Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
ST9401-CN 980512
'1 , , I W&A #94-093 PAVING & DRAINAGE I I PROJECT NO. ST 94-01 I CONTRACT DOCUMENTS FOR I PAVING & DRAINAGE IMPROVEMENTS i To DENTON-TAP ROAD I FROM COTTONWOOD CREEK TO STATE HIGHWAY No. 121 BYPASS Ccppeil, Texas I March 1998 I Prepared For I THE CITY OF COPPELL ';,~'~;~'~ i Prepared By WIER & ASSOCIATES, INC. W&A #94-093 PAVING & DRAINAGE -- PROJECT NO. ST 94-01 CONTRACT DOCUMENTS " FOR PAVING & DRAINAGE IMPROVEMENTS TO .-. DENTON-TAP ROAD FROM COTTONWOOD CREEK TO STATE HIGHWAY No. 121 BYPASS " Coppell, Texas March 1998 Prepared For THE CITY OF COPPELL ~;~. 40864 ~.,? ..',:~,~ Prepared By WIER & ASSOCIATES, INC. CITY OF COPPilL C'~AN~E OR EXTRA WORK ORDER PROJECT: Denton Tap Road Project # ST 94-01 CONTRACTOR: Rebcon Inc. OWNER: City of Coppell CHANGE ORDER NO.: 1 REVISED DATE: 2/23/99 Item Description Quantity Unit Uni~ Prke Totsl DELETE: I. Pay. Drain&Water 25 MBGF 300 LF 15.00 4,500.00 33 0'-4' Gravity Wall 183 LF 85.00 :}4 4'-6' Gravity Wall :}7 LF 150.00 :}5 Ped. Handrail :}82 LF 23.00 8,786.00 HI. Bridge 8 18" Piers 56 LF 1:}0.00 7,280.00 12 Conc. Bridge Abut. 12.9 CY 550.00 7,095.00 16 Conc. Bridge Cb&SW 15.6 CY 200.00 3,120.00 19 Sp.Bridge Rail 1487 LF 140.00 208,180.00 V. Hike &Bike Alt 18 Sp. Bridge Rail 76 LF 140.00 10,640.00 Total Deductions: $270,706.00 ADD: I. Pay. Drain&Water 2 Comp. Fill 710 CY 6.00 4,260.00 3 Borrow 710 CY 6.00 4,260.00 4 ROW Prep 1.16 Sta. 3100.00 3,600.00 9 Remove MBGF 254 LF 3.00 762.00 20 Sidewalk 447 SY 21.00 21A 6CM Pavestones 182 SY 39.00 7,0{)8.00 :}SA Ped Handrail 104 LF 60.00 6,240.00 HI. Bridge ' 14 Conc. Slab 16.:2 CY 380.00 5,156.00 19A 3p. Bridge Rail 1014 LF 251.00 254,514.00 (includes painting) ' V. Hike &Bike AIr 18A Sp Bridge Rail 76 LF 251.00 19,076.00 (~cludes painang) New Item-~ 1 Temp Conc Barriers :210 LF 29.00 6,090.00 _ 2 Temp MBGF 100 LF 26.00 2,600.00 3 16" W/L Joint Resnt. 8 ea 542.00 4 Addn'l Form &Wreck 1175 SF 9.35 10,986.25 - Total Additions: ADD: 20 Worlcing Days - Total Revision to Contract Amount , $ 68, 659.~.. Denton Tap Road Project ST 94-01 Change Order #1 REVISED 2/23/99 Page 2 Previous contract amount $3,572,687.90 Net increase in conU-act amount $68,6.~9.2S Revised contract mount $3,641,347.1S Net increase in contract time of completion 20 Worlclng Days Revised Contract time of completion 290 Working I)nys 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. ' ty'F,,,~r~3- ~ '~- q ~ Date ppre~oved ~Y erct°~ ' " ' CITY OF COPPELL .. CHANGE OR EXTRA WORK ORDER PROJECT: Denton Tap Road Project//ST 94-01 CONTRACTOR: Rebcon Inc. OWNER: City of Coppell CHANGE ORDER NO.: 2 (Double North/South turn lane) DATE: 5/28/9P Item Description Quantity Unit Unit Price Total Add: I. 16 6" Lime Stab Subgrade 785 SY 1.50 1,177.50 17 Lime 12 TON 92. O0 1, 104. O0 18 8" Reinf Conc t~tnt 719 SY 30.00 21,570.00 21 Brick Pavers w/Cone Base 50 SY 70.00 3,500.00 28 P15W 4" P~mt Markers 40 EA 5. 80 232. O0 32 3" Schedule 40 PVC Pipe 220 LF 4.00 880.00 II. 3 6" Sch 40 PVC Irrigation Sly10 LF 5.00 50.00 New: Saw/RemExist. ConcCurb/Gut 265 LF 7. 50 1,987. 50 Butt Joint 265 LF 4. O0 1, 0~0. O0 Earthwork 1 LS 4, PO0. O0 4, PO0. O0 Delete: I. 26 4" Topsoil & Hydromulch 770 SY 1.00 (770.00) Total Revision to Contract Amount $35,691. O0 Previous contract amount $3,641,347.15 Net increase in contract amount $ 35,691.00 Revised contract amount $3,677,038.15 Net increase in contract time of completion '0- Revised Contract time of completion 290 Working Days The contractor hereby accepts this C, ontract adjustment as a tlnai,anci complete adjustment in full accord aria saasfaction of d/past and future Iiabi/i~ or/ginat/n{1 unaer any clause in the Contract by reason of this revision to the Contractz eco>~~Sy ti~y Engineer Date /1~t ~ ii~l . ~ Appro~x:l"by ~)wn"'~r /Dat~/ ' ' CITY OF COPPELL CHANGE OR EXTRA WORK ORDER PROJECT: DenWn Tap Road Project # ST 94-01 CONTRACTOR: Rebeon Inc. OWNER: City of Coppell CHANGE ORDER NO.: 3 (Addition of 2~ High School Access) DATE: 6/8/99 Item Description Q-nntity Unit Unit Price Total .4DD: I 1 Uncl Street Excavation 1644.0 CY ZOO 11,508.00 2 Controlled Density Fill 112.0 CY 6.00 672.00 4 ROW Prep 5. 6 STA 3, I OO. OO 17, 360. OO 16 6" Lime Stab Subgrade 3250.0 SY 1.50 4,875.00 17 Lime 49.0 TON 92.00 4,508.00 18 8" 3000# Reinf. Conc St P~mt 156. 0 SY 30. OO 4, 680. OO w/curb 20 4" 3000# Conc Sidewalk 530.0 SY 21.00 11,130.00 28 Refl 4" White Pvmt Markers 40. 0 EA 5. 80 232. OO 32 3" Sch 40 PVC Conduit 90.0 LF 4.00 360.00 55 Adjust Exist. SS Manhole 2.0 EA 500. OO 1, OOO~ OO New ROW Prep 3.5 STA 9,6OO. OO 33,6OO. OO Saw/Rein Conc Curb&Gutter 298.0 LF. ZSO 2,235.00 Butt Joint 298.0 LF 4.00 1,192.00 6" 3000# Reinf. Conc St. 2832.0 SY 29. OO 82, 128. OO P~mt w/curb Road Humps 2.0 E~4 9, SOO. OO 19,0OO. OO Pavestone Retaining Wall 680.0 LF 53.00 36, 040.00 Total Revision to Contract Amount $230,520. O0 Previous contract amount $3,677,038.15 Net increase in contract amount $ 230,520.00 Revised contract amount $3,907,558.15 Net increase in contract time of completion '0- Revised Contract time of completion 290 Working Days Special Conch'tions : 1. Prices exclude: utility adjustments or relomtfion~ ll~,ht pole relocatlon; grass; Lrdl~ation; relocate trees, 2. The Pavestone Wall Unit Price is based on constructing s flex base footing in lieu of a conelets footing. Demon Tap Road Project ST 94-01 Change Order #3 6/8/99 Page 2 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. "7'(-~,,,. ['~-~' 6. Rccommendcdlby/City EngineerDate ' _ /~JApp;~vcd byi D ~e W&A #94-093 ,- PAVING & DRAINAGE CONTRACT DOCUMENTS TABLE OF CONTENTS ' DIVISION O - BIDDING AND CONTRACT REQUIREMENTS SECTION B Notice to Bidders ._ SECTION I Instruction to Bidders SECTION AA Affidavit Against Prohibited Acts SECTION P Proposal and Bid Affidavit SECTION A Agreement immm SECTION PB Performance and Payment Bonds SECTION MB Maintenance Bond SECTION CI Certificate of Insurance " SECTION GC General Conditions SECTION SC Supplementary Conditions SECTION WR Wage Rate Schedule " SECTION AD Addenda SECTION PA Payment Affidavit '- DIVISION I - GENERAL REQUIREMENTS ITEM 1.1 Abbreviations ITEM 1.2 Summary of Work and Pay Item Clarification " ITEM 1.3 Schedule of Work ITEM 1.4 Measurement and Payment ITEM 1.5 Submittals " ITEM 1,6 Testing ITEM 1.7 Utilities ITEM 1.8 Security · - ITEM 1.9 Dust Control ITEM 1.10 Storm Water Management and Erosion Control ITEM 1.11 Ingress and Egress -- ITEM 1,12 Traffic Control ITEM 1.13 Trench and Subsurface Construction ITEM 1.14 Inspection -- ITEM 1.15 Trees and Shrubs ITEM 1.16 Cleanup ITEM 1.17 Reference Specifications _ ITEM 1.18 Excess Excavation Materials ITEM 1.19 Trench Compaction ITEM 1.20 Trench Spoil ITEM 1.21 Subsidiary Work ITEM 1,22 Working Day ITEM 1.23 Storm Drain Pipe Joints and Wyes DIVISION 2 - TECHNICAL SPECIFICATIONS ' ITEM 2.1 Seeding ITEM 2,2 Gabion Baskets ITEM 2.3 Cable Concrete ' ITEM 2.4 Painting ITEM 2.5 Gravity Retaining Wall ITEM 2.6 Sheet Piles DIVISION 3 - LIGHTING AND ELECTRICAL SPECIFICATIONS ,,- DIVISION 4 - LANDSCAPING AND LANDSCAPE IRRIGATION SYSTEM SPECIFICATIONS SECTION 02810- LANDSCAPE IRRIGATION SYSTEM -- SECTION 02900 ~ LANDSCAPING SECTION 02245 - FINISH GRADING FOR LANDSCAPE AREAS SECTION 02820 - TURF ESTABLISHMENT DIVISION 5 - HIKE AND BIKE TRAIL SYSTEM STANDARDS DIVISION 6 - NPDES GENERAL PERMIT REGULATIONS AND FORMS DIVISION PS- PROJECT SIGN DIVISION SB - GEOTECHNICAL REPORT AND SOIL BORINGS DIVISION TSP - TRENCH SAFETY PLAN (PROVIDED BY CONTRACTOR) SECTION B NOTICE TO BIDDERS W&A #94-093 _ PAVING &DRAINAGE SECTION B NOTICE TO BIDDERS CITY OF COPPELL, TEXAS Paving & Drainage Improvements - ST94-01 " Bid No. Q0498-02 -- The City of Coppell is accepting bids for Paving and Drainage Improvements to Denton-Tap Road. Sealed bids addressed to the Purchasing Agent, City of Coppell, Texas, for Paving and Drainage Improvements to Denton-Tap Road will be received in the Purchasing Office at the City of Coppell Town Center, 225 Parkway Boulevard, until 2:00 p.m. on Tuesday, April 28th, " 1998 and then publicly opened and read aloud. Each Bidder shall submit three identical copies of this bid with the City of Coppell Bid No. Q0498-02 designated clearly on the exterior of the bid envelope. A Pre-Bid Conference is scheduled for Monday, April 20th, 1998 at 11:00 a.m. in the City of Coppell's Town Center. Attendance to the Pre-Bid Conference is not mandatory to bid. -- Proposals shall be accompanied by a cashier's 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 pdce, payable without recourse to the City of Coppell, or a bid bond 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 price and a material 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 prices 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. Plans, 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. Q0498-02" ALL BIDS MUST BE RECEIVED IN THE CITY'S PURCHASING DEPARTMENT BEFORE OPENING DATE AND TIME B-1 of 2 SECTION B - NOTICE TO BIDDERS W&A #94-093 " PAVING & DRAINAGE "' 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 -' meetings, 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 (972) 462-0022, or -- (TDD 1-800-RELAY, TX 1-800-735-2989). B-2 of 2 "" SECTION I INSTRUCTIONS TO BIDDERS W&A #94-093 ,-- PAVING & DRAINAGE SECTION I INSTRUCTIONS TO BIDDERS 1. Defined Terms Terms used in these Instructions to BIDDERS which are defined in the Standard General Conditions of the Construction Contract (No. 1910-8, 1990 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 prior to receipt of bids). The term "OWNER" refers to the City of Coppell, Texas. This project was designed by Wier & Associates, 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, stated 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 financial 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 furnishing 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 facilities 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 PAVING & DRAINAGE or other, and OWNER does not assume responsibility for the accuracy or completeness -- thereof. 