide range in relative density of very loose to very dense. Typically, the sand and gravel varies with respect to density. 3.2.2 Primary Unweathered Woodbine Formation The primary unweathered Woodbine Formation materials consisted of sandy shale, clay shale, shaly sand, sand, sandstone, siltstone, and limey sandstone. These materials are generally light gray, gray and dark gray in color, and within some depths are brownish- gray to black. The shaly materials are typically very stiff to moderately hard in consistency and the sand/sandstone materials are dense to very dense. Uncomcined compressive strength tests performed on the primary unweathered materials revealed values ranging from approximately 4 to 50 tsf. The wide range in values is typical of the Woodbine Formation, and reflects the variable nature of materials themselves, particularly the degree of cementation of the sandy zones, the clay-like tenure of the shale, slickensided fractures, and clay layers. Disturbance during sampling can also affect the sample test results. FW/I/2958/DENTAPRD.DOC/~ 12-95/b8:4 62958-001-001 4 Rev. 0, 05/1~95 The cone penetrometer test generally provides a more realistic indication of the bearing capacity of the Woodbine materials, as compared to the unconfined compression test. Cone penetrometer values ranging from approximately 1.5 inch to 12 inches of penetration per 100 blows were r-ecorded. Most values were in the 1.5-inch to 4-inch range. 3.2.3 Hard Rocks Rock materials were also encountered in the borings for the new bridge. The rocks are described as limy sandstone, grading to sandy limestone, and are very hard and highly cemented. Experience with these very hard materials has revealed them to be in the form of irregular-shaped boulders and/or layers varying in thickness from less than 1 foot to over 10 feet. Construction of foundations often requires rock-tooth augers, drop chisels, core barrels, or other rock excavation equipment where the hard rocks are encountered. 3.3 Groundwater Observations Groundwater, in the form of a perched condition, exists within the limits of the area explored. Indications are that the groundwater is perched within the permeable sand and gravel which lie above the sandy shale and sandstone as well as within sand layers present in the shale. Water-level measurements are recorded at the bottom of the log. Fluctuations in the water table are anticipated and are often dependent upon climatic conditions (rainfall, drought, etc.), the permeability of the sand, cross bedding of sands and days, and adjacent grades. The water level at the time of construction could be higher or lower than the depths recorded to date. 3.4 Site Geology This site is undedain by the Woodbine geological formation and alluvial soils of the adjacent creek. Sand, gravel, clays, sandstone, and shales generally compose this formation. Iron oxides, lignite, gypsum, and pyrite are also found throughout the formation. Dense and irregular shaped masses or hard sandstone occur at random throughout the formation and are commonly referred to as "boulders." Structurally, the Woodbine is quite complex in that it contains numerous small faults, lenticular masses, and consequent divergent dips. It is often difficult, if not impossible, to trace a particular bed for any distance. Water is found at various levels in the formation, some as perched tables in sand lenses. The outcrop of the Woodbine Formation is generally marked by sandy surface soils which support a dense growth of oak trees. FW/Ir295~'Dl~I'rAPRD. DOCt512-95/bg:4 629J~001-001 5 R~v. 0, 0S/1~95 4 FOUNDATIONS 4.1 Foundation Type, Depth, and Allowable Loading The bearing materials suitable for support of moderate to heavy column loads include gray sandy shales, shaly sands, and sandstones encountered approximately 46 to 46.5 feet below existing grade. Auger-excavated, reinforced concrete, straight-sided drilled shafts will provide a desirable means of transmitting structural loads to the bearing material. An allowable end-bearing value of 20,000 pounds per square foot can be used to design the shaft. A skin friction value of 3,200 pounds per square foot can be used for that portion of the shaft perimeter in direct contact with the bearing material after 1 foot of penetration and below the temporary steel casing. For pier resistance to pullout, a friction value of 1,600 pounds per square foot can be used. Regardless of loads, all shafts should penetrate into the bearing material a minimum of 5 feet. Bearing values should be selected to include a factor of safety of 3 with regard to shear failure, dead load only. Foundations proportioned in accordance with these values will experience negligible settlement after construction. The weight of the footings below final grade may be neglected in determining the design loads. It is anticipated that temporary steel casing will be required to properly construct the shafts. The following is a summary of the foundation recommendations: Foundation type: Straight sided, drilled shafts Bearing stratum: Gray sandy and clayey shale, shaly sand, and sandstone Bearing stratum encountered approximately: 46 to 47 feet below existing grade Minimum penetration into bearing stratum: 5 feet Allowable bearing pressure: 20,000 pounds per square foot Cosf) Allowable skin friction: 3,200 psf (for compression loads) Resistance to pier pullout: 1,600 psf Minimum penetration into bearing stratum prior to using skin friction: 1.0 foot F~Va/2958/DENTAPRD. XX)C/512-95/bg:4 6 Rev. O, 05/18/95 62958001-001 ! Temporary steel casing: Casing is anticipated to be required on all of the shafts. Reinforcing steel should be placed within the drilled shaRs to resist tensile forces caused by expansion within the surrounding clays. Uplift forces and resulting tension forces will be exerted on shafts during volume changes in the expansive soils. Uplift pressures are estimated to be approximately 1,000 pounds per square foot acting over the perimeter of the drilled shaft for a depth of 12 feet. 4.2 Drilled Shaft Construction Drilled shaft construction should be monitored by a representative of the project geotechnical engineer to observe, among other things, the following items: Identification of bearing material. Adequate penetration of the shaft excavation into the bearing layer. The base and sides of the shaft excavation are clean of loose cuttings. That a sufficient head of plastic concrete is maintained within the casings at all times during their extraction to prevent the inflow of water. Precautions should be taken during the placement of reinforcing steel and concrete to prevent loose, excavated soil from falling into the excavation. Concrete should be placed as soon as practical after completion of the drilling, cleaning and inspection. Excavation for a drilled shaft should be filled with concrete before the end of the workday, thus preventing excessive deterioration of the bearing material. Prolonged exposure or inundation of the bearing surface with water will result in changes in strength and compressibility characteristics. If delays occur, the drilled shaft excavation should be slightly deepened and cleaned, in order to provide a fresh bearing surface. As previously discussed, dense to very dense sands and shaly sands are pz:esent within the primary Woodbine Formation. These predominantly granular layers are suitable bearing materials for drilled shaft foundations. Depending on groundwater conditions, however, it may be necessary to extend the temporary casing through any sand layers that overlie shale in order to satisfactorily reduce seepage into the shaft during construction. The concrete should be placed in a manner to prevent the concrete from striking the reinforcing cage or the sides of the excavation, which could not only affect the positioning of the cage but may also result in segregation of the concrete mixture. A bottom discharge hopper is recommended for this purpose. A drilling rig of sufficient size and weight will be necessary, since the possibility of encountering hard rock layers exists. The rig must be capable of drilling and/or coring FW /F29 51ID ENT APRD.IX)C/ 5 12-95fog:4 62958-001.001 7 Rev. O, 05/18/95 through the hard layers to reach the desired bearing stratum and achieve the required penetration. Caution should be exercised during construction to prevent the bearing of a shaft on soft material within the rounding stratum. Should any shaft excavation terminate on a soft seam or layer within the shale, after the required penetration has been achieved, the shaft should be deepened until the next layer of firm shale or dense sand has been encountered. The drilling work could require rock-tooth augers, core barrels, and drop chisels to achieve the proper depth. See Boring logs and Section 3, Item 3.2.3. As noted above, it is expected that temporary cuing will be required for construction. Water seepage into the pier shafts may occur even if the shafts are cased. Therefore, provisions should be made in the project