4.3. Provisions concerning responsibilities for the adequacy of data furnished to _ prospective BIDDERS on subsurface conditions, underground facilities and other physical 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 submitting 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 otherwise which may affect cost, progress, performance or furnishing of the work and which BIDDER deems necessary to determine its bid for performing and furnishing the work in accordance with the time, price 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 Article 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 sufficient 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 borings provide isolated information at the specific bore location only. 4.8.2. Those drawings of physical conditions in or relating to existing surface and ' subsurface conditions (except underground facilities) 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 "' PAVING & DRAINAGE ,_ 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 prior to the time for opening bids may not be answered. Any addenda issued prior 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 prior 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 prior 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 written notice has been deposited in the mail in the City of Coppell, Texas by Registered or Certified mail with sufficient 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 security made payable to OWNER in an amount of five percent of the BIDDER'S maximum bid price 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 furnished the required contract security, whereupon the bid security will be returned. If the Successful BIDDER fails to execute and deliver the Agreement and furnish the required contract security 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 security 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 security furnished by such BIDDERS will be returned. Bid security with bids which are not competitive will be returned within seven days after the bid opening. I-3 of 9 SECTION I - INSTRUCTIONS TO BIDDERS W&A #94-093 ' PAVING & DRAINAGE 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) are 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 substitute or "or-equivalent" item of material 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 prior 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 reasonable 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 price adjustment in evaluating Bids and making the contract award. If apparent 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 prior 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. I-4 of 9 SECTION I - INSTRUCTIONS TO BIDDERS W&A #94-093 -- PAVING & DRAINAGE 10.2. No CONTRACTOR shall be required to employ any Subcontractor, Supplier, other person or organization against whom CONTRACTOR has reasonable objection. 11. Proposal. -- 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 printed 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 title (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 security 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. Modification 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 -- PAVING & DRAINAGE 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 return the Bid security prior to that date. 16. Award of Contract. 16.1. OWNER reserves the right to reject any and all Bids, to waive any and all informalities and to negotiate contract terms with the Successful BIDDER, and the right 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 criteria established by ._ OWNER. Discrepancies in the multiplication of units of Work and unit prices will be resolved in favor of the correct multiplication. Discrepancies between the unit price in words and the unit price in figures will be resolved in favor of the price 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 alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of 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 prior 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 furnish 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. Bonds. Paragraph 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 " PAVING & DRAINAGE 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 period after notice of award. All costs for providing and implementing the trench safety plan shall be included in the bid item for trench safety. immm 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 concerning 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 Price. 22. Wages. -- 22.1. Wage rates paid on this project must not be less than indicated on the Wage Rate 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 specify 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 specify the prevailing rate for legal holiday and overtime work. The contractor must pay the said specified 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 injuries 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 arise from event or casualty happening or within the occupied premises themselves or I-7 of 9 SECTION I - INSTRUCTIONS TO BIDDERS W&A #94-093 -' PAVING & DRAINAGE happening upon or in any of the halls, elevators, entrances, stairways or approaches of or to the facilities 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 Violation. The contractor or subcontractor in violation of these rules is liable to the City for a penalty of Sixty Dollars ($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 specifications. The City shall provide written notice 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 fourteen (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 parties 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. Arbitration. The arbitrator shall assess and award all reasonable costs, including the arbitrators 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. Termination for Default. The City of Coppell reserves the right 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 right 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 #94-093 " PAVING & DRAINAGE ,_ Breach of Contract or default authorizes the City of Coppell to exercise any or all of the following rights: 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 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 rights, 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 part, without prior written consent of the City of Coppell. 30. Insurance. Each insurance policy to be furnished 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 prior to cancellation or upon any material change in coverage. 31. Questions. Any questions concerning this Invitation To Bid and Specifications should be directed to the Purchasing Department at 972-304-3698. I-9 of 9 ,.. SECTION AA AFFIDAVIT AGAINST PROHIBITED ACTS AFFIDAVIT AGAINST PROHIBITED ACTS I 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 Date ATTEST (if corporation) Date TITLE 8: OFFENSES AGAINST PUBLIC ADMINISTRATION TEXAS PENAL CODE § 36.02 Bribery (a) 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 recipient's 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 ... (b) 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 " (c) 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 "' (d) An offense under this section is a felony of the second degree. § 36.08 Gift to Public Servant by Person Subject to His Jurisdiction (a) 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. .. (b) 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. (c) A public servant in an agency carrying on civil or criminal litigation on behalf of government 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. (d) A public servant who exercises discretion in connection with contracts, purchases, payments, claims, or other pecuniary transactions of government 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 decision, commits an offense if he solicits, accepts, or agrees to accept any benefit 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 the 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 entitled or for which he gives legitimate consideration in a capacity other than a public servant; ,- (2) a gift or other benefit conferred on account of kinship or a personal, professional, or business relationship independent of the official status of the recipient; (3) an honorarium in consideration for legitimate services rendered above and beyond official " duties and responsibilities if; (A) not more than one honorarium is received from the same person in a calendar year; ,,- and (B) not more than one honorarium is received for the same service; and (C) the value of the honorarium 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 benefit consisting of food, lodging, transportation, or entertainment accepted as a guest _ and reported as required by law; or (5) a benefit to a public servant required to file a statement under Chapter 421. Acts of the 63rd " Legislature, 1973 (Article 6252-9b. Vernon's Texas Civil Statutes), or Section 243, Texas Election Code (Article 14.07, Vernon's Texas Election Code), that is derived 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 reported in the statement; and " (B) the benefit is used solely to defray the expenses that accrue in the performance of duties or activities in connection with the office which are nonreimbursable by the state or political subdivision. (6) 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 prior to or during a regular session of the Texas " Legislature. _ SECTION P PROPOSAL, BID AFFIDAVIT AND AFFIDAVIT OF SAFETY RECORD SECTION P - PROPOSAL W&A #94-093 _ PAVING &DRAINAGE ITEM QUAN. UNIT DESCRIPTION &PRICE IN WORDS UNIT TOTAL ,_ NO. PRICE PRICE I. PAVING, DRAINAGE & WATER IMPROVEMENTS 1. 6, 190 CY Unclassified street excavation, including $ 7.00 $ 43,330.00 placing excavated materials as controlled-density fill as specified, complete for the sum of Seven DOLLARS and no CENTS per Cubic Yard. 2. 26,991 CY Controlled-density fill for roadway $ 6.00 $ 161,946.00 embankment, complete for the sum of Six DOLLARS ,.. and no CENTS per Cubic Yard. 3. 23,601 CY Imported sandy clay borrow material with $ 6.00 $ 141,606.00 ' liquid limit less than 45 and a plasticity index less than 25, complete for the sum of Six DOLLARS -- and no CENTS per Cubic Yard. _ 4. 22.4 STA Right-of-way preparation including $ 3,100.00 $ 69,440.00 removal of all items not specified by a specific pay item fences and trees, _ complete for the sum of Three thousand one hundred DOLLARS ' and no CENTS per Station. -- 5. 1,856 SY Remove existing concrete street $ 7.00 $ 12,992.00 pavement and dispose off-site, complete for the sum of Seven DOLLARS _. and no CENTS per Square Yard. P-3 of 41 SECTION P - PROPOSAL W&A #94-093 ,_ PAVING &DRAINAGE ITEM QUAN. UNIT DESCRIPTION &PRICE IN WORDS UNIT TOTAL NO. PRICE PRICE 6. 266 LF Remove existing Rolled Asphalt Curb $ 2.00 $ 532.00 ,, and dispose off-site, complete for the sum of Two DOLLARS and no CENTS per Linear Foot. 7. 1 LS Remove existing Bridge over Denton $ 40,000.00 $ 40,00Q.00 Creek, break off piers to 1 '-0" below -- proposed grade, remove abutments and dispose off-site, complete for the sum of ,,-- Forty thousand DOLLARS and no CENTS ,, per Lump Sum. 8. 1 LS Dismantle existing 12" Water Line $ 5,000.00 $ 5,00Q.00 attached to existing bridge over Denton " Creek, including removal of 12" gate valves as indicated in plans and deliver to city storage yard, complete for the " SUm Of Five thousand DOLLARS and no CENTS per Lump Sum. 9. 285 LF Remove existing Metal Beam Guard $ 3.00 $ 85~i.00 Fence, complete for the sum of Three DOLLARS and no CENTS per Linear Foot. 10 -1- L-,S D ........ ,~ ,,,,,,,,,,,, r,-'~,, m-,,~, ,- .... ;,-,, $ $ ~Al,=,,,.n,.~ s;r, AP,~,,*, +f,. .-,,.,:, e,.,I ,-,,.. k,-,H,~,. ~ I'~/'~1 I ADC~' ,- per Lt:mp S'--'m. P-4 of 41 SECTION P - PROPOSAL W&A #94-093 PAVING & DRAINAGE ITEM QUAN. UNIT DESCRIPTION &PRICE IN WORDS UNIT TOTAL NO. PRICE PRICE 11. 2 EA Remove and dispose off-site existing $ 1,000.00 $ 2,000.00 curb inlet & concrete flume at Station 201 +50, complete for the sum of One thousand DOLLARS and no CENTS per Each. 12. 95 LF Remove and dispose off-site existing 48" $ 14.00 $ 1,330.00 R.C.P. Storm Drain Pipe, complete for the sum of Fourteen DOLLARS and no CENTS per Linear Foot. 13. 2 EA Remove and dispose off-site existing 48" $ 500.00 $ 1,000.00 Sloping Headwall, complete for the sum of Five hundred DOLLARS · '- and no CENTS per Each. .- 14. 1 LS Remove and dispose off-site existing 2- $ 6,000.00 $ 6,000.00 10'x5' Multiple Box Culvert, including headwalls, complete for the sum of Six thousand DOLLARS and no CENTS per Lump Sum. 15. 1 LS Remove and dispose off-site existing 2- $ 6,000.00 $ 6,000.00 " 6'x5' Multiple Box Culvert, including headwalls, complete for the sum of -- Six thousand DOLLARS and no CENTS _ per Lump Sum. P-5 of 41 SECTION P - PROPOSAL W&A #94-093 PAVING & DRAINAGE ITEM QUAN. UNIT DESCRIPTION &PRICE IN WORDS UNIT TOTAL NO. PRICE PRICE 16. 18,943 SY Preparation and manipulation of 6" lime $ 1.50 $ 28,414.50 stabilized subgrade, complete for the sum of One DOLLARS and fifty CENTS per Square Yard. 17. 284.1 TON Hydrated Lime, complete for the sum of $ 92.00 $ 26,137.20 Ninety-two DOLLARS and no CENTS .__ per Ton. 18. 17,764 SY 8" 3,000 PSI reinforced concrete street $ 30.00 $ 532,920.00 .- pavement including integral curb, complete for the sum of Thirty DOLLARS and no CENTS per Square Yard. 19. 253 SY 6" 3,000 PSI reinforced concrete $ 28.00 $ 7,084.00 driveway pavement including integral -. curb, complete for the sum of Twenty-eight DOLLARS and no CENTS per Square Yard. 20. 802 SY 5' wide 4" 3,000 PSI concrete sidewalk $ 21.00 $ 16,842.00 including reinforcing steel, complete for the sum of Twenty-one DOLLARS '- and no CENTS per Square Yard. P-6 of 41 SECTION P - PROPOSAL W&A #94-093 PAVING & DRAINAGE ~ ITEM QUAN. UNIT DESCRIPTION &PRICE IN WORDS UNIT TOTAL NO. PRICE PRICE 21. 915 SY Brick Pavers per City Detail Sheet SD7 $ 70.00 $ 64,050.00 ... including 6" 3,000 PSI reinforced concrete base, complete for the sum of ,-.. Seventy DOLLARS and no CENTS per Square Yard. ,- 22. 12 SY 4' Wide 3000 PSI concrete flume per $ 45.00 $ 540.00 Detail on Sheet 3 of the plans, complete · - in place for the sum of Forty-five DOLLARS and no CENTS per Square Yard. 23. 34 LF 6" Rolled Asphalt Curb per Detail on $ 10.00 $ 340.00 Sheet 3 of the plans, complete for the sum of Ten DOLLARS -' and no CENTS per Linear Foot. -- 24. 46 SY 6' Wide Compacted Limestone $ 20.00 $ 920.00 Screenings Jogging Path, complete for the sum of Twenty DOLLARS and no CENTS per Square Yard. 25. 575 LF Metal Beam Guard Fence, including 25' $ 15.00 $ 8,625.00 " Terminal Anchor Section, terminal connection at wingwall, rails and posts per City Detail Sheet SD3, complete for '- the sum of Fifteen DOLLARS and no CENTS per Linear Foot. P-7 of 41 SECTION P - PROPOSAL W&A #94-093 PAVING & DRAINAGE ITEM QUAN. UNIT DESCRIPTION &PRICE IN WORDS UNIT TOTAL NO. PRICE PRICE 26. I LS Place minimum 4" topsoil and $ 37,000.00 $ 37,000.00 hydromulch seed parkways and slopes, complete for the sum of Thirty-seven thousand DOLLARS and no CENTS per Lump Sum. immm 27. 755 SY Grade and prepare existing pavement $ 24.00 $ 18,120.00 edge and place 2" Type "D" HMAC -- temporary pavement surface on 6" compacted flexible base, complete for the sum of Twenty-four DOLLARS and no CENTS per Square Yard. 28. 538 EA Refiectorized P-15W 4" White pavement $ 5.80 $ 3,120.40 " markers per City Detail Sheet SD2, complete for the sum of ,- Five DOLLARS and eiqhty CENTS ,- per Each. 29. 420 EA Non-refiectorized P-7W 4" White $ 3.30 $ 1,386.00 ,_ pavement markers per City Detail Sheet SD2, complete for the sum of Three DOLLARS and thirty CENTS per Each. ~,m 30. 5 SY Furnish and Install 6" to 8" Diameter $ 70.00 $ 350.00 Hard Limestone Rock Rubble Riprap, ,- complete in place for the sum of Seventy DOLLARS emm and no CENTS per Square Yard. lemm P-8 of 41 SECTION P - PROPOSAL W&A #94-093 PAVING & DRAINAGE ITEM QUAN. UNIT DESCRIPTION &PRICE IN WORDS UNIT TOTAL NO. PRICE PRICE 31. 6 EA Pull (Service) Box per City Detail Sheet $ 300.00 $ 1,800.00 SD15, complete for the sum of Three hundred DOLLARS '- and no CENTS per Each. ,- 32. 601 LF 3" Schedule 40 P.V.C., pipe conduit for $ 4.00 $ 2,404.00 traffic signals and street lighting, complete in place including end plugs ,_ and markers for the sum of Four DOLLARS and no CENTS per Linear Foot. " 33. 290 LF 0' to 4' Tall Gravity Retaining Wall and $ 85.00 $ 24,650.00 Tree Wells per Detail on Sheet 31 of the Plans, complete in place for the sum of Ei.qhty-five DOLLARS ,-- and no CENTS per Linear Foot. ... 34. 198 LF 4' to 6' Tall Gravity Retaining Wall and $ 150.00 $ 29,700.00 Tree Wells per Detail on Sheet 31 of the Plans, complete in place for the sum of ' One hundred fifty DOLLARS and no CENTS ' per Linear Foot. 35. 382 LF Pedestrian Handrail per Detail on Sheet $ 23.00 $ 8,786.00 -- 41 of the Plans, complete for the sum of Twenty-three DOLLARS and no CENTS per Linear Foot. P-9 of 41 SECTION P - PROPOSAL W&A #94-093 ,.- PAVING &DRAINAGE ITEM QUAN. UNIT DESCRIPTION &PRICE IN WORDS UNIT TOTAL NO. PRICE PRICE lime 36. 95 LF 8" P.V.C. Storm Drain Pipe, complete in $ 33.00 $ 3,135.00 ,_ place including trench, bedding, and backfill, for the sum of Thirty-three DOLLARS and no CENTS per Linear Foot. 37. 204 LF 21" Class III R.C.P. Storm Drain Pipe, $ 55.00 $ 11,220.00 complete in place including trench, ,=' bedding, backfill, jointing, collars and wyes, for the sum of ,- Fifty-five DOLLARS and no CENTS _ per Linear Foot. 38. 93 LF 27" Class III R.C.P. Storm Drain Pipe, $ 67.00 $ 6,231.00 complete in place including trench, ' bedding, backfill, jointing, collars and wyes, for the sum of -- Sixty-seven DOLLARS and no CENTS ,- per Linear Foot. 39. 135 LF 30" Class III R.C.P. Storm Drain Pipe, $ 71.00 $ 9,585.00 _ complete in place including trench, bedding, backfill, jointing, collars and wyes, for the sum of Seventy-one DOLLARS and no CENTS ' per Linear Foot. ""' P-IO of 41 SECTION P - PROPOSAL W&A #94-093 _ PAVING &DRAINAGE ITEM QUAN. UNIT DESCRIPTION &PRICE IN WORDS UNIT TOTAL NO. PRICE PRICE 40. 110 LF 33" Class III R.C.P. Storm Drain Pipe, $ 78.00 $ 8,580.00 ._ complete in place including trench, bedding, backfill, jointing, collars and wyes, for the sum of " Seventy-eight DOLLARS and no CENTS ' per Linear Foot. 41. 316 LF 36" Class III R.C.P. Storm Drain Pipe, $ 88.00 $ 27,808.00 -- complete in place including trench, bedding, backfill, jointing, collars and wyes, for the sum of Eighty-eight DOLLARS ,_ and no CENTS per Linear Foot. 42. 170 LF 45" Class III R.C.P. Storm Drain Pipe, $ 110.00 $ 18,700.00 " complete in place including trench, bedding, backfill, jointing, collars and wyes, for the sum of One hundred ten DOLLARS -- and no CENTS per Linear Foot. -- 43. 172 LF 51" Class III R.C.P. Storm Drain Pipe, $ 137.00 $ 23,564.00 complete in place including trench, bedding, backfill, jointing, collars and _ wyes, for the sum of One hundred thirty-seven DOLLARS ' and no CENTS per Linear Foot. P-11 of 41 SECTION P - PROPOSAL W&A #94-093 ,- PAVING &DRAINAGE ITEM QUAN. UNIT DESCRIPTION &PRICE IN WORDS UNIT TOTAL ,_ NO. PRICE PRICE 44. 