specifications for underwater concrete placement if more than 4 inches of water is present in the bottom of the pier hole. A closed tremie should be used for underwater concrete placement and the end should be kept below the top of the concrete in the pier hole. A nominal shaft diameter of at least 24 inches is recommended to facilitate concrete placement with a tremie. FWrI/2955/DENTAPRD. DOC./512 -9~/bg:4 629 ~ g-00 1-001 Rev. 0, 05/18/95 L 5 BELOW-GRADE STRUCTURES 5.1 Lateral Earth Pressures To reduce lateral earth pressures and to provide a porous drainage media, it is recommended that the walls be backfilled with granular material. On-site clays have relatively high plasticity index (PI) values and are expected to undergo seasonal volume changes and are therefore not recommended for backfill. Recommended lateral earth pressures for rigid walls with top restraint and flexible walls, such as retaining walls, are given in Table 5-1, Lateral Earth Pressures, for various types ofbackfill. The values given assume a horizontal backfill surface at the top of the wail. Construction of foundations or on-grade slab loads near below-grade walls will apply an additional horizontal load to the walls. A uniform horizontal pressure due to surcharge loads from construction and normal loadings, equal to the applicable earth pressure coefficient multiplied by the surcharge load, should be included in the wall design. Surcharge loads farther than the height of the wall back from the top of the below-grade wall do not need to be considered. For walls constructed below the design water levels, the higher equivalent fluid pressures, which account for pressures from water, should be used if a wall drainage system is not used. If a drainage system is incorporated, the design of walls can use the equivalent fluid pressures given for drained conditions. 5.2 Wall Drainage A wall drainage system is recommended to reduce pressure on below-grade walls. The drainage system should include a vertical granular drain and a perimeter collection system. The vertical drain should be at least 24 inches wide and extend to within three feet of the surface. The top three feet ofbackfill should consist of cohesive fill to limit surface water infiltration into the wall drain. The granular drainage material should have a gradation similar to ASTM C 33 Fine Concrete Aggregate. A prefabricated wall drainage mat can be substituted for the 2 foot of sand wall drain material. If the entire wall backfill consists of granular backfill, a separate wall drain is not necessary. The perimeter drain collection system for the vertical drain should consist of dotted or perforated pipe surrounded with a washed aggregate which is in turn surrounded by suitable nonwoven geotextile fabric similar to Trevira Sl125 or Quline Q80 or an equivalent. The pipe should have sufficient strength to support the backfill weight without FW/tr295~DENTAPRD. DOC/512-95rag:4 62958-001-001 9 Roy. 0, 05/18/95 crushing. The aggregate should be at least six inches thick over the top and around the sides of the pipe, and have a gradation similar to ASTM C 33, Size No. 57. The collection system should be connected to a sump or some other discharge method. Flood water or other water should not be allowed to backflow into the underdrainage system. 5.3 Backfill Placement and Compaction Fill behind below-grade walls should be compacted, preferably by hand-operated tampers or light compaction equipment immediately adjacent to the wall. Heavy rollers should not be allowed closer than about six feet from the wall since high compactive effort will increase the lateral earth pressures. Where light compaction equipment and hand- operated compactors are used, the maximum lift thickness should be 4 inches. The fill should be compacted in maximum of 4-inch loose lifts to 70 percent relative density (ASTM D 4253 and D 4254). The nonexpansive, select fill material should be placed in maximum of g-inch lifts and compacted to a density ranging between 92 and 98 percent of maximum standard Proctor (ASTM D 698) dry density at a moisture content ranging from 2 percentage points below optimum to 5 percentage points above (-2 to +5) for the backfill materials. The contractor may have to maintain a more narrow range (within the maximum allowable) in order to consistently achieve the specified density for some soils or under some conditions. The moisture content and density of all fill material should be maintained at the specified range of moisture and density. Backfill should be placed and compacted in a carefully controlled manner to reduce the magnitude of potential settlement. Experience has indicated that some settlement of the well-compacted fill should be anticipated for fills greater than approximately 5 feet thick. This settlement will result in movement of supported sidewalks or floor slabs placed on fill, and shear loads on pipes passing through the fill into the structure. Select fill should consist of a clayey sand or sandy clay and sand mixture with less than fifty percent passing the No. 200 sieve, a liquid limit less than 35, a PI between 4 and 15, with at least 85 percent passing the No. 4 sieve. It is recommended that a relatively impervious soil be placed in the upper layer of the backfill around the exterior of the structure for the purpose of minimizing the amount of infiltration of the outside surface water. It is recommended that the uppermost 2 feet of backfill material consist of a sandy clay or clay with a liquid limit in the range of 35 to 45, a PI in the range of 20 to :25, and the mount passing the No. 200 sieve greater than fifty percent. The ground surface should slope away from the structure on a gradient of 11/2 to 3 percent, such that surface water does not pond adjacent to the structure within the backfill zone. Topsoil and seeding should be accomplished to help prevent drying and cracking this uppermost layer of soil. The slope should be maintained on a 11/2 to 3 percent gradient after topsoil is placed. The 2-foot layer of cover soil should be compacted in maximum of 8-inch lifts to a density ranging between 95 and 100 percent of ] 0 Rev. 0, 05/18/95 FW/F29$g/DENTAPRD.IX)C/512-95tog:4 62958-001-001 L standard Proctor at a moisture content ranging from optimum to 4 percentage points above optimum (0 to +4). If concrete fiatwork is placed at final grade, the use of a relatively impervious soil within the upper 2 feet is not necessary. The fiatwork should extend at least 2 feet beyond the backfill zone. All joints should be filled with a flexible joint sealer. If the fiatwork extends only into a portion of the backfill zone, use of the 2 feet of cover soil should be required within the remainder of the area. 5.4 Retaining Wall Footings It is anticipated that continuous footings will be used for the proposed retaining walls along Denton Tap Road. The footing should be placed a minimum of 3 feet below the lowest adjacem grade. An allowable bearing pressure of 2,500 pounds per square foot ('PSF) or less (F.S.=3) can be used to design the footing. The footing should be placed on undisturbed soils or compacted and tested fill. InN/I/2958/DENTAPRD.DOC/512-95tog:4 62958-001-001 11 Rcv. O, 05/18/95 Backfill Granular ASTM C 33 Fine Aggregate or Select fill Onsite Sandy Clays, liquid limit less than 40 and PI less than 25 Notes: 1. TABLE 5-1 LATERAL EARTH PRESSURES Flexible Walls Equivalent Fluid ................. ..P...r...e..s...s...u..r..e..:..p...c...f. ................. Assumed Assume Total Active Earth Above Below At Rest Angle of Unit Weight, Pressure Design Design Earth Shearing pcf Coefficient, Water Water Pressure Resistance, k. Level Level Coefficient, degrees Ko 26 125 0.33 41 83 0.56 70 20 125 0.41 51 88 0.66 80 Water levels are given on boring logs. Lateral earth pressure recommendations assume a horizontal backfill surface at the top of the wall. Rigid Walls Equivalent Fluid .................. .P...r...e..s...s..u_.ro.e.,..p..c.f. ................. Above Design Water Level Below Design Water Level 101 103 FW/I/2958/DENTAPRD. DOC/512-95rug:4 12 Rev. 0, 05/I 8/95 6 SLOPE STABILITY ANALYSIS 6.1 General UTEXAS3, a slope stability program developed to measure slope stability by the Spencer, Bishop, Corps of Engineers' modified Swedish, or Lowe and Kara~ath's method of slices, was utilized for the stability analyses of the 2(H): I(V) slope adjacent to the bike/walking path and the 3(H):I(V) slope adjacent to the arterial roadway. Circular failure surfaces using the Spencer method of slices were used for both computer stability analyses. 6.2 Sections Selected for Analysis Slope stability analyses using circular failure surfaces were performed on typical cross sections for 2(H):I(V) slopes adjacent to the bike/walking path and 3(K):I(V) slopes adjacent to the arterial roadway. Figures 1 and 2 in Appendix C illustrate the cross sections selected and the critical failure surface calculated by the stability program. 