311 LF 54" Class III R.C.P. Storm Drain Pipe, $ 148.00 $ 46,028.00 · -. complete in place including trench, bedding, backfill, jointing, collars and wyes, for the sum of One hundred forty-eight DOLLARS and no CENTS per Linear Foot. 45. 247 LF 60" Class III R.C.P. Storm Drain Pipe, $ 170.00 $ 41,990.00 " complete in place including trench, bedding, and backfill, for the sum of · - One hundred seventy DOLLARS and no CENTS ,. per Linear Foot. 46. 195 LF 60" Class IV R.C.P. Storm Drain Pipe, $ 225.00 $ 43,875.00 _ complete in place including trench, bedding, and backfill, for the sum of Two hundred twenty-five DOLLARS and no CENTS per Linear Foot. 47. 5 EA 10' Recessed Curb Inlet per City Detail $ 2,200.00 $ 11,000.00 Sheet SD10, complete for the sum of Two thousand two hundred DOLLARS _ and no CENTS per Each. 48. I EA 12' Recessed Curb Inlet per City Detail $ 2,600.00 $ 2,600.00 Sheet SD10, complete for the sum of Two thousand six hundred DOLLARS and no CENTS per Each. P-12 of 41 SECTION P - PROPOSAL W&A #94-093 PAVING & DRAINAGE ITEM QUAN. UNIT DESCRIPTION &PRICE IN WORDS UNIT TOTAL NO. PRICE PRICE 49. 2 EA 3'x3' Drop Inlet per City Detail Sheet $ 1,300.00 $ 2,600.00 ,- SD12, complete for the sum of One thousand three hundred DOLLARS " and no CENTS per Each. " 50. 1 EA Special Grate Inlet per Detail on Sheet $ 1,400.00 $ 1,400.00 31 of the Plans, complete for the sum of ,- One thousand four hundred DOLLARS and no CENTS ,,. per Each. 51. 1 EA 60" Type "B" Headwall, complete for the $ 2,700.00 $ 2,700.00 sum of Two thousand seven hundred DOLLARS "' and no CENTS per Each. -' 52. 3 LF 3' Wide 2:27 Concrete Trench Backfill or $ 220.00 $ 660.00 C.T.B. to base of bridge concrete riprap, complete for the sum of Two hundred twenty DOLLARS ,_ and no CENTS per Linear Foot. 53. 118 LF Asphalt Pavement Removal and Repair $ 36.00 $ 4,248.00 " at Denton-Tap Road crossing including sawing breakout groove, C.T.B. backfill, and 2" Type "D" HMAC patch, complete "' for the sum of Thirty-six DOLLARS and no CENTS per Linear Foot. P-13 of 41 SECTION P - PROPOSAL W&A #94-093 PAVING & DRAINAGE ITEM QUAN. UNIT DESCRIPTION &PRICE IN WORDS UNIT TOTAL ,_ NO. PRICE PRICE 54. 15 EA Adjust existing water line gate valve box $ 220.00 $ 3,300.00 ,, to grade, complete for the sum of Two hundred twenty DOLLARS " and no CENTS per Each. "' 55. 2 EA Adjust existing sanitary sewer manhole $ 500.00 $ 1,000.00 to grade, complete for the sum of ,- Five hundred DOLLARS and no CENTS -- per Each. 56. 3 EA Relocate or Adjust to grade existing fire $ 1,100.00 $ 3,300.00 _ hydrants, complete including fittings, blocking and all work, for the sum of One thousand one hundred DOLLARS and no CENTS per Each. 57. 1 EA Lower existing 12" water line centered at $ 5,000.00 $ 5,000.00 storm drain crossing per detail on Sheet · - 3 of the plans, complete for the sum of Five thousand DOLLARS and no CENTS per Each. 58. 23 LF 6" P.V.C. DR-14 Water Line including $ 64.00 $ 1,472.00 trench, embedment and backfill, complete for the sum of Sixty-four DOLLARS " and no CENTS per Linear Foot. P-14 of 41 SECTION P - PROPOSAL W&A #94-093 PAVING & DRAINAGE ITEM QUAN. UNIT DESCRIPTION &PRICE IN WORDS UNIT TOTAL ,. NO. PRICE PRICE 59. 38 LF 16" D.I. Class 250 Polywrapped Water $ 110.00 $ 4,180.00 ,.- Line including trench, embedment and backfill, complete for the sum of ,,_ One hundred ten DOLLARS and no CENTS per Linear Foot. lemm 60. 1 LS Elevated 16" Water Line Crossing at $ 30,000.00 $ 30,000.00 West Bridge including connections to bridge, foundations, steel supports and connections, 16" D.I. Water Line, straps and paint, complete for the sum of leem Thirty thousand DOLLARS ,- and no CENTS per Lump Sum. 61. 2 EA Relieve water pressure on existing line, $ 1,000.00 $ 2,000.00 remove plug and blocking and connect to existing 16" Water line, complete for the sum of One thousand DOLLARS "' and no CENTS per Each. ,"- 62. 1 LS Salvage and Install existing 2" Air $ 800.00 $ 800.00 Release and Vacuum Valve on 16" Water Main, including 2" galvanized steel ,_ pipe, pipe and valve support structure, insulation, and electrical service, complete for the sum of Eight hundred DOLLARS and no CENTS " per Lump Sum. P-15 of 41 SECTION P - PROPOSAL W&A #94-093 -- PAVING &DRAINAGE ITEM QUAN. UNIT DESCRIPTION &PRICE IN WORDS UNIT TOTAL .- NO. PRICE PRICE 63. 2 EA 2" Copper Water Service and Tap per $ 1,600.00 $ 3,200.00 '- City Detail Sheet SD18, including 51 L.F. of Copper Line, Bronze Ball Valve and Meter Box with Locked Lid, complete for ,.- the sum of One thousand six hundred DOLLARS immm and no CENTS per Each. 64. 1 EA Fire Hydrant Assembly per City Detail $ 1,500.00 $ 1,500.00 Sheet SD16, including hydrant extensions and reflective marker, "' complete in place for the sum of One thousand five hundred DOLLARS and no CENTS per Each. 65. 1.0 TON Cast Iron Fittings, complete in place $ 3,800.00 $ 3,800.00 including Polywrap, blocking and .. accessories for the sum of Three thousand eiqht hundredDOLLARS " and no CENTS per Ton. " 66. 100 CY Crushed Stone at Unstable Trench $ 22.00 $ 2,200.00 (exceeding normal bedding) complete for the sum of Twenty-two DOLLARS and no CENTS per Cubic Yard. P-16 of 41 SECTION P - PROPOSAL W&A #94-093 PAVING & DRAINAGE ITEM QUAN. UNIT DESCRIPTION &PRICE IN WORDS UNIT TOTAL NO. PRICE PRICE 67. 1,820 LF Provide Trench Safety Systems for $ 1.10 $ 2,002.00 Water and Storm Drain Improvements in "' accordance with the Trench Safety Plan and OSHA regulations for the sum of " One DOLLARS and ten CENTS · - per Linear Foot. 68. 1,688 LF Silt Fence non-reinforced complete for $ 2.50 $ 4,220.00 ,- the sum of Two DOLLARS and fifty CENTS per Linear Foot. ' 69. 700 LF Silt Fence with reinforcing wire complete $ 3.50 $ 2,450.00 for the sum of " Three DOLLARS and fifty CENTS -- per Linear Foot. 70. 8 EA Install Inlet Treatment and Maintain $ 210.00 $ 1,680.00 .. Erosion Control during Construction Phase, for the sum of ,-- Two hundred ten DOLLARS and no CENTS per Each. TOTAL - PART I $ 1,643,248.10 TOTAL PARTS MATERIAL TAX EXEMPT $740,000.00 P-17 of 41 SECTION P - PROPOSAL W&A #94-093 PAVING & DRAINAGE ITEM QUAN. UNIT DESCRIPTION &PRICE IN WORDS UNIT TOTAL NO. PRICE PRICE II. LANDSCAPING & IRRIGATION - BASE BID 1. 7 LF 2" Schedule 40 P.V.C. Irrigation Sleeve $ 3.00 $ 21.00 installed 2'-0" deep including cap at ends and tape to mark end of sleeve, complete for the sum of Three DOLLARS and no CENTS per Linear Foot. 2. 533 LF 4" Schedule 40 P.V.C. Irrigation Sleeve $ 4.00 $ 2,132.00 installed 2'-0" deep including cap at ends and tape to mark end of sleeve, complete for the sum of Four DOLLARS and no CENTS per Linear Foot. 3. 302 LF 6" Schedule 40 P.V.C. Irrigation Sleeve $ 5.00 $ 1,510.00 installed 2'-0" deep including cap at ends and tape to mark end of sleeve, complete for the sum of Five DOLLARS and no CENTS per Linear Foot. 4. 2 EA 2" Water Service for landscape irrigation $ 6,800.00 $ 13,600.00 system according to City Standard Detail SD18, complete in place including meter box for the sum of Six thousand eight hundred DOLLARS and no CENTS per Each. P-18 of 41 SECTION P - PROPOSAL W&A #94-093 PAVING & DRAINAGE ITEM QUAN. UNIT DESCRIPTION &PRICE IN WORDS UNIT TOTAL NO. PRICE PRICE 5. 2 EA 2" Double Check Valve for landscape $ 600.00 $ 1,200.00 .. irrigation system according to City Standard Detail SD18, complete in place including meter box for the sum of " Six hundred DOLLARS and no CENTS '" per Each. 6. 1,700 LF 2-1/2" P.V.C. pipe (200 P.S.I.) with $ 1.70 $ 2,890.00 -. related fittings, complete in place for the sum of ,_ One DOLLARS and seventy CENTS ,- per Linear Foot. 7. 240 LF 2" P.V.C. pipe (200 P.S.I.) with related $ 1.60 $ 384.00 fittings, complete in place for the sum of One DOLLARS " and sixty CENTS per Linear Foot. _ 8. 320 LF 1-1/2" P.V.C. pipe (200 P.S.I.) with $ 1.30 $ 416.00 related fittings, complete in place for the sum of One DOLLARS and thirty CENTS per Linear Foot. 9. 640 LF 1-1/4" P.V.C. pipe (200 P.S.I.) with $ 1.00 $ 640.00 -- related fittings, complete in place for the sum of -- One DOLLARS and no CENTS _ per Linear Foot. P-19 of 41 SECTION P - PROPOSAL W&A #94-093 PAVING & DRAINAGE ITEM QUAN. UNIT DESCRIPTION &PRICE IN WORDS UNIT TOTAL NO. PRICE PRICE 10. 1,620 LF 1" P.V.C. pipe (200 P.S.I.) with related $ 0.85 $ 1,377.00 ,- fittings, complete in place for the sum of No DOLLARS " and eighty-five CENTS per Linear Foot. '- 11. 4,000 LF 3/4" P.V.C. pipe (200 P.S.I.) with related $ 0.65 $ 2,600.00 fittings, complete in place for the sum of -- No DOLLARS and sixty-five CENTS _ per Linear Foot. 12. 30 EA Hunter PGP Rotary Heads, complete in $ 21.00 $ 630.00 _ place for the sum of Twenty-one DOLLARS " and no CENTS per Each. '- 13. 70 EA Rainbird 1812 Spray Heads, complete in $ 20.00 $ 1,400.00 place for the sum of ,- Twenty DOLLARS and no CENTS _ per Each. 14. 307 EA Rainbird 1804 Pop-up Spray Heads, $ 7.00 $ 2,149.00 _ complete in place for the sum of Seven DOLLARS "' and no CENTS per Each. "" 15. 15,000 LF 14 Gauge Wire, complete for the sum of $ 0.12 $ 1,800.00 No DOLLARS and twelve CENTS per Linear Foot. P-20 of 41 SECTION P - PROPOSAL W&A #94-093 ,_ PAVING &DRAINAGE ITEM QUAN. UNIT DESCRIPTION &PRICE IN WORDS UNIT TOTAL NO, PRICE PRICE 16. 4 EA Irritrol 1-1/2" 700 Series valve, fittings, $ 150.00 $ 600.00 ,_ round valve box, wire connectors and gravel, complete in place for the sum of One hundred fifty DOLLARS and no CENTS per Each. _ 17. 13 EA Irritrol 2" 700 Series valve, fittings, round$ 180.00 $ 2,340.00 valve box, wire connectors and gravel, ,- complete in place for the sum of One hundred eighty DOLLARS and no CENTS per Each. 18. 