6.3 Input Parameters The geometry of the cross sections was determined from the drawings associated with the construction of the arterial roadway. The subgrade characteristics for both sections were selected based on review of the boring logs from bo~ngs in the vicinity of the sections. A sandy clay material was modeled in both sections as the subgrade material. Properties of the subgrade were selected based on review of the boring logs and based on engineering experience and judgment. The traffic loading on the arterial roadway section was modeled using a uniform surface pressure of 42 psf and with a seismic coefficient of 0.01. Table 6- I summarizes the unit weight and strength parameters utilized for the stability analyses. 6.4 Results of Stability Analysis The results of the stability analyses indicate that the proposed slopes are stable under the conditions analyzed. Table 6-2 summarizes the results of the stability analyses and compares the calculated factor of safety to the recommended minimum factor of safety. The recommended minimum factors of safety for the conditions analyzed were determined using recommendations from the Corps of Engineers "Design and Construction of Levees" manual 0SM 1110-2-1913). The figures illustrating the sections analyzed and the computer stability analysis output is attached in Appendix C. FWa/295B/DENTAPRD.DOC/5 12-95tog:4 62958-001-001 ] 3 Rev. 0, 05/1g195 Table 6-1 Summary of Material Weight and Strength Properties Moist Umt Cohesion Internal Material Type Weight (psf) Friction (degrees) Sanay.Clay SubFade (lbl fi3) 125 200 16 Table 6-2 Summary of Slope StabilityAnalysis Condition Analyzed Slope Adjacent to BikdWalking Path Slope Adjacent to Arterial Roadway Minimum Factor of Safety Generated 2.3 2,3 Recommended Minimum Factor of Safety 1.5 1.5 Acceptable Factor of Safety Yes Yes FW/I/2958/DEN'FAPRD.DOC/512-95/bg:4 6295 g. O01-4)01 14 R~. O. 05/18/95 L 7 CONSTRUCTION SLOPES AND TEMPORARY SHORING 7.1 General The Owner and the Contractor should make themselves aware of and become familiar with applicable local, state and federal safety regulations, including the current OSHA Excavation and Trench Safety Standards. Construction site safety generally is the sole responsibility of the Contractor, who shall also be solely responsible for the means, methods and sequencing of construction operations. We are providing this information solely as a service to our client. Under no circumstances should the information provided below be interpreted to mean that EMCON is assuming responsibility for construction site safety or the Contractors activities; such responsibility is not being implied and should not be inferred. 7.2 Excavations and Slopes The Contractor should be aware that slope height, slope inclination, or excavation depths (including utility wench excavations) should in no case exceed those specified in local, state, or federal safety regulations, e.g., OSHA Health and Safety Standards for Excavations, 29 CFR Part 1926, or successor regulations, such regulations are strictly enforced and, if they are not followed, the Owner, Contractor and/or earthwork and utility subcontractors could be liable for substantial penalties. The soils to be penetrated by the proposed excavation may vary significantly across the site. Our soil classifications are based solely on the materials encountered in widely spaced exploratory borings. The Contractor should verify that similar conditions exist throughout the proposed area of excavation. If different subsurface conditions are encountered at the time of construction, we recommend that we be contacted immediately to evaluate the conditions encountered. If any excavation, including a utility trench, is extended to a depth of more than 20 feet, it will be necessary to have the side slopes designed by a professional engineer registered in Texas. As a safety measure, it is recommended that all vehicles and soil piles be kept a minimum lateral distance from the crest of the slope equal to no less than equal the slope height. The exposed slope face should be protected against the elements. FWFb'295~DENTAPRD.DOCJ512-95F~g:4 6295~X)1-O01 15 R~v. 0, 05/1~/95 L 7.3 Responsible Person The Contractor's "responsible person, as defined in 29 CFR Part 1926,' should evaluate the soil exposed in the excavations as part of the Contractor's safety procedures. The Contractor's "responsible person" should establish a minimum lateral distance from the crest of the slope for all vehicles and spoil piles. Likewise, the Contractor's "responsible person" should establish protective measures for exposed slope faces. Monitoring of temporary slopes, trenches and dewatering during construction should be undertaken by the contractor to detect early warnings of movement within slopes, structures, pavements, etc. 7.4 Groundwater/Dewatering Groundwater could be encountered within the excavations, depending on the depth of excavation and ground-water level. The decision as to the method for handling ground water, depends upon such factors as the soil characteristics within the excavation depth, site hydrogeology, the size and depth of the excavation, method of excavation and side slopes, the proximity of existing structures, their depth and foundation type and the design' and function of the proposed structure. Choice of a particular method or a combination of methods for dewatering any given excavation will require an analysis of the subsurface soil and ground-water conditions, the requirements of the work and the contractors experience with alewatering excavations. Once these facts are known, consideration can be given to the various methods available for handling ground water and a selection can be made as to a suitable method. A certain mount of flexibility is important in the alewatering process. Although a geotechnical study has been made, some unanticipated subsurface conditions could exist. R~v. 0, 05/18795 FW/I/29587DEM'rAPRD.DOC/512-95fog:4 6295g-001-001 L 8 EARTHWORK 8.1 Subgrade Preparation Stripping should consist of the removal of all topsoil, roots, vegetation, and rubbish not removed by the clea~,'ing and grubbing operation. The actual stripping depth should be based on field observations with particular attention given to old drainage areas, uneven topography, and excessively wet soils. The stripped areas should be observed to determine if additional excavation is required to remove weak or otherwise objectionable materials that would adversely affect the fill placement. The subgrade should be firm and able to support the construction equipment without displacement. Soft or yielding subgrade should be corrected and made stable before construction proceeds. The subgrade should be proof rolled to detect soft spots, which if they exist, should be reworked. Proof rolling should be performed using a heavy pneumatic-tired roller, loaded dump truck, or similar equipment weighing approximately 25 tons. The proof rolling operations should be observed by the project geotechnical engineer or his representative. Existing dopes which will receive fill should be loosened by scarifying or plowing to a depth of not less than 6 inches. The fill material should be benched into the existing slope in such a manner as to provide adequate bonding between the fill and slope, as well as to allow the fill to be placed in horizontal lifts. Prior to placement of compacted fill in any section of the embankment, after depressions and holes have been filled, the foundation of such sections should be compacted to the same density and moisture requirement as the embankment. In areas of the subgrade which, in the opinion of the project geotechnical engineer, are too soft, wet or otherwise unstable to allow fill construction to begin, the use ~3f plating and/or plating in combination with a geogrid may be required, Providing detailed recommendations for plating and/or use of geogrids for this project is beyond the scope of our work for this project. The traffic of heavy equipment, including heavy compaction equipment, may create pumping and general deterioration of the soil. Occasionally, some soils have to be excavated, mixed and dried, and replaced. At times, excavating and replacing with selected soils and/or chemically treating in-place materials is required before an adequate subgrade can be achieved. Therefore, it should be anticipated that some construction difficulties will be encountered during periods when these soils are saturated. FW/I/295~/DENTAPRD. DOC/5 12-95Fog:4 ] '7 Rev. 0, 05/18/95 629.58-001-001 8.2 Placing of Material Fill materials should be placed on a properly prepared subgrade as specified. The combined excavation, placing, and spreading operation should be done in such a manner to obtain blending of material, and to provide that the materials, when compacted in the embankment, will have the most practicable degree of compaction and stability. Materials excavated from cut sections and/or borrow sources and hauled to construct fills must be mixed and not segregated, except where such segregated soil zones are required. All fill should be placed in horizontal lifts. Filling along (parallel to) slopes should not be permitted. In areas where slopes will be constructed using fill, the fill should extend beyond finished contours and cut back to grade. If the surface of the fill is too smooth and hard to bond properly with a succeeding layer, Me surface should be toughened and loosened by discing before the succeeding layer is placed. Where fill is to be placed next to existing fill, that fill should be removed to unweathered, dense material. Each layer should be benched and diseed as adjoining lifts are placed. Material hauling equipment should be so routed over the embankment surface to distribute the added compaction afforded by the rolling equipment, and to prevent the formation of' ruts on the embankment surface. The surface of the fill should be Faded to drain freely and maintained throughout construction. During the dumping and spreading process, the contractor should maintain at all times a force of men adequate to remove all roots and debris and all rocks greater than 4 inches in maximum dimension from the fill materials. No rocks should be allowed within the final 8 inches of subgrade. 8.3 Moisture and Density Control Following the spreading and mixing of the soil on the embankment, it should be processed by discing throughout its thickness to break up and provide additional blending of materials. Discing should consist of at least two passes of the disc plow. Additional passes Of the disc plow should be made necessary to accomplish breaking up and blending the fill. The recommended loose lift thickness is 8 inches. The moisture content of the soil should be adjusted, if necessary, by either aeration or the addition of water to bring the moisture content within the specified range. Water required for sprinkling to bring the fill material to the proper moisture content should be applied evenly through each layer. Any layers which become damaged by weather conditions should be reprocessed to meet specification requirements. The compacted surface of a layer of fill should be lightly loosened by discing before the succeeding layer is placed. When the moisture content and the condition of the fill layer are satisfactory, compaction should be made with a tamping-foot roller (sheepsfoot with cleaner teeth) either towed by a F'4WI/295g/DENTAPRD. DOC/512-9frog:4 62958-ooi-ool ] 8 Rev. O. 05118/95 crawler-type tractor or the self-propelled type, The tamping-foot length should be a minimum of 8 inches. Vibratory tamping rollers may be required for cornpatting some types of fill material. The fill material should be compacted to a minimum of ninety-five (95) percent of the maximum dry density as determined by the moisture-density relations test method ASTM Designation D 698. The moisture coment should range between 2 percentage points below optimum to 5 percentage points above optimum (-2 to +5) for soils with a plasticity index (PI) of less than 20. For soils with a PI of 20 or greater, the moisture content should range between optimum and 5 percentage points above optimum (0 to +5). The moisture content ranges specified are to be considered as maximum allowable ranges. The contractor may have to maintain a more narrow range (within the maximum allowable) in order to consistently achieve the specified density for some soils or under some conditions. The moisture content and density of all fill material should be maintained at the specified range of moisture and density. Fill behind below-grade walls should be compacted with hand-operated tampers or light compaction equipment immediately adjacent to the wall. A loose lift thickness of four to six inches is typically required for hand-operated tampers. Backfill on structures receiving fill on both sides should be kept within two feet of the opposite side. Refer to Section for further discussion. Field density tests should be taken as each lift of fill material is placed. One field density test per lift for each 5,000 square feet of compacted area is recommended. A minimum of 2 tests per lift should be required. The earthwork operations should be observed and tested on a continuing basis by an experienced geotechnician working in conjunction with the project geotechnical engineer. The contractor should assist the geotechnician in taking tests to the extent of furnishing labor and equipment to prepare the areas for testing and curtailing operations in the vicinity of the test area during testing. Each lift should be compacted, tested, and approved before another lift is added. The purpose of the field density tests is to provide some indication that uniform and adequate compaction is being obtained. The actual quality of the fill, as compacted, should be the sole responsibility of the contractor and satisfactory results from the tests should not be considered as a guarantee of the quality of the contractor's filling operations. All slopes, whether temporary construction slopes or permanent embankment should be designed to allow drainage at planned areas where erosion protection can be provided, instead of allowing surface water to flow down unprotected slopes. Vegatative ground cover should be provided as soon as practical to completed slopes. FW /I/2 9 5 8/D ENY APRD.DOC/ 512-9 5~D8: 4 629tg.001-001 19 Rev. O, 05/1S/95 L 8.4 Imported Borrow Material Imported fill materials, used along the roadway, should consist of soil with a liquid limit (LL) less than 45 and a plasticity index (PI) less than 25. The fill should be free of vegetation, roots, debris, rocks, or other objectionable material. Prior to delivery of off- site soils, the owner or engineer should be notified. The requirements provided in Item 8.6 should be followed. 8.5 Trench/Wall Backfill Trench backfill for utilities should be properly placed and compacted. Dense or dry backfill can swell and create a mound along the ditch line. Loose or wet backfill can settle and form a depression along the ditch line. Distress to overlying structures, pavements, side walks, etc. can occur if heaving or settling happens, A granular bedding material is recommended for pipe bedding. Clean coarse sand, well- rounded pea gravel, or well graded crushed rock make good bedding materials. Care should be taken to prevent the backfilled trench from becoming a french drain and piping surface or subsurface water beneath structures or pavements. The use of concrete cut-off collars or clay plugs may be required to prevent this from occurring. The following minimum test frequency will be used; however, the test frequency should comply with project specifications if more frequent tests are specified. Vertical Interval: 12-inch lifts or alternate 6-inch lifts, depending on construction equipment and soil Horizontal Spacing: Wall Backfill - 100 feet Utility Trench Backfill under Pavement and Embankments - 250 feet Minimum - 3 tests per section per 12-inch interval Test locations should be staggered horizontally 20 to 50 feet (depending on trench length) for succeeding intervals so that tests do not fall over previous tests. Additionally, for trench widths greater than 2 feet, stagger the tests for each interval off center line. Moisture/Density Requirements: Trench Types Compaction (% of Standard Proctor) Moisture Content (% Points from Optimum) Wall 92 - 98 -2 to +5 FW/I/295g/DENTAPRD.IX)CJ$12-95fog:4 20 Rev, 0, 05/18/95 62958-001-001 Utility (Under Pavements and Embankments) Plasticity Index 0 - 20 95 Plasticity Index >20 95 -2 to +5 Oto4 8.6 Contamination Testing and Certification The Contractor should be required to arrange'and pay for the services of a laboratory preapproved by the Owner to collect samples and perform a toxic conruminant scan of composite soil samples representative of each separate off-site borrow source in accordance with the U.S. Environmental Protection Agency (EPA) protocol for Total Metals (eight metals, EPA Method 3010/6010), pH 0iPA Method 150.1 ), Chlorides (EPA Method 330.4), Volatile Organics (EPA Method 8240), and Total Petroleum Hydrocarbons CEPA Method 418.1 ). Copies of the results of the laboratory tests should be submitted with chains-of-custody to the Owner by the Contractor prior to proceeding to furnish soil materials to the site. Any potential off-site soil borrow on which scan test results indicate the presence of contaminants above background levels will be rejected as an off-site soil borrow source. The laboratory performing the scan test for contaminants for the Contractor should provide a written certification along with the test which states that the laboratory is EP~, approved, that the tests were performed according to EPA guidelines, and that the samples were collected using EPA protocol. The Contractor should obtain a written, notarized certification from the landowner of each proposed off-site soil borrow source stating that to the best of the landowner's knowledge and belief there has never been contamination of the borrow source site with