2 EA Mini-Clik freeze sensors, complete in $ 40.00 $ 80.00 place for the sum of " Forty DOLLARS and no CENTS ' per Each. 19. 2 EA Mini-Clik rain sensors, complete in place $ 45.00 $ 90.00 -- for the sum of Forty-five DOLLARS and no CENTS per Each. 20. 13 EA Quick couplers, complete in place for the $ 160.00 $ 2,080.00 sum of " One hundred sixty DOLLARS and no CENTS '- per Each. P-21 of 41 SECTION P - PROPOSAL W&A #94-093 PAVING & DRAINAGE ITEM QUAN. UNIT DESCRIPTION &PRICE IN WORDS UNIT TOTAL NO. PRICE PRICE 21. 1 EA M51-1U-S-R 16-Station controller on $ 7,300.00 $ 7,300.00 stainless steel pedestal, complete in place for the sum of Seven thousand three hundred " DOLLARS and no CENTS per Each. 22. 1 EA M5S-IS-S 8-Station controller on $ 1,700.00 $ 1,700.00 stainless steel pedestal, complete in -- place for the sum of One thousand seven hundred DOLLARS and no CENTS per Each. 23. 10 EA Live Oak, 100 gallon container with $ 610.00 $ 6,100.00 backfill, fertilizers and guying, complete in place for the sum of Six hundred ten DOLLARS · " and no CENTS per Each. · -- 24. 12 EA Shumard Red Oak, 100 gallon container $ 610.00 $ 7,320.00 with backfill, fertilizers and guying, complete in place for the sum of Six hundred ten DOLLARS and no CENTS per Each. 25. 33 EA Cedar Elm, 100 gallon container with $ 610.00 $ 20,130.00 ' backfill, fertilizers and guying, complete in place for the sum of -' Six hundred ten DOLLARS and no CENTS _ per Each. P-22 of 41 SECTION P - PROPOSAL W&A #94-093 PAVING & DRAINAGE ITEM QUAN. UNIT DESCRIPTION &PRICE IN WORDS UNIT TOTAL NO. PRICE PRICE 26. 32 EA "Tuscarora" Crape Myrtle, 65 gallon $ 350.00 $ 11,200.00 container with backfill, fertilizers and ' staking, complete in place for the sum of Three hundred fifty DOLLARS and no CENTS per Each. 27. 8 EA Aristocrat Pear, 65 gallon container with $ 380.00 $ 3,040.00 backfill, fertilizers and guying, complete _ in place for the sum of Three hundred eighty DOLLARS and no CENTS per Each. " 28. 14 EA Oklahoma Redbud, 30 gallon container $ 210.00 $ 2,940.00 with backfill, fertilizers and staking, complete in place for the sum of Two hundred ten DOLLARS ,- and no CENTS per Each. .. 29. 8 EA Austrian Pine, 30 gallon container with $ 270.00 $ 2,160.00 backfill, fertilizers and staking, complete in place for the sum of Two hundred seventy DOLLARS and no CENTS " per Each. 30. 14 EA Leyland Cypress, 65 gallon container $ 380.00 $ 5,320.00 -- with backfill, fertilizers and staking, complete in place for the sum of -- Three hundred eiqhty DOLLARS and no CENTS ,_ per Each. P-23 of 41 SECTION P - PROPOSAL W&A #94-093 ,., PAVING &DRAINAGE ITEM QUAN. UNIT DESCRIPTION &PRICE IN WORDS UNIT TOTAL ,, NO. PRICE PRICE 31. 52 EA Maidengrass, 5 gallon with backfill and $ 18.00 $ 936.00 ,_ fertilizers, complete in place for the sum of _ Eiqhteen DOLLARS and no CENTS per Each. 32. 99 EA Tam Juniper, 5 gallon with backfill and $ 16.00 $ 1,584.00 fertilizers, complete in place for the sum ,- of Sixteen DOLLARS leeme and no CENTS per Each. 33. 1,675 EA 'Big Blue' Liriope, 4" pot with fertilizers, $ 0.90 $ 1,507.50 complete in place for the sum of " No DOLLARS and ninety CENTS " per Each. 34. 797 EA Purple Wintercreeper, 1 gallon with $ 3.00 $ 2,391.00 ,-- fertilizer, complete in place for the sum of Three DOLLARS and no CENTS per Each. 35. 3,336 SF 4" Bed preparation with fertilizer, $ 0.65 $ 2,168.40 complete in place for the sum of No DOLLARS and sixty-five CENTS -- per Square Foot. P-24 of 41 SECTION P - PROPOSAL W&A #94-093 PAVING & DRAINAGE ITEM QUAN. UNIT DESCRIPTION &PRICE IN WORDS UNIT TOTAL NO. PRICE PRICE 36. 3,336 SF 2" Mulch Topdressing, complete in place $ 0.15 $ 500.40 for the sum of No DOLLARS " and fifteen CENTS per Square Foot. 37. 172 LF 4" Steel Bed Edging, complete in place $ 2.00 $ 344.00 for the sum of Two DOLLARS and no CENTS per Each. 38. 1 LS Hydromulch Bermuda Grass or $ 5,000.00 $ 5,000.00 Hydromulch Rye Grass (estimated 55,636 square feet), complete in place for the sum of " Five thousand DOLLARS and no CENTS · " per Lump Sum. TOTAL - PART II BASE BID $119,580.30 TOTAL PARTS MATERIAL TAX EXEMPT $58,000.00 P-25 of 41 SECTION P - PROPOSAL W&A #94-093 PAVING & DRAINAGE ITEM QUAN. UNIT DESCRIPTION &PRICE IN WORDS UNIT TOTAL NO. PRICE PRICE II. ALTERNATE BID - LANDSCAPING ' 38A. I LS Herbicide and scalp ryegrass (estimated $ 4,000.00 $ 4,000.00 55,636 square feet) the following spring after initial planting and overseed with " Bermuda Grass to establish a permanent turf grass, complete in place for the sum of Four thousand DOLLARS ,_ and no CENTS per Lump Sum. TOTAL PART II - ALTERNATE BID (Part II Base Bid - Item 38 + Part II ALTERNATE BID Item 38A) $118,580.30 TOTAL PARTS MATERIAL TAX EXEMPT $58,000.00 II1. BRIDGE - BASE BID 1. 1,557 SY 6" 3,000 PSI Reinforced Concrete $ 45.00 $ 70,065.00 " Riprap for channel slope protection and Hike and Bike Trail, including reinforcing steel and jointing per Detail on Sheet " 23A of the Plans, complete for the sum of -- Forty-five DOLLARS and no CENTS _ per Square Yard. 2. 497.4 CY Furnish and Install 18" Gabion Baskets $ 170.00 $ 84,558.00 ,.- per notes on Sheet 23A of the Plans and project specifications, including geotextile, wire baskets, stone, and all materials, labor and work to complete ' the baskets in place for the sum of One hundred seventy DOLLARS and no CENTS per Cubic Yard. P-26 of 41 SECTION P - PROPOSAL W&A #94-093 PAVING & DRAINAGE ITEM QUAN. UNIT DESCRIPTION &PRICE IN WORDS UNIT TOTAL NO. PRICE PRICE 3. 4 EA Furnish and Install 3'x3'x3' Gabion $ 170.00 $ 680.00 Baskets as indicated on Sheet 22 of the " Plans, including geotextile, wire baskets, stone, and all materials, labor and work to complete the baskets in place for the " sum of One hundred seventy DOLLARS and no CENTS per Each. 4. 10,912 SF Furnish and Install Sheet Piles per Detail $ 19.00 $ 207,328.00 Sheets 23A and S9 of the Plans and ,... Specifications, complete in place for the sum of Nineteen DOLLARS and no CENTS per Square Foot. 5. 53 SY Furnish and Install 12" to 18" Diameter $ 70.00 $ 3,710.00 Hard Limestone Rock Rubble Riprap, -. complete in place for the sum of Seventy DOLLARS and no CENTS per Square Yard. 6. 368 LF 4" SDR 35 P.V.C. Type "A" perforated $ 3.00 $ 1,104.00 plastic pipe underdrain under channel riprap, complete for the sum of Three DOLLARS '- and no CENTS per Linear Foot. P-27 of 41 SECTION P - PROPOSAL W&A #94-093 PAVING & DRAINAGE ITEM QUAN. UNIT DESCRIPTION &PRICE IN WORDS UNIT TOTAL NO. PRICE PRICE 7. 6 EA 4" SDR 35 P.V.C. Cleanout per Detail $ 100.00 $ 600.00 on Sheet 32 of the Plans, complete for the sum of One hundred DOLLARS and no CENTS per Each. 8. 448 LF Construct 18" diameter Concrete Piers $ 130.00 $ 58,240.00 as shown in the plans, including steel reinforcement, complete for the sum of One hundred thirty DOLLARS and no CENTS per Linear Foot. 9. 840 LF Construct 30" diameter Concrete Piers $ 160.00 $ 134,400.00 as shown in the plans, including steel reinforcement, complete for the sum of One hundred sixty DOLLARS and no CENTS per Linear Foot. -. 10. 907 LF Construct 36" diameter Concrete Piers $ 170.00 $ 154,190.00 as shown in the plans, including steel reinforcement, complete for the sum of One hundred seventy DOLLARS and no CENTS per Linear Foot. 11. 41.3 CY Construct 30" diameter Concrete column $ 650.00 $ 26,845.00 as shown in the plans, including steel reinforcement, complete for the sum of Six hundcred fifty DOLLARS and no CENTS per Cubic Yard. P-28 of 41 SECTION P - PROPOSAL W&A #94-093 PAVING & DRAINAGE ITEM QUAN. UNIT DESCRIPTION &PRICE IN WORDS UNIT TOTAL NO. PRICE PRICE 12. 174.4 CY Furnish and Install Concrete for bridge $ 550.00 $ 95,920.00 abutments, including steel reinforcement, complete for the sum of Five hundred fifty DOLLARS and no CENTS per Cubic Yard. 13. 63.4 CY Furnish and Install Concrete for interior $ 600.00 $ 38,040.00 bents, including steel reinforcement, complete for the sum of Six hundred DOLLARS ~ and no CENTS per Cubic Yard. " 14. 524.5 CY Furnish and Install Concrete for slabs $ 380.00 $ 199,310.00 except bridge curbs and sidewalks, including steel reinforcement, complete "" for the sum of Three hundred eighty DOLLARS and no CENTS per Cubic Yard. 15. 111.1 CY Furnish and Install Concrete for $ 230.00 $ 25,553.00 approach slabs, including steel ,.-. reinforcement, complete for the sum of Two hundred thirty DOLLARS " and no CENTS per Cubic Yard. · ' 16. 189.2 CY Furnish and Install Concrete for bridge $ 200.00 $ 37,840.00 curb and sidewalk, including steel reinforcement, complete for the sum of lieme Two hundred DOLLARS .. and no CENTS per Cubic Yard. P-29 of 41 SECTION P - PROPOSAL W&A #94-093 _ PAVING &DRAINAGE ITEM QUAN. UNIT DESCRIPTION &PRICE IN WORDS UNIT TOTAL ,- NO. PRICE PRICE 17. 2,984 LF Furnish and Install Precast Concrete $ 77.00 $ 229,768.00 _ Beams, including steel reinforcement, complete for the sum of _ Seventy-seven DOLLARS and no CENTS per Linear Foot. 18. 440 LF Furnish and Install Armor Joints, $ 33.00 $ 14,520.00 complete for the sum of Thirty-three DOLLARS · - and no CENTS per Linear Foot. ,- 19. 1,487 LF Furnish and Install Special Bridge Rails, $ 140.00 $ 208,180.00 complete for the sum of One hundred forty DOLLARS and no CENTS per Linear Foot. TOTAL - PART III - BASE BID $1,590,851.00 "' TOTAL PARTS MATERIAL TAX EXEMPT $688,000.00 P-30 of 41 SECTION P - PROPOSAL W&A #94-093 PAVING & DRAINAGE ITEM QUAN. UNIT DESCRIPTION &PRICE IN WORDS UNIT TOTAL NO. PRICE PRICE III. ALTERNATE BID - CABLE CONCRETE VS. 18" GABION BASKETS 2A. 514 SY Furnish and Install 15.5"x8.5" 701bs / $ 130.00 $ 66,820.00 S.F. Cable Concrete Blocks or equal ~ internally connected with stainless steel cable, including geotextile fabric per notes on Sheet 32 of the Plans and ,.., project specifications, complete for the sum of One hundred thirty DOLLARS and no CENTS per Square Yard. TOTAL PART III - ALTERNATE BID (Part III Base Bid - Item 2 + Part III ALTERNATE BID Item 2A) $1,573,113.00 TOTAL PARTS MATERIAL TAX EXEMPT $678,000.00 IV. BRIDGE LIGHTING & ELECTRICAL 1. 