hazardous or toxic materials. These certifications should be submitted to the Owner by the Contractor prior to proceeding to furnish soil materials to the site. The lack of such certification on a potential off-site soil borrow source will be cause for rejection of that source. Soil materials derived from the excavation of underground petroleum storage tanks shall not be used as flu on this project. FW/I/291~/DENTAPRD.DOC/112-95Fog:4 2 1 Rrv. 0, 0f/18/9~ 629t8-001-001 9 PAVEMENT SUBGRADE 9.1 General Based on the soil borings, the subgrade soils are anticipated to be clay along the roadway. These soils have poor subgrade characteristics and can become soft and pump with an increase in moisture content, A commonly used method to improve the strength properties of the soils is to treat them with hydrated lime. Laboratory testing of the anticipated future subgrade soils consisted of Atterberg limits tests and percent passing No. 200 sieve. In addition, a series of liquid and plastic limit tests were conducted on the natural subgrade soils in order to determine optimum lime additive contents for the purpose of soil treatment below paving. In these tests, soil plasticity index was evaluated as a function of the percentage of dry soil weight. The pH of soil/lime mixtures was also determined. These test results are included in Appendix B. 9.2 Subgrade Treatment An application rate of 27 pounds of hydrated lime per square yard of surface area for the 6- inch subgrade thickness is recommended. This complies with the City's standard requirements. The plasticity index of the lime/soil mixture should be 15 or less. The estimated application rate is based on a soil unit dry weight of 125 pcf and 6 percent lime. The lime treated subgrade should extend a minimum of 12 inches outside the curb line. This will improve the support for the edge of the pavement and also lessen the "edge effect" associated with shrinkage during dry periods. 9.3 Construction Procedures Construction of the lime treated subgrade should follow Item 260 of TxDOT's most current Standard Specifications. The recommended gradation requirement after final mixing includes 100 percent passing the 1-3/4" sieve and 60 percent passing the No. 4 sieve. 9.3.1 Application The hydrated lime should be applied only to the area where the mixing operations can be completed during the same working day. The hydrated lime should be placed by the slurry method and be mixed with water in trucks or in tanks and applied as a thin water suspension or slurry. The distributor truck or tank should be equipped with an agitator IrV//I/29~/DENTAPRD.DOC/512-95tog:4 22 P,~. o, o~/1 g/gs 62958-001-001 L which will keep the lime and water in a uniform mixture. The distribution of lime at the rates indicated shall be attained by successive passes over a measured section of roadway until the proper lime content has been secured. The mount of lime ~o be added per area of stabilization can be determined by calculating the square yardage to be stabilized and then multiplying by the prescribed application rate. Lime delivery tickets should be submitted to the engineer to verify the amount of lime applied. The interval of time between application and mixing that the hydrated lime is exposed to the atmosphere, should be a maximum of 6 hours. 9.3.2 Mixing The material should be uniformly mixed with a rotary mixer capable of reducing the size of the particles so that when all non-slaking aggregates retained on the 3/4" sieve are removed, the remainder of the material shall meet the following requirements when tested dry by laboratory sieves: Minimum passing 1-3/4" sieve Minimum passing No. 4 sieve 100% 60% Gradation tests should be performed for each 500 linear feet of roadway, with a minimum of one test per section of lime placement. A check for correct depth of stabilization should also be made. 9.3.3 Compaction Compaction of the mixture shall begin immediately after mixing. The material should be aerated or sprinlded as necessary to provide the optimum moisture. Compaction shall begin at the bottom and continue until the entire depth of mixture is uniformly compacted. All irregularities, depressions, or weak spots which develop must be corrected immediately by scarifying the areas affected, adding or removing material, and reshaping and recompactin8 by sprinkling and rolling. The surface should be maintained in a smooth condition, free from undulations and ruts. The subgrade should be compacted to a minimum of 95 percent of Standard Proctor (ASTM D 698) density, at a moisture content ranging from optimum to four percentage points above optimum (0 to +4). After the required compaction is reached, the subgrade should be brought to the required lines and grades and finished by rolling with a pneumatic tire or other suitable roller sufficiently light to prevent hai~ine cracking. The compacted section should be moist-cured for approximately 7 days. Field density tests should be taken at the rate of one (1) test per each 500 linear feet of roadway with a minimum of two (2) per lime placement. FW/I/2958/DENTAPRD. DOC/512-95tog:4 23 R~v. 0, 05/18/95 629~g-001-001 -L 10 REPORTCLOSURE The borings made for this report were located in the field by taped measurement from the existing roadway. Elevations of the borings were interpolated from topographic contour maps of the area provided to us by Weir & Associates, Inc. The locations and elevations of the borings should be considered accurate only to the degree implied by the methods used in their determination. The boring logs shown in this report contain information related to the types of soil encountered at specific locations and times and show lines delineating the interface between these materials. The logs also contain our field representative's interpretation of conditions that are believed to exist in those depth intervals between the actual samples taken. Therefore, these boring logs contain both factual and interpretire information. It is not warranted that these logs are representative of subsurface conditions at other locations and times. With regard to groundwater conditions, this report presents data on groundwater levels as' they were observed during the course of the field work. In particular, water level readings have been made in the borings at the times and under conditions stated in the text of the report and on the boring logs. It should be noted that fluctuations in the level of the groundwater table can occur with passage of time due to variations in rainfall, temperature and other factors. Also, this report does not include quantitative information on rates of flow of groundwater into excavations, on pumping capacities necessary to dewater the excavations, or on methods of dewatering excavations. Unanticipated soil conditions at a construction site are commonly encountered and cannot be fully predicted by mere soil samples, test borings or test pits. Such unexpected conditions frequently require that additional expenditures be made by the owner to attain a properly designed and constructed project. Therefore, provision for some contingency fund is recommended to accommodate such potential extra cost. The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of our field investigation and further on the assumption that the exploratory borings are representative of the subsurface conditions throughout the site; that is, the subsurface conditions everywhere are not significantly different from those disclosed by the borings at the time they were completed. If, during construction, different subsurface conditions from those encountered in our borings are observed, or appear to be present beneath excavations, we must be advised promptly so that we can review these conditions and reconsider our recommendations where necessary. If there is a substantial lapse of time between submission of this report and the start of the work at the site, if conditions have changed due either to natural causes or to construction operations at or adjacent to the site, or if building locations, structural loads or finish grades are changed, we urge that we be promptly informed and retained to review our FW/I/295~DENTAPRD. DOC/512-9:5/'og:4 62958-001-001 24 Rev. 0, 05/18/95 report to determine the applicability of the conclusions and recommendations, considering the changed conditions and/or time lapse. The scope of our services did not include any environmental assessment or investigation for the presence or absence of wetlands or hazardous or toxic materials in the soil, surface water, groundwater or air, on or below or around this site. Any statements in this report or on the soil boring logs regarding odors noted or unusual or suspicious items or conditions observed are strictly for the information of our client. This report has been prepared for use in developing an overall design concept. Paragraphs, statements, test results, boring logs, diagrams, etc., should not be taken out of context, nor utilized without a knowledge and awareness of their intent within the overall concept of this report. The reproduction of this report, or any part thereof, supplied to persons other than the owner, should indicate that this study was made for foundation design purposes only and that verification of the subsurface conditions for purposes of determining difficulty of excavation, trafficability, etc., are responsibilities of the contractor. This report has been prepared for the exclusive use of the City of Coppell and its designated consultants for specific application to design of this project. The only warranty made by us in connection with the services provided is that we have used that degree of care and skill ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality. No other warranty, express or implied, is made or intended. FWa/29~g/DENTAPRD.DOC/~ 12-9~/bg:4 629~8-001-001 25 Rev. 0. L 11 LIMITATIONS The services described in this report were performed consistent with generally accepted geotechnical engineering principles and practices. No other warranty, express or implied, is made. These services were performed consistent with our agreement with our client. This report is solely for the use and information of our client unless otherwise noted. Any reliance on this report by a third party is at such pany's sole risk. Opinions and recommendations contained in this report apply to conditions existing when services were performed and are intended only for the client, purposes, locations, time frames, and project parameters indicated. We do not warrant the accuracy of information supplied by others, nor the use of segregated portions of this report. The conclusions and recommendations in this report are invalid if · The assumed design loads change · The structures are relocated · The report is used for adjacent or other property or buildings · Grades, groundwater levels, or both, change between the issuance of this construction · Any other change is implemented that materially alters the project from that hen this report was prepared The boring logs do not provide a warranty of the conditions that may exist at the entire site. The extent and nature of subsurface soil and groundwater variations may not become evident until construction begins. Variations in soil conditions between borings could possibly exist between or beyond the points of exploration or groundwater elevations may change, both of which may require additional studies, consultation, and possible design revisions. Any person associated with this project who observes conditions or futures of the site or surrounding areas that are different from those described in this report should report them immediately to us for consideration and evaluation. This report was prepared solely for the use of our client and should be reviewed in its entirety. FW/I/2958/DENTAPRD.IX)C/,~ 12-95tog:4 62958-001-001 Rev. O, 05118195 L APPENDIX A NOTE: BORING LOCATIONS ARE APPROXIMATE. LEGEND BORING LOCATION EmCO CITY OF COPPELL PLAN OF BORINGS DENTON TAP ROAD DENTON CRE/X TO HIGHLAND DRIVE: CC)PPELL lZXAS 7958-001-001. L L GENERAL NOTES 5OIL OR ROCK 'x'z~'l!is (shown in symlx~la column) Clay Lean Sandy Silly Clayey Sand Gfavally Clayey Gravel Clay Clay Sand Sand Sand Grave 1 Sandy Conglare- Weathered Shale Sandstone Limestone Solid Waste Igneous Volcanic Gravel state Shale or Debris * D!zffJ-xNG AND S~MPLING SYMBOLS: U: Thin-walled Tube - 3' O.D., unless otherwise no~ed S : Split Barrel Sampler · 2" O.D., unJess otherwise noted Example: 25 - 25 blowall2' al~er 6" seating interval; 50/7 - 50 blows'/' aft4r 6' seating interval; REF - 50 blowe <6' C: Double Tube Core Barrel T: TI"ID Cone Pene~rometer Example: T60 = 60 blowa/~2'; T4.5" - 100 blows/4.5" A : Auger S~mple W : Wash Sample P : Packer Ten D : Denison Sample KEIATIVE DENSZrY OF COA~SE~zRAINXD SOILS: CON~STENCY OF FINg, G~ SOIL3: Penetration hsistanes Relative Unconfined Compressive Blows/foot ~usiW 8tren~h, Qu. ~ Consi~n~ 0 - 4 Ve~ 1~ 4 - l0 ~m 0~ 10 - ~ Medi~ den. 0.50 ~ - 50 ~n~ 1.~ ~ 2.~ St~ over 50 Ve~ de~ 2.~ W 4.~ Ve~ ~iff 4.~ ~d ~$her Sfickenaided Fiecured Laminated Interbedded Calcareous Well 8Faded Poorly graded Having inclined planes of weakness that are slick sad glossy in appearance. Cont~;-i-S shrinkage cracks, ~requently filied with fine sand or silt; usually more or less vertical. Composed of thin layers of varyin8 color and texture. : Composed of alternate layers of different sail types. : Containln~ appreciable quantities of e, aleium carbonate. Having wide range in grain sizes sad substantial amo~mts of all intermediate particle sizes. : Predominantly of one pain size, or having a range of sizes with zome intermediate size missing. DEGREE OF WXA'rs~sm~G:. Unweathered Slifhtly weathered Weathered Samerely weathered : Kock in its natural hate before heinz exposed to aUnospberic qents. : Noted predominantly by eelor change with no disintsgrat~[ z~nes. : Complete color change with zones of slightly decomposed rock. : Complete color change with consistency, taxtufa, sad ~eneral appearance approaching soil. ~uassuau, ACE CONDITION8: 8oil and rock descriptions on the borizq logs are a compilation of field dm u well u from laboratory testing of samples on those strat~ for which laboratory clmi/~cstion test results are presented on the boring lop. These clami~cations are bated only on the actual samples tested, and the clmification is then miSned to the remainder of the stratum interval based on vimaal clamification. If laboratory classification test results are mot presented on the boring los for · particular stratum, then that stratum was clamified by visual-manuAl pnx~durea only. The stratification lines represent the at,~,,~,ximate boundre7 between materials and the transition can be gradual. Classification of soils based upon visual-manual procedures wu performed in Seneral accordance with AbeiX Standard D 2488. Classification of soils based upon laboratory test rumits was performed in general accordance with ASTM Standard D 2487. Water-level observations have ben made in the barimp st the time indicated. It must be noted that fluctuations in the ground- water level may occur due to variations in rainfall, hydraulic conductivity of soil m'ata, construction activity, and other factors. ,__ FIGURE A. 2 :L LOG OF BOHNG NO. B- Project Description: DENTON TAP ROAD - Denton Creek to Highland Drive London: ~ MATERIAL DESCRIFFION :z J-I SANDY CLAY, dark brown to brown, stiff 3.0 w/calctreous nodules 3.0 ~J-3 3.5 19.$ 111.1 42 15 27 79 4.1 gANDY CLAY (CL), Light brown to brown, finn, moist w/eadcareous nodules & 1 .$ 17.0 small gravel 2.0 17.2 102.$ 0.4 CLAYEY SAND (SC), light brown to tan, loose, wet w/occasional layers of gray calcareous clay & w/free to medium rounded gravel 21.0 0.5 18.3 39 -40 Completion D~th: Dstg Boring Sta:tcd: Date Boring Completed: ~ Engin~-r/C~ologist: ~ Pmieet No.: EMCON 71.0 ~. 4/28/95 511/95 T. Bake' 629580014101 Remarks: S~page encountered ~} 20.5 it. during drilling. Wator level mmured ~} 14.5 it. & hole cav~d · 23.4 ft. on 5-2-95. The stratification line~ reprcaent .approximate strata boundariu. In situ, rig transition nay b~ gradi~l. Continued Next Page FIGURE A,3 L LOG OF BORING NO. B- 1 Project Description: DENTON TAP ROAD - [katon Creek to HiZhhnd Drive Coppell, Tern Location: Surface El.: + 460.3' MSL MATERIAL DESCRIPTION - d.. belo* 4S n.lj ~ LIMY SANDS'i ONE m S~DY ~TONE, ve~ ~d, light gray SANDSTONE, poorly to moderately cemented, gray, dense w/shale ms 49 .S 50/I/4 13.1 SANDY SHALE, dark gray, moderately bud w/intcrbedded randstone ms & Jayors 56.5 'TI .7~ lO0 13.7 149.1 S2J SHALE, sandy & clayey, dark Fay, moderately hard 66.O TI 1oo 71.0 TI2 -80 Completion Depth: Date Boring Started: Date BorinB Comp!ctcd: Engin~u/C~ologiat: Project No.: EMCON 71.0 ~. 4/28195 5/1/95 T. Baker 62958-001-001 Remarks: Seepage encountered · 20.5 ft. during drilling. Wsta i~vel measured · 14.5 fk. & hole u, vecl 0 23.4 ft. on 5-2-95. The stratification !into t~p~a~nt .approximat~ m'ata boundaries. In sltu, tlz Utnsition my be ~l . FIGURE A.4 :L LOG OF BORING NO. B- 2 Project Description: DENTON TAP ROAD - Denton Creek to HighMud Drive Coppeil, Texas Location: ; MATERIAL DESCRIPTION ~' Iuol CLAY (CL), brown, v~ry stiff w/~rav~l 4.~ + 13.0 ~ 3.5 o~ CLAYEY SAND (SC), light brown, loos~/./.: '.,...~,.~ ~-- w/~n~ gravel U-3 14.3 -15 CLAYhY SAND ($C), brown & gr~y, 16.5 23.S CLAYEY SAND/SAND (SP-~C), brown, tm~ & ~rny, w~t, medium dense wigravel !nyets 10 CLAYEY SAND (SC), dark gray & brown, medium dense, wet w/sand & gravel seams _ _ _ _~-1'0 Compi=tinn Depth: ~_ Dat~ Boring Stard~; Dot~ Boring F. ngine~r/Geologist: Proicon No.: EMCON GP~,VE.L (GP) w/sand, tan & brown, medium dense, ,,vet w/tan sand layus 65.0 ft. 5/295 T. Baker 62958-001-001 Remarks: 32.0 29 36.0 13 Seepage encountered 0 13 ~. during drilling. Th~ m'atifr, stion lines represent .approxima~ strata bounauies. in situ, the transition may b~ grediaid. Continued Next Page FIGURE A.S LOG OF BORING NO. B- 2 Project Description: DENTON TAP ROAD - !)eaton Creek to Highhad Drive CoppeU, Texas MATERIAL DESCRIPTION GRAVEL (GP) w/sand, tan & brown. mexiium dcasc, w~t w/tan mad layers SAND (SP), gray & tan, de, n~, wet w/some gravel SANDSTONE, poorly to modeA-~ly creature. d, gray, dens~ w/dark gray shale P,m'ns & layers & some limy sandstone seams LIMY SANDSTONE, weal cemented, light Fay, very hard SANDSTONE. moderately to weal cemented, gray, dense, w/shale seams SHAI.