8 EA Twin fixture, pole mounted, period type, $ 6,000.00 $ 48,000.00 area light, Moldcast # 84223-24-BZP-- "' ASY-DTA-ALF including cast aluminum pole, complete in place for the sum of ,- Six thousand DOLLARS and no CENTS .- per Each. 2. 14 EA Vandal resistant surface mounted area $ 520.00 $ 7,280.00 ,_ light, Moldcast # MDL-5-00-10-24-TPH, complete in place for the sum of Five hundred twenty DOLLARS and no CENTS per Each. P-31 of 41 SECTION P - PROPOSAL W&A #94-093 PAVING & DRAINAGE ITEM QUAN. UNIT DESCRIPTION &PRICE IN WORDS UNIT TOTAL NO. PRICE PRICE 3. 1 LS Install vertical galvanized steel riser on $ 430.00 $ 430.00 power pole, install conduit from power pole to meter base, install pull string, install meter base and rack and " coordinate extension of power and setting meter with T.U. Electric, complete for the sum of Four hundred thirty DOLLARS and no CENTS per Lump Sum. 4. 1 LS Install Concrete Control Pad, Control $ 9,000.00 $ 9,000.00 Panels and Photocel, install conduit, wire and electric service to proposed light fixtures, complete for the sum of Nine thousand DOLLARS " and no CENTS per Lump Sum. TOTAL - PART IV - BID $64,710.00 TOTAL PARTS MATERIAL TAX EXEMPT $29,000.00 TOTAL BID - PARTS I, II, III AND IV (BASE BID) $3,418,389.40 P-32 of 41 SECTION P - PROPOSAL W&A #94-093 _ PAVING &DRAINAGE ITEM QUAN. UNIT DESCRIPTION &PRICE IN WORDS UNIT TOTAL ,- NO. PRICE PRICE V. HIKE AND BIKE TRAIL - ALTERNATE BID 1. 3,170 CY Unclassified excavation, including $ 7.00 $ 22,190.00 placing excavated materials as controlled-density fill as specified, "' complete for the sum of Seven DOLLARS and no CENTS per Cubic Yard. 2. 1,425 CY Controlled-density fill for trail and $ 6.00 $ 8,550.00 roadway embankment, complete for the _ sum of Six DOLLARS and no CENTS per Cubic Yard. " 3. 1,905 SY Preparation and manipulation of 6" lime $ 4.00 $ 7,620.00 stabilized subgrade, complete for the sum of Four DOLLARS ,- and no CENTS per Square Yard. .. 4. 28.6 TON Hydrated Lime, complete for the sum of $ 92.00 $ 2,631.20 Ninety-two DOLLARS " and no CENTS per Ton. ' 5. 1,613 SY 12' wide 6" 3,000 PSI concrete Hike and $ 30.00 $ 48,390.00 Bike Trail including reinforcing steel, complete for the sum of Thirty DOLLARS ,.. and no CENTS per Square Yard. P-33 of 41 SECTION P - PROPOSAL W&A #94-093 PAVING & DRAINAGE ITEM QUAN. UNIT DESCRIPTION &PRICE IN WORDS UNIT TOTAL NO. PRICE PRICE 6. 44 SY 14" 3,000 PSI concrete Hike and Bike $ 110.00 $ 4,840.00 Trail including reinforcing steel, complete " for the sum of One hundred ten DOLLARS and no CENTS per Square Yard. 7. 240 SY 6' Wide Compacted Limestone $ 16.00 $ 3,840.00 Screenings Jogging Path, complete for ,_ the sum of Sixteen DOLLARS and no CENTS per Square Yard. " 8. 1 LS Place minimum 4" topsoil and $ 10,000.00 $ 10,000.00 hydromulch seed parkways and slopes (estimated 3,205 square yards), ,- complete for the sum of Ten thousand DOLLARS and no CENTS per Lump Sum. 9. 57 SY 6" 3,000 PSI Reinforced Concrete $ 45.00 $ 2,565.00 Riprap for channel slope protection and Hike and Bike Trail, including reinforcing steel and jointing per Detail on Sheet 23A of the Plans, complete for the sum of Forty-five DOLLARS -- and no CENTS per Square Yard. -- 10. 35 SY Furnish and Install 12" to 18" Diameter $ 70.00 $ 2,450.00 Hard Limestone Rock Rubble Riprap, complete in place for the sum of Seventy DOLLARS and no CENTS per Square Yard. P-34 of 41 SECTION P - PROPOSAL W&A #94-093 ,- PAVING &DRAINAGE ITEM QUAN. UNIT DESCRIPTION &PRICE IN WORDS UNIT TOTAL NO. PRICE PRICE 11. 48 LF 3" Schedule 40 P.V.C., pipe conduit for $ 4.00 $ 192.00 ,_ street lighting, complete in place including end plugs and markers for the sum of " Four DOLLARS and no CENTS ' per Linear Foot. 12. 65 LF 18" Class III R.C.P. Storm Drain Pipe, $ 50.00 $ 3,250.00 -- complete in place including trench, bedding, backfill, jointing, collars and wyes, for the sum of Fifty DOLLARS and no CENTS per Linear Foot. 13. 1 EA Special Grate Inlet per Detail on Sheet $ 1,400.00 $ 1,400.00 "' 31 of the Plans, complete for the sum of One thousand four hundred DOLLARS and no CENTS per Each. leeme 14. 1 EA 18" Type "B" Headwall, complete for the $ 3,400.00 $ 3,400.00 sum of leeera Three thousand four hundred DOLLARS and no CENTS per Each. 15. 28 LF 0' to 4' Tall Gravity Retaining Wall per $ 85.00 $ 2,380.00 Detail on Sheet 36 of the Plans, -- complete in place for the sum of Eighty-five DOLLARS and no CENTS per Linear Foot. P-35 of 41 SECTION P - PROPOSAL W&A #94-093 PAVING & DRAINAGE '- ITEM QUAN. UNIT DESCRIPTION &PRICE IN WORDS UNIT TOTAL NO. PRICE PRICE 16. 80 LF 4' to 6' Tall Gravity Retaining Wall per $ 150.00 $ 12,000.00 Detail on Sheet 36 of the Plans, " complete in place for the sum of One hundred fifty DOLLARS and no CENTS per Linear Foot. 17. 86 LF Pedestrian Handrail per Detail on Sheet $ 60.00 $ . 5,160.00 36 of the Plans, complete for the sum of Sixty DOLLARS " and no CENTS per Linear Foot. 18. 76 LF Furnish and Install Special Bridge Rail $ 140.00 $ 10,640.00 per Section 04 Sheet S7 of the plans, · - complete for the sum of One hundred forty DOLLARS and no CENTS per Linear Foot. 19. 1,522 LF Single Reflective Yellow Painted Stripe, $ 1.10 $ 1,674.20 complete for the sum of One DOLLARS -- and ten CENTS per Linear Foot. 20. 406 LF Single Reflective White Painted Stripe, $ 1.10 $ 446.60 complete for the sum of One DOLLARS and ten CENTS " per Linear Foot. P-36 of 41 SECTION P - PROPOSAL W&A #94-093 ,, PAVING &DRAINAGE '" ITEM QUAN. UNIT DESCRIPTION &PRICE IN WORDS UNIT TOTAL NO. PRICE PRICE ' ' 21. 2 EA 24" Reflective White Painted Stop Bar, $ 170.00 $ 340.00 ,_ complete for the sum of ~' One hundred seventy DOLLARS " and no CENTS per Each. "" 22. 2 EA 24"x24" Stop Sign R1-1 per current $ 380.00 $ 760.00 , Edition of the Texas Manual on Uniform Traffic Control Devices, including sign ,- post, all materials and work, complete for the sum of ,- Three hundred eiqhty DOLLARS and no CENTS ,, per Each. 23. 2 EA Stop Ahead Sign W3-1 per current $ 380.00 $ 760.00 Edition of the Texas Manual on Uniform " Traffic Control Devices, including sign post, all materials and work, complete for the sum of Three hundred eiqhty DOLLARS ,- and no CENTS per Each. ,- 24. 65 LF Provide Trench Safety Systems for $ 1.10 $ 71.50 " Water and Storm Drain Improvements in accordance with the Trench Safety Plan r-- and OSHA regulations for the sum of One DOLLARS F" and ten CENTS , per Linear Foot. r' 25. 1 EA Install Inlet Treatment and Maintain $ 210.00 $ 210.00 , Erosion Control during Construction Phase, for the sum of F" Two hundred ten DOLLARS and no CENTS F per Each. P-37 of 41 SECTION P - PROPOSAL W&A #94-093 PAVING & DRAINAGE ITEM QUAN. UNIT DESCRIPTION &PRICE IN WORDS UNIT TOTAL NO. PRICE PRICE 26. -86 SY Reduction in 5' wide 4" 3,000 PSI $ 17.00 $ (1,462.00) .. concrete sidewalk including reinforcing steel from Section I, complete for the sum of " Seventeen DOLLARS and no CENTS -- per Square Yard. · - TOTAL - PART V - HIKE & BIKE TRAIL ALTERNATE BID $154,298.50 TOTAL PARTS MATERIAL TAX EXEMPT $69,000.00 " ALTERNATE BID OPTIONS OPTION I: TOTAL BID - PARTS I, II (ALTERNATE BID), III AND IV $3,417,389.40 OPTION Ih TOTAL BID - PARTS I, II, III (ALTERNATE BID) AND IV $3,400,651.40 .. OPTION IIh TOTAL BID - PARTS I, II (ALTERNATE BID), III (ALTERNATE BID) AND IV $3,399,651.40 OPTION IV: TOTAL BID - BASE BID PARTS I, II, III & IV + ALTERNATE BID V $3,572,687.90 ' OPTION V: TOTAL BID - PARTS I, II (ALTERNATE BID), III & IV + ALTERNATE BID V $3,571,687.90 OPTION VI: TOTAL BID - PARTS I, II, III (ALTERNATE BID) & IV + ALTERNATE BID V $3,554,949.90 OPTION VII: TOTAL BID - PARTS I, II (ALTERNATE BID), III (ALTERNATE BID) & IV + ALTERNATE BID V $3,553,949.90 P-38 of 41 SECTION P - PROPOSAL W&A #94-093 PAVING & DRAINAGE 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 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 270 working days and completed and ready for final payment within 300 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 submitted, By. Robert C. Bibby Title Secretary Address 1868 W. Northwest Hwy. Dallas, TX 75220 ,- Phone No. 972-444-8230 FAX No. 972-444-8234 Submitted by Rebcon, Inc. a corporation Doing business as Rebcon, Inc. ,- Communication concerning this Bid should be directed to the attention of Robert Bibby P-39 of 41 SECTION P - PROPOSAL W&A #94-093 .. PAVING & DRAINAGE BID AFFIDAVIT The undersigned certifies that the bid prices 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 price offered, and upon the conditions contained in the Specifications of the Notice to Bidders. The period of acceptance of this bid will be ninety (90) calendar F days from the date of the bid opening. STATE OF Texas COUNTY OF Dallas ; BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas , on this day personally appeared Robert C. Bibby who after being by me F duly sworn, did depose and say: "1 Robert C. Bibby am a duly authorized officer/agent for '- Rebcon, Inc. and have been duly authorized to execute the foregoing on behalf of the said corporation 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 prior 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 concerned in any pool, agreement or combination thereof, to control the price of services/commodities bid on, or to influence any individual(s) to bid or not to bid thereon." Name and address of Bidder: Rebcon, Inc. 1868 W. Northwest Hwy., Dallas, TX 75220 ,-' Telephone: (972) 444-8230 By: Robert C. Bibby Title: Secretary Signature: SUBSCRIBED AND SWORN to before me by the above named Robert C. Bibby on this the day of ,19__. Notary Public in and for the State of P-40 of 41 SECTION P - PROPOSAL W&A #94-093 PAVING & DRAINAGE AFFIDAVIT OF SAFETY RECORD (I) (We) the undersigned do declare and affirm that (my) (our) firm or corporation (has) (have) received '- zero citation from the Occupational Safety and Health Administration (OSHA) within the past two (2) years and (I) (We) do further declare and affirm that (my) (our) firm or corporation (has)(have)experienced three worker injuries related to construction safety on projects within the past two (2) years. ,.-. Rebcon, Inc. Name of Subcontractor Name of Firm ,- Robed C. Bibby, Secretary Officer's Name & Title Officer's Name & Title Signature of Officer Signature of Officer Date Date STATE OF TEXAS § ,_ COUNTY OF DALLAS § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day appeared Robert C. Bibby Secretary " for Rebcon, Inc. 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 capacity therein ,-- expressed. GIVEN UNDER MY HAND AND SEAL OF OFFICE THIS __ DAY OF ,19 . A.D. Notary Public in and for the State of Texas P-41 of 41 SECTION A AGREEMENT W&A #94-093 PAVING & DRAINAGE ,- SECTION A AGREEMENT BETWEEN OWNER AND CONTRACTOR 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: PAVING AND DRAINAGE IMPROVEMENTS The project for which the Work under the Contract Documents may be the whole or only part is generally described as follows: PAVING AND DRAINAGE IMPROVEMENTS TO DENTON-TAP ROAD FROM COTTONWOOD CREEK TO STATE HIGHWAY No. 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 rights 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 270 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 _ 300 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 One Thousand dollars ($1,000.00) 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 _ PAVING &DRAINAGE Article 4. CONTRACT PRICE. -- 4.1. OWNER shall pay CONTRACTOR for completion of the Work on a Unit Price Work Basis in accordance with the Contract Documents in current funds based on the contract quantities and unit prices stated in the proposal or as modified by change order, the sum of which is $3,572,687.90. 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 Price on the basis of CONTRACTOR'S Applications for Payment as recommended by ENGINEER, on or about the fifteenth (15th) day of each month during ,.-. construction. All progress payments will be on the basis of the unit prices 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 Price 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 familiarized 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 paragraphs SC-4.2.1.1 and SC-4.2.1.2 of the -- Supplementary Conditions of the extent of the technical data contained in such repods 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 Price, 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 #94-093 PAVING & DRAINAGE 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 Price, 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 written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. Article 8. CONTRACT DOCUMENTS The Contract Documents which comprise the entire agreement between OWNER and " CONTRACTOR concerning the Work consist of the following: 8.1. This Agreement (pages 1 to 5, inclusive). 8.2. Notice of Award. 8.3. CONTRACTOR'S Affidavit Against Prohibited Acts.(pages I to 4, inclusive) 8.4. CONTRACTOR'S Proposal, Bid Affidavit and Affidavit of Safety Record (pages 1 to 41, inclusive). 8.5. General Conditions (pages 1 to 42, inclusive). 8.6. General Conditions Dispute Resolution Agreement (pages GC-A1 to GC-A2, -- inclusive). 8.7. Supplementary Conditions (pages 1 to 7, inclusive). 8.8. Division 1 General Requirements (pages 1 to 11, inclusive). 8.9. Division 2 Technical Specifications (pages 1 to 14, inclusive). 8.10. Division 3 Lighting and Electrical Specifications (pages I to 23, inclusive). 8.11. Division 4 Landscaping and Landscape Irrigation System Specifications (pages 1 ' to 39, inclusive). 8.12. Division SB Geotechnical Report and Soil Borings 8.13. City of Coppell Ordinances Page A-3 of 5 SECTION A - AGREEMENT W&A #94-093 PAVING & DRAINAGE 8.14. Specifications bearing 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. 8.15. Drawings, consisting of a cover sheet bearing the title "Paving and Drainage " Improvements for Denton-Tap Road from Cottonwood Creek to State Highway No. 121 Bypass" and the latest edition of the "City of Coppell Standard Construction Details." A set of drawings and standard details are not attached to the signed Contract Documents ,_ but may be obtained from the Engineer. 8.16. Addenda numbers one to three , inclusive. -- 8.17. Performance and Payment Bonds, identified as Section PB and consisting of 4 pages. _ 8.18. Maintenance Bond, identified as Section MB and consisting of 2 pages. 8.19. 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 3.5 and 3.8 of the General Conditions. Article 9. MISCELLANEOUS 9.1. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 9.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written 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 written consent to an assignment no assignment will release or discharge the assignor 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 W&A #94-093 ,. PAVING & DRAINAGE This Agreement will be effective on /~~/c),/'/~' <:::f' , 19 "" OWN ~L~/L~ GONTRACTO~ ' (lorporate Seal) Address for giving notices Address for giving notice ,_ P.O. Box 478 1868 W. Northwest Hwy. Goppell, Texas 75019 Dallas, Texas 75220 (If OWNER is a public body, attach evidence of List name of person to whose attention -' authority to sign and resolution or other notices are to be sent: ,, (If CONTRACTOR is a corporation, attach evidence of authority to sign.) Page A-5 of 5 leeme SECTION PB PERFORMANCE AND PAYMENT BONDS PERFORMANCE BOND Bond No, ?P, F8129837 KNOW ALL MEN BY THESE PRESENTS: That Rebcon, Inc. --' (Name of Contractor or Company) 1868 W. Northwest Hw),.~ I)allas~ TX 75220 (Address) a Tezas hereinafter called Principal, and "' (Corporation/Partnership) Fidelity and Deposit Company of 'Maz71and and Colonial American Casual,ty and Surety 12222 Me~!t Drive, Suite 1360, -- (Address) here{halter ca{{ed Surety, are he{d and finn{y bound unto City of Coppell. (Name of aec~em) P. O. Box 478~ Coppell~ TX 75019 _ (Re~p~nrs Adds) here{naRer ca{{ed OWNER, {n the pena{ sum of Three Million~ Five Hundred Seventy-Two Thousand., Six Hundred Eighty-Seven and 90/100. DOLLARS ($'3,572,687.90 ) -- {n Nav~uN money of the United States, for the payment of wh{ch sum we{{ and ~u{y to be made we b{nd oume{ves, successors and assigns, jo{nt{y and sevem{{y, fi~n{y in these presents. THE COND{T{ON OF TH{S OBL{GAT{ON is such that whereas, the Principa{ entered into a certain contract with the OWNER dated the 12th day of May ,19 9 8, a copy of which is hereto attached and made a part hereof for the construction of: PAVING AND DRAINAGE IMPROVEMENTS FOR DENTON-TAP ROAD FROM COTTONWOOD CREEK TO STATE HIGHWAY No. ~2~ 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 during the original 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 period, 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 recaived 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 an such -- change, extension of time, alteration or addition to the terms of the contract or to the W~;RK or to the SPECIFICATIONS. -'- _ PROVIDED FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be uns~ti6fied. IN WITNESS WHEREOF, this instrument is executed in 6 counterparts, each one of which shall be deemed an original, this the 28 th day of l~ay -- ,19 98 1~: Rebcon, Inc. B~:obert c. ib SecretaTy (S~L) 1868 W. Northwest Hw~. ~ '~ ' · '~ ~~X~I~gSS: Co~o~al ~e~cs~ Cas~alt7 s~d Su~et7 Compaa~ ~itn~s as to Surer) ~A~ey in Fac~ E 1 n o r a C rut h i s . . uiire 1360 8350 Meado~ Road, Suite 181 12222 Net. t Drive, Dallas, TX 7523-1 Dallas, TX 75251 (Address) (Adding) ' NOTE: Date of BOND must not be prior to date of Contract. If CONTRACTOR is Pa~nership, all pa~ners should execute BOND. _ IMPORTANT: Surety companies executing BONDS must appear on the Treasu~ Depa~ment's most cu.ent list (Cimular 570 as amended) and be autho~zed to transact business in the State of Texas. PAYMENT BOND Bond No. PRF8129837 KNOW ALL MEN BY THESE PRESENTS: That Rebcon, Inc. (Name of Contractor or Com~ ) 1868 W. Northwest Hwy., Dallas, TX 7~220 (Address) -- a Texas hereinafter called Principal, and (Corporation/Partnership) Fidelity and Deposit Company of MarTland and Colonial American Casualty and~ ~urety Company _ 12222 Merit Drive~ Suite 1360~ 1 (Address) hereinafter called Surety, are held and firmly bound unto -- City of Coppell (Name of Recipient) P..O. Box 478, Coppe11, TX 75019 (Recipient's Address) -- Mi ion Five Hundred Seventy-Two Thousand; hereinafter called OWNER, in the penal sum of Three 11: , Six Hundred Ei~htT-Seven and 90/10Dollars ($3,572,687.90 ) _ 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 by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a -- certain contract with the OWNER dated the I 2 th day of May ,19 9 a a copy of which is hereto attached and made a part hereof for the construction of: PAVING AND DRAINAGE IMPROVEMENTS FOR DENTON-TAP ROAD FROM COTTONWOOD CREEK TO STATE HIGHWAY No. 121 BYPASS -- NOW, THEREFORE, if the Principal 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 accompa. nying the same shall in any way affect its obligation on this BOND, and it does hereby wmve notice of an such change, extension of time, alteration or addition to the terms of the contract or to the WgRK or -- to the SPECIFICATIONS. PROVIDED FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in 6 counterparts. each one of which shall be deemed an original, this the 28 th day of Ma7 ,19 98. lk:]EF::~T: Rebcon, Inc, JZ-Z L/~rinci I) ~~/) R~bert C. B : Sec~:eta~:y (SEAL) 1868 W. Northwest Hwy. (Address) Dallas, TX 75220 .... ' ] ...... Fidelity and Deposit Company of Maryland and ~K~T~9[~.'WITNESS: Colonial American Casualty and Surety Company (Witness as to Surety) "" (Atto'rney in Fact) in rzi Gruthis 8350 Meadow Road, Suite 181 12222 Merit Drive, Suite 1360 Dallas, TX 75231 Dallas~ TX 75251 (Address) (Address) NOTE: Date of BOND must not be prior 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. SECTION MB MAINTENANCE BOND MAINTENANCE BOND THE STATE OF TEXAS } } KNOW ALL MEN BY THESE PRESENTS: .. COUNTY OF DALLAS } Bond No. PRF8129837 -- and Fidelity and Deposit Company of Maryland & Colonial American ~',=~0~yon~ ed U the laws of Maryland. as sureties. do hereby expressly f c acknowledge themselves to be held and bound to pay unto the City o oppe,fL1 a Munici .al Cor oration, Texas, the sum ofOne Million~ Seven Hundred Eighty-Six T~"6"d~'a~'~, T"h"~'ge Hundred [~orty-~P~ree Dollars ' and 90/100 Cents ($ 1,786,343.90 ), forthe payment of which sum will and truly be made unto said City .of Coppell , and its successors. said pdnc!pal and sureties do'hereby bind themselves, their assigns and successors jointly and severally. THiS obligation is conditioned; however, that whereas, the said Reh con. Inc. has this day entered into a written contract with the said' City of CoD~ell to build and construct Paving and Drainage Improvements for Denton-Tap Road from Cottonwood Creek to State Highway No. 121 Bypass, City of Coppell, Texas which contract and the plans and specifications therein mentioned, adopted by the are hereby expressly made a part hereof as though the same were written and embodied herein. WHEREAS. under the plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair the work herein contracted to be done and performed, for a period of two (2) years from the date of the acceptance of said work, and to do all necessary repairs and/or reconstructing in whole or in part of said improvements that should be occasioned by settlement of foundation, defective workmanship or materials furnished in the construction or any part thereof or any of the accessories thereto constructed by the Contractor. It being understood that the purpose of this section is to cover all defective conditions arising by reason of defective material and charge the same against the -- said Contractor, and sureties hereon shall be subject to the liquidation damages mentioned in said contract for each day's failure on its part to comply with the terms of said provisions of said contract. Now, therefore, if the said contractor shall keep and perform its said agreement to maintain said work and keep the same in repair for the said maintenance pedod of two (2) years, as provided, then these presents shall be null and void, and have no further effect, but if default shall be ' made by the said Contractor in the performance of its contract to so maintain and repair said work,' then these presents ' shall have full force and effect, and said City of Coppell shall have and receive from the said Contractor and its principal and sureties damages in the premises, as provided; and it is further agreed that _ this obligation shall be a continuing one against the principal and sureties, hereon, and that successive recoveries may be and had hereon for successive branches until the full amount shall have been exhausted, and it is further understood that the obligation herein to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished or in any manner affected from any cause dudng said time. IN WITNESS WHEREOF, the said Rebcon, Inc. has caused these presents to be executed by Rob e r t C. B.;Lbby - C American re -- the said Fidelit7 and Deposit Company of Maryland & Colonial ~ ~s~' ~z any · to be executed by its Attorney in fact and sai.d Attorney in fact glnora Cruthis , has hereunto set his hand, the 28th day of May ,19 9.8 SURETY: PRINCIPAL: Fidelity and Deposit Company of Maryland & Colonial American Casualty and SureJ~y Company Reb con, Inc. By: By: R '~retary Eln6ra Cruthis, Attorney-in-fact NOTE: Date of Maintenance Bond must not be prior to date of Contract. Power of Attomey "' FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY HOME OFRCES: P.O. BOX 1227, BALTIMORE, MD 21203-1~,2/' ,,, Know ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and thc COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations of the State of Maryland, by W. B. WALBRECHER, Vice-President, and T. E. SMITH, Assistant Secretary, in pursuance of authority granted by Article Vl, Section 2, of the By-Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, does hereby nominate, constitute and appoint Derrell C. Dodson, Sam J. Mullis, ,, Elnora Cruthis, Douglns Moore, Dee Stone, Irma Molina and Luke ,I. Nolan, Jr., all of Dallas, Texas, EACH its true and lawful agent and Attorney-in-Fact, to make, execute, seal and deliver, for, and on its beh as surety, an as its act and deed: any and all bonds and undertakings EXCEPT bonds on behalf of Independent Executors, Community rs and Co Guardians; and the execution of such bonds or undertakings in pursuance offfiese presents, shall be as binding upon said Comp ' fully and , to all intents and purposes, as if they had been duly August, A.D. 1997. ND~'-~ ,_, ATYEST: FIDELITY A IT CO~ OF MARYLAND T. E. Smith ~l~istant See~'''> W. ~. Walb~eeher Vice-President COLONIAL AMERICA~N~ALTY AND SURETY COMPANY T. E. Smith ~t Secretary ~.. ~. Walbrecher Vice-President State of Maryland } ss: ,-- Cotmty of Baltimore On this 251h day of August, A.D. 1997, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came W. B. WALBRECHER, Vice-President and T. E. SMITH, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself depos~th and saith, that they are th~ said offi~'rs of the Companies aforesaid, and that the s~ais affixed to the preceding instrument are the Corporate S~als of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. " IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the COLONIAL AMERICAN CASUALTY ~" AND SURETY COMPANY, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effeCt on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, SeCtion 2, of the respeCtive By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This Power of ARorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of DireCtors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, S~cretary, or Assistant Secretary of the Company, whether made heretofore or hercaRet, wherever appearing upon a ~rtified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effeCt as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this · - 281h dayof l~Iay _T998 .4ssistant Secretary L1428-168-0184 _ NOV-02-99 TUE 09:2! P, ll REBCON, INO FRX N0. 9724448234 ,->'n- ~,¢o I P. 02/02 ~ ,~,,~,~!, .: .,. -.~.,, . ,, 1023,, leafy' 377 Sotrth ; CClMI~ANIEI AFFORDING COVERAGE "eebcon Xnc. 156~ wes~ N~rth~t Highway ..................................................................................................................................:, Dallas, TX 7SZZO TNI$ mS TO ~ItlkT1FY TNAT TWF. POLICIES O~ INSURANCE USTED BELOW HAVE ~EN I~,~UW) TO THE INSURED FIRMliD AIOVE Iq)R THE POLI~Y INDICATED, NO TiNITHBTANOING ANY REQUIRWVI[NT. TERM OR (X)NOrrlON OF ANY C0/TRAGT OR OTNER DOCUMENT WITH RESPECT TO W~ICH THIS CERtiFICATE MAY I~ t~$Um3 OR IV~Y RERTAtml. THE IN~JRANC~. AFFO ROED IIY T$41E ~OUC~.R Dilt~JIIl~tO MERE)N 15 $UIUECT TO ALL TI~ TERMS. " EXCLU~IONI KNO CONOmON8 OF ~UC~ !~UCr~. uM~re &HOWN MAY HAVE !lIEN REOUCEI) IT ~A~) CLANS ~ :: ~W, GENC, WN. LUMM,~rV ~ ~ i PROOUCTS-Cmm~OPAGG s ! ~ owl, IF..,t~ & CC}II'TW, ACT'g~G PMOT ! i ......................................................... :. ...... = i I~t,,HOCCURRENCe · ~ ................. ................................ ....................... , FIR~D/kMAQ~(Ae~',m'e. fal) , :: ..................................................................:, ICHEf~ED AUT.~I ; ( perRmem : i HIRED AUTOI .~QD'II,.Y INJURY' L Ng,,.OWNED AUTO~ PROI~RTY b~ ... :: ; ' eACHAccmmiT "' ""' ..............' ........................ i T~ ~.,. ........................................................................... ..,...=p..,=,.~ ..... ( ' . ..... ,. - ~ ......................................................................... · -- ; :. ............. . ..........................; .......... .......................... le~N~nn~Ond~Ti~m~al~'~l~tt~Mo~~ee~ to SH IZl BypaSS C5T94-01), ~ebcon FAX tg72-444-~234 City Of Coppell )Q __e,vsmmn'~MMO"nCmTOTNmcem~mTmmmuxmmemeaTOl'NE~*"r, AiCtn: Garrls Cambell ' P-0, BOx 478 Ot~mNDIR~NTN~{~mmWW~ITlaIImlORRIPREIENT&TNIIL ,,, ~ THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND ~'~'~(::'~te CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE I DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE ~ 1'~ POLICIES BELO~ DOdSO OMPANIES AFFORDING COVERAGE ~ COMPANY 8350 Meadow Road Suite I 8 I Datla~ Tex~s 7523 I LE~ER St. Paulinsurance C0. '~ 214.369.9600 FA~.363.9269 N COMPA INSURED ~E~ER St. Paul Mercu~ , REBCON, Inc. ~2~NY C 1868 W. Noahwest Highway . I OMPAN E~ER THI~ I~ TO CERTIFY THAT THE POLICIE~ OF INSURANCE LISTED BELOW HAVE BEEN I~SUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NO~ITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THI~ CERTIFICATE MAY BE I~UED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLIOIE~ DESCRIBED HEREIN I~ ~UBJEOT TO ALL THE TERMS, EXOLU~ION~ AND CONDITION~ OF ~UCH POLICIES, LIMIT~ ~HOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ~O ~PE OF INSURANCE POLICY NUMBER POLICY EFFE~IVE ~LICY EXPlRATIO~ LIMI~ LTR DATE (M~DD~ DATE (MM/DDNY) GENERAL LIABILITY GENERAL AGGREGATE S 2,000,00~