~, dark gray to brownish gray, modcrateAy bard to hard w/some silty sand partings 42.0 50.0 52.0 65.0 ~ I -31,r TI .5 TI T1.5 82 15.5 131.6 0.9 17.3 116.7 3.8 16.7 110.2 7.0 -~0 ComplvAon Dcpth: Date Boring Started: Date Boring F. nginogrlGeologist: Project No.: EMCON 65.0 ft. 512195 512195 T. Baker 62958-001-001 Remarks: Seepage encountered · 13 ~. during drilling. TI~ strati~cazion linu rgpre~.nt .approximate stata boundaxiu. in situ, th~ transition my b~ gradia~. fiGURE A.6 L 'i LOG OF BORING NO. B- 3 Project Description: DENTON TAP ROAD - Denton Creek to Highhad Drive Coppe!!, Texas J-i SANDY CLAY w/lime (CL), brown (FILL) SANDY CLAY (CL), dark brown, firm to gift w/s~_*~,-red f'me gravel 10,O 2.0 8.5 29 12 17 1.5 17.0 111.3 45 13 32 59 4.0 23.2 10~.6 1.7 Completion Depth: ,Datg Boring Str,~: · cud D~c Boring Compl : Eagiaeer/Geologin: ~ProiectNo.: EMCON 10.0 ft. 4/28/95 4F/,S/95 T. Baker 62958-001-001 Remsrks: Dry · comple~ion. The stratification linu represent .e!~roxim~c m'm boundtriu. in situ, the trans'tion may be Fad . HGURE A.7 LOG OF BORING NO. B- 4 Project Description: DENTON TAP ROAD - Denton Creek to Highland Drive Coppell, Texas SANDY CLAY (CL), dark brown, stiff CLAY (CH), dark brown, firm to ~iff 2.0 Io.o 2.o 13.9 115.4 29 13 16 49 1 .~ 15.0 3.5 14.9 -40 Dst~ Boring Statml: Dat~ Boring Complm~d: ~ Engin~rlC~ologist: Ptoie~'t No.: EMCON 10,0 it. 4/2885 4/2885 T, Baker 62958.001401 R~marks: Dry · ~ompl~tion. Th~ stratification lira r~pms~nt .approximat~ re. am boundaries. In situ, the trusition my be grad . FIGURE A.8 LOG OF BORING NO. B- Project Description: DENTON TAP ROAD - Denton Creek to Highland Drive CoppeU, Texas CLAY (CL-CH). dark brown, stiff CLAY (CH), brown, stiff 7.5 I0.0 20.7 112.2 47 18 29 68 3.5 26.1 60 22 38 2.0 20.8 -40 Completion Depth: ~ Boring Date Boring Comp!~_,~_: Engineer/Geologist: Proie, ct No.: EMCON 10.0 ft. 4/28/95 4/28/95 T. Baker 62958-001-001 Rcmazks: Dry O completion. The stratification linu represent .approximate strm boundaries. in mitu, thc trimtuition may be gtadbil. FIGURE A.9 APPENDIX B ! L_ · Boring/ Percent F'mer Uncoo~ned Exploration Sample Liquid Plastic Ptuticity Moisture Unit Dry Percent Pffcent Compressire Polut Depth Limit Limit Ludex Content Weight pa~ging p~ui~g SLreugth No. (ft) (LL) (PL) (P!) (%) (pet) 1200 140 B- I 3,0 B- I 8.0 42 B- I 13.0 '- B- I 18.0 B- ! 23.0 B- I 28.0 B- I 38.0 15 B- I 43.0 B- I 62.0 B- 2 0,5 B- 2 8,0 B-2 ..... ls.o B- 2 28.0 B- 2 .: 50,0 B= 2 61,7 .. n-,2 ......... 63.0 1~ 3 0,5 .......... 29 ........ 12 B- 3 3,0 45 13 B- 3 ...... s.o B-..4_ ........ 0.5 29 ...... 13 n- 4 ..... 3 ._o B- 4 8,0 ~5 ..... o~S 47__ ......... is . B- 5 3,0 60 22 B- 5 8.0 27 17 32 16 29 38 18 19 17 17 18 111.I 79 4.1 102.5 24 13 14 13 14 24 20 16 131.6 17 116.7 17 110.2 9 17 111.3 23 105,6 14 ......... i,~5~4 15 15 21 .. 26 .. 21 39 149.1 69 112.2 68 : 0.4 52.3 0.9 3.8 7.0 1.7 EMCON Summary of Material Properties DENTON TAP ROAD - Denton Creek to Highland Drive Coppell, Texas May 16, 1995 [ Sheet 1 of 1 FIGURE PROJECT NO. · ·62958-001-.001.~ SUMMARY OF RESULTS pH Lime Series Liquid, Plastic Limit and pH Determinations Project: Project No.: Description: Date Tested: Denton Tap Road 62958 -001-001 Clay, brown,sandy Sample: B-3 @ 3.5' 5/12/95 Hydrated Lime Liquid Plastic Plasticity pH Added, 9~ Limit. % Limit, % Index Reading 0 1 2 3 4 5 6 7 8 45 13 32 7.29 40 34 6 42 38 4 12.04 12.31 12.47 50 14 ~, " 13 40 - ~' · 12 22 11 10 ~ ~20 -9 i 10 - - 7 0 6 0 1 2 3 4 5 6 7 8 9 PERCENT I/ME _,_ Liquid Limii,_ Plastic Index,. pH Reading EMCON FIGURE B. 2 L APPENDIX'C CRfi!CAL FNLURE SURFACE RADIUS: 16.1 ft F/C11DR OF ~ 2.322 470 -- % BIKEPA*n.I -- 470 IIll i 5M~IDY Ct. AY SUBGRA~ DAlE MAY 1995 R~RE ~ ~ COPPELL. TE~ 8LOPE 8TABIUTY 8EOTION 1 ~ o 8LOPE ADJACENT TO BIKE/WALKING PATH 2 tFEEXAS3 - VER. 1.204 - 10/22/93 - (C) 1985-1993 S. G. WRIGHT I COpy Licensed to EMCON Baker-Shiflett, Inc., Fort Worth, TX. Date: 5:12:1995 Time: 9:46:36 Input file: COPPELL1.DAT TABLE NO. 1 · COMPUTER PROGRAM DESIGNATION - UTEXAS3 · * Originally Coded By Stephen G. Wright * · version No. 1.204 · · Last Revision Date 10/22/93 · · (C) Copyright 1985-1993 S. G. Wright * * All Rights Reserved * · RESULTS OF COMPUTATIONS PERFORMED USING THIS COMPUTER · PROGRA~ SHOULD NOT BE USED FOR DESIGN PURPOSES UNLESS THEY * HAVE BEEN VERIFIED BY INDEPENDENT ANALYSES, EXPERIMENTAL · DATA OR FIELD EXPERIENCE. THE USER SHOULD UNDERSTAND THE · ALGORITHMS AND ANALYTICAL PROCEDURES USED IN THE COMPUTER · PROGRAM AND MUST HAVE READ ALL DOCUMENTATION FOR THIS · PROGRAM BEFORE ATTEMPTING ITS USE. · NEITHER THE UNIVERSITY OF TEXAS NOR STEPHEN G. WRIGHT * MAKE OR ASSUME LIABILITY FOR ANY WARRANTIES, EXPRESSED OR · IMPLIED, CONCERNING THE ACCURACY, HELIANILITY, USEFULNESS * OR ADAPTABILITY OF THIS COMPUTER PROGRAM. TABLE NO. 2 * NEW PROFILE LINE DATA * PROFILE LINE I - MATERIAL TYPE ~ 1 GROUND SURFACE Point X Y I .000 468.000 2 16.000 468.000 3 32.000 460.000 4 48.000 460.000 All new profile lines defined - Ho old lines retained TABLE NO. 3 * NEW MATERIAL PROPERTY DATA - CONVENTIONAL/FIRST-STAGE COMPUTATIONS * DATA FOR MATERIAL TYPE 1 SUBGRADE LAYER Unit weight of material - 125.000 CONVENTIONAL (ISOTROPIC) SHEAR STRENGTHS Cohesion 200.000 Friction angle 16.000 degrees No (or zero) pore water pressures All new material properties defined - No old data retained TABLE NO. 15 eeeeeeeeeeeeeeeeeeeeee,eee,eee~ee * NEWANALYSIS/COMPUTATION DATA * CirCular Shear Surface(s) Automatic Search Performed Starting Center Coordinate for Search at - Required accuracy for critical center (- minimum spacing between grid points) - 1.000 Critical shear surface not allowed to pass below Y = For the initial mode of search all circles pass through the point at - Short form of output will be used for search 50.000 480.000 X - 32.000 Y - 460.000 .000 THE FOLLOWING REPRESENT EITHER DEFAULT OR PREVIOUSLY DEFINED VALUES: Initial trial estimate for the factor of safety - 3.000 Initial trial estimate for side force inclination = 15.000 degrees (Applicable to Spencer's procedure only) Maximum number of iterations allowed for calculating the factor of safety - 40 Allowed force imbalance for convergence - 100.000 Allowed moment imbalance for convergence - 100.000 Initial trial values for factor of safety (and side force inclination for Spencer's procedure) will be kept constant during search Maximum subtended angle to be used for subdivision of the circle into slices - 3.00 degrees Depth of crack - .000 Search will be continued to locate a more critical shear surface (if one exists) after the initial mode is complete Depth of water in crack - .000 Unit weight of water in crack - 62.400 Seismic coefficient - .000 Conventional (single-stage) computations to be performed Procedure used to compute the factor of safety: SPENCER TABLE NO. 16 eeeeeeeeeeeeeeeeeeeeeeeeeee * NEW SLOPE GEOMETRY DATA * eeeeeeeeeeeeeeeeeeeeeeeee,, NOTE - NO DATA WEPa INPUT, SLOPE GEOMETRY DATA WEPa GENERATED BY THE PROGRAM Slope Coordinates - Point X Y .000 468.000 16.000 468.000 32.000 460.000 48.000 460.000 TABLE NO. 21 ***** 1-STAGE FINAL CRITICAL CIRCL~ INFORMATION X Coordinate of Center 26.000 Y Coordinate of Center 475.000 Radius 16.155 Factor of Safety 2.322 Side Force Inclination -13.58 Number of circles tried No. of circles F calc. for 76 46 TABLE NO, 38 * Final Results for Stresses Along the Shear Surface * (Results for Critical Shear Surface in Case of a Search.) SPENCER'S PROCEDURE USED TO COMPUTE FACTOR OF SAFETY Factor of Safety a 2.322 Side Force Inclination - -13.58 Degrees VALUES AT CENTER OF BASE OF SLICE. Total Effective Slice Normal Normal Shear No, X-center Y-center Stress Stress Stress i 11.6 467.6 -59.4 -59.4 78.8 2 12.0 466.9 7.8 7.8 87.1 3 12.5 466.2 77.7 77.7 95.7 4 13.0 465.5 149.5 149.5 104.6 5 13.5 464.8 222.4 222.4 113.6 6 14.0 464.2 295.8 295.8 122.7 7 14.6 463.5 369.1 369.1 131.7 8 15.2 463.0 441.9 441.9 140.7 9 15.8 462.5 503.0 503.0 148.3 10 16.3 462.1 545.6 545.6 153.5 11 17.0 461.6 578.8 578.8 157.6 12 17.7 461.1 606.9 606.9 161.1 13 18.5 460.7 629.9 629.9 163.9 14 19.2 460.3 647.4 647.4 166.1 15 20.0 460.0 659.2 659.2 167.5 16 20.8 459.7 665.1 665.1 168.3 17 21.6 459.5 664.8 664.8 168.2 18 22.4 459.2 658.3 658.3 167.4 19 23.3 459.1 645.3 645.3 165.8 20 24.1 459.0 625.6 625.6 163.4 21 24.9 458.9 599.1 599.1 160.1 22 25.7 458.9 570.5 570.5 156.6 23 26.4 458.9 535.8 535.8 152.3 24 27.3 458.9 489.6 489.6 146.6 25 28.1 459.0 435.8 435.8 140.0 26 28.9 459.1 374.2 374.2 132.4 27 29.8 459.3 304.6 304.6 123.8 28 30.6 459.5 226.5 226.5 114.1 29 31.4 459.8 139.5 139.5 103.4 30 31.9 460.0 80.2 80.2 96.0 CHECK SUMS - (ALL SHOULD BE SMALL) SUM OF FORCES IN VERTICAL DIRECTION SHOULD NOT EXCEED .100E+03 SUM OF FORCES IN HORIZONTAL DIRECTION SHOULD NOT EXCEED .100E+03 SUM OF MOMENTS ABOUT COORDINATE ORIGIN SBOULD NOT EXCEED .100E+03 SHEAR STRENGTH/SHEAR FORCE CHECK-SUM SHOULD NOT EXCEED .100E+03 .00 (- .247E-03) .00 (= .403E-03) .92 (s .916E+00) .00 (- .116E-03) CAUTION ***** EFFECTIVE OR TOTAL NORMAL STRESS ON SHEAR SURFACE IS NEGATIVE AT POINTS ALONG THE UPPER ONE-HALF OF THE SHEAR SURFACE - A TENSION CRACK MAY BE NEEDED. TABLE NO. 39 * Final Results for Side Forces and Stresses Between Slices. * (Results for Critical Shear Surface in Case of a Search.) SPENCER'S PROCEDUR~ USED TO COMPUTE FACTOR OF SAFETY Factor of Safety I 2.322 Side Force Inclination - -13.58 Degrees VALUES AT RIGHT SIDE OF SLICE Y-Coord. of Fraction Sigma Sigma Slice Side Side Force of at at No. X-Right Force Location Height Top Bottom I 11.8 2 12.3 3 12.7 4 13.2 5 13.7 6 14.3 7 14.9 8 15.5 9 16.0 10 16.7 11 17.4 12 18.1 13 18.9 14 19.6 15 20.4 16 21.2 17 22.0 18 22.9 19 23.7 20 24.5 21 25.4 22 26.0 23 26.8 24 27.7 25 28.5 26 29.4 27 30,2 28 31.0 29 31.8 30 32.0 -77. 467.6 .438 -62.7 -137.1 -110. 467.3 .518 -79.6 -64.0 -99. 467.3 .677 -90.2 2.7 -47. 469.1 ABOV~ -100.2 68.2 40. 459.8 BELOW -110.7 132.9 159. 463.0 BELOW -121.9 196.4 304. 463.1 BELOW -133.7 258.2 470. 462.9 .050 -146.2 317.9 593. 462.8 .078 -155.2 357.7 770. 462.4 .110 -171.1 426.6 935. 462.1 .135 -181.5 485.9 1085. 461.8 .154 -187.5 536.5 1214. 461.5 .171 -189.9 579.2 1318. 461.3 .185 -189.4 614.2 1395. 461.0 .197 -186.3 642.0 1442. 460.8 .208 -181.0 662.6 1459. 460.6 .218 -173.8 676.0 1443. 460.4 .227 -164.8 682.3 1396. 460.2 .236 -154.2 681.4 1318. 460.1 .244 -142.1 673.1 1213. 460.0 .252 -128.6 657.5 1119. 459.9 .258 -117.6 641.0 974. 459.9 .267 -101.7 612.1 813. 459.8 .276 -84.6 575.3 643. 459.8 .286 -66.0 530.3 471. 459.8 .298 -45.9 476.9 304. 459.9 .313 -23.7 414.0 153. 459.9 .335 2.0 340.2 28. 460.0 .324 -7.8 293.5 0. 556.1 ABOVE-10000000.010000000.0 CHECK SUMS - (ALL SHO~TLD BE SMALL) SUM OF FORCES IN V~RTICAL DIRECTION SHOULD NOT EXCEED .100E+03 SUM OF FORCES IN HORIZONTAL DIRECTION SHOULD NOT EXCEED .100E+03 SUM OF MOMENTS ABOUT COORDINATE ORIGIN SHOULD NOT EXCEED .100E+03 SHEAR STR~NGTB/SHEAR FORCE CHECK-SUM SHOULD NOT EXCEED .100E+03 .00 (- .247E-03) .00 (I .403E-03) .92 (- .916E+00) .00 (B .116E-03) CAUTION ***** FORCES BETW;EN SLICES ARE N~GATIV~ AT POINTS ALONG THE UPPER ONE-HALF OF THE SBEAR SURFACE - A TENSION CRACK MAY BE NEEDED. CAUTION ***** SOM~ OF THE FORCES BETWEEN SLICES ACT AT POINTS ABOVE THE SURFACE OF THE SLOPE OR BELOW THE SHEAR SURFACE - EITHER A TENSION CRACK MAY BE NEEDED OR THE SOLUTION MAY NOT BZ A VALID SOLUTION. ( EMCON CRrrlCAL FNLURE: SURFACE con~ c:omme~'r~: (me.4ee) RADIUS: 2g.2 f~ FACTOR OF SAFE/Y: 2.32g (42 ~ IIIIIIII IIIIIIIIIIsu~[~~~~ \ ~ r~ SN4t)YC~AYSUBGRADE - 470 DA'IE: MAY 1995 I)LC 11)8 O DENTON TAP ROAD COPPELL, TEXAS 8LOPE 8TABIUTY SECTION 2 8LOPE ADAJACENT TO ARTERIAL ROADWAY UTEXAS3 - VER. 1.204 - 10/22/93 - (C) 1985-1993 S. G. WRIGHT I Copy Licensed to EMCON Baker-Shiflett, Inc., Fort Worth, TX. Date: 5:12:1995 Time: 10:12:31 Input file: COPPELL2.DAT TABLE NO. 1 * COMPUTER PROGRAM DESIGNATION - UTEXAS3 · Originally Coded By Stephen G. Wright * Version No. 1,204 · Last Revision Date 10/22/93 · (C) Copyright 1985-1993 S. G. Wright · All Rights Reserved · RESULTS OF COMPUTATIONS PERFORMED USING THIS COMPUTER · PROGRAM SHOULD NOT BE USED FOR DESIGN PURPOSES UNLESS THEY · HAVE BEEN VERIFIED BY INDEPENDENT ANALYSES, EXPERIMENTAL · DATA OR FIELD EXPERIENCE. THE USER SHOULD UNDERSTAND THE · ALGORITHMS AND ANALYTICAL PROCEDURES USED IN THE COMPUTER · PROGRAM AND MUST HAVE READ ALL DOCUMENTATION FOR THIS · PROGRAM BEFORE ATTEMPTING ITS USE. * NEITHER THE UNIVERSITY OF TEXAS NOR STEPHEN G. WRIGHT · MAKE OR ASSUME LIABILITY FOR ANY WARRANTIES, EXPRESSED OR · IMPLIED, CONCERNING THE ACCURACY, RELIABILITY, USEFUIa~ESS · OR ADAPTABILITY OF THIS COMPUTER PROGRAM. TABLE NO. 2 · NEW PROFILE LINE DATA * PROFILE LINE GROUND SURFACE 1 - MATERIAL TYPE = 1 Point X Y I .000 470,000 2 36,000 470.000 3 52,000 470,000 4 88.000 470.000 5 118.000 460.000 6 140.000 460.000 All new profile lines defined - No old lines retained TABLE NO. 3 · NEW MATERIAL PROPERTY DATA - CONVENTIONAL/FIRST-STAGE COMPUTATIONS · DATA FOR MATERIAL TYPE 1 SUBGRADE LAYER Unit weight of material - 125,000 CONVENTIONAL (ISOTROPIC) SHF..,)~ STRENGTHS Cohesion 200,000 Friction angle 16,000 degrees No (or zero) pore water pressures TABLE NO. 10 * NEW SURFACE PR~SSUR~ DATA - CONVENTIONAL/FIRST-STAGE COMPUTATIONS * ALL NEW DATA INPUT - NO OLD DATA RETAINED Surface Pressures - Normal Shear Point X Y Pressure Stress i .000 470.000 42.000 2 36.000 470.000 42.000 3 36.000 470.000 .000 4 52.000 470.000 .000 5 52.000 470.000 42.000 6 88.000 470.000 42.000 .000 .000 .000 .000 .000 .000 TABLE NO. 15 * NEWANALYSIS/COMPUTATION DATA * Circular Shear Surface(s) Automatic Search Performed Starting Center Coordinate for Search at - Required accuracy for critical center (- minimum spacing between grid points) - 1.000 Critical shear surface not allowed to pass below For the initial mode of search all circles pass through the point at - Seismic coefficient - .010 Short form of output will be used for search 90.000 480.000 .000 118.000 460.000 THE FOLLOWING REPRESENT EITHER DEFAULT OR PREVIOUSLY DEFINED VALUES: Initial trial estimate for the factor of safety - 3.000 Initial trial estimate for side force inclination - 15.000 degrees (Applicable to Spencer's procedure only) Maximum number of iterations allowed for calculating the factor of safety - 40 Allowed force im~alance for convergence - 100.000 Allowed moment imbalance for convergence - 100.000 Initial trial values for factor of safety (and side force inclination for Spencer's procedure} will be kept constant during search Maximum subtended angle to be used for subdivision of the circle into slices - 3.00 degrees Depth of crack - .000 Search will be continued to locate a more critical shear surface (if one exists) after the initial mode is complete Depth o~ water in crack = .000 Unit weight of water in crack = 62.400 Conventional (single-stage) computations to be performed Procedure used to compute the factor of safety: SPENCER TABLE NO. 16 * NEW SLOPE GEOMETRY DATA * NOTE - NO DATA WERE INPUT, SLOPE GEOMETRY DATA WERE GENERATED BY THE PROGRAM SlOpe Coordinates - Point X Y I .000 470.000 2 36.000 470.000 3 52.000 470.000 4 88.000 470.000 5 118.000 460.000 6 140.000 460.000 TABLE NO. 20 * SHORT-FORM TABLE FOR SEARCH WITH CIRCULAR SHEAR SURFACES * Center Coordinates of Critical Circle Mode X Y I Fixed Point at 105.000 485.000 X - 118.0 Y ~ 460.0 2 Tangent Line 106.000 486.000 at Y - 456.8 3 Constant Radius 106.000 486.000 of R - 29.2 1-Stage Factor Side of Force Radius Safety Inclin. 28.178 2.337 -11.98 29.178 2.329 -12.08 29.178 2.329 -12.08 TABLE NO. 21 ***** 1-STAGE FINAL CRITICAL CIRCLE INFORMATION X Coordinate of Center 106.000 Y Coordinate of Center 486.000 Radius 29.178 Factor of Safety 2.329 Side Force Inclination -12.08 Number of circles tried No. of circles F calc. for 178 149 ,tee, L L TAaL~ NO. 38 * Final Relultl for Stresses Along the Shear Surface * * (Results for Criticel Shear Surface in Case of a Search.) * eeeeeeeeeeeee,eeeekeeeeeeeeeeee,ee,,ee,eeeeeee~eeeeeeeeeteeeeee SPENCER'S PROCEDURE USED TO COMPUTE FACTOR OF SAFETY Factor of Safety - 2.329 Side Force Inclination - -12,08 Degrees VALUES AT CENTER OF BASE OF SLICE ......... Total Effective Slice Normal Normal Shear NO. X-center Y-center S~ress Stress Stress I 82.0 469,4 10,2 10.2 87,1 2 82,9 468.1 128.7 128.7 101.7 3 83,9 467.0 249.2 249.2 116.6 4 84,9 465,8 370.4 370,4 131-5 5 86-0 464,8 491.2 491,2 146.4 6 87,2 463.7 610.7 610,7 161,1 7 87,9 463,1 683,3 683,3 170,0 8 88,6 462,6 698,2 698,2 171'.9 9 89,9 461,7 767.2 767,2 180,4 10 91.2 460-9 829,1 829.1 188,0 11 92,5 460,1 883,2 883.2 194,6 12 93.9 459.5 929.0 929.0 200.3 13 95.3 458.9 966.0 966.0 204,8 14 96.7 458,4 993.8 993.8 208,3 15 98,2 457.9 1012,0 1012,0 210,5 16 99,6 457,5 1020.2 1020.2 211.5 17 101,1 457.2 1018.0 1018,0 211,2 18 102,7 457,0 1005,0 1005,0 209,6 19 104,2 456,9 981.0 981,0 206.7 20 105,5 456,8 952,3 952,3 203,2 21 106,8 456.8 913,9 913,9 198,4 22 108,3 456,9 858.3 858,3 191,6 23 109,8 457.1 790,3 790,3 183,2 24 111,3 457.3 709,5 709,5 173,3 25 112,8 457.6 615,5 615,5 161,7 26 114,3 458,0 507,8 507,8 148.4 27 115,7 458,5 385,6 385,6 133,4 28 117.2 459.1 248,2 248,2 116,5 29 117,9 459.4 167,4 167,4 106,5 30 118,6 459,7 119.2 119,2 100,6 CHECK SUMS - (ALL SHOULD BE SMALL) SU~ OF FORCES IN V~RTICAL DIRECTION SHOULD NOT EXCEED .100E+03 SUM OF FORCES IN HORIZONTAL DIRECTION SBOULD NOT EXCEED ,100E+03 SU!4 OF MOMENTS ABOUT COOP~II~ATX ORIGIN SHOULD NOT EXCEED ,100E+03 SHEAR STRXNGTH/SKEAR FORCE CHECK-SUN SBOULD NOT EXCEED ,100E+03 ,00 (' .575E-03)' · 00 (' .127E-02) 2.24 (" .224E+01) *..00 (i .226E-03) SECTION TSP TRENCH SAFETY PLAN TO BE PROVIDED BY SUCCESSFUL BIDDER AFTER AWARD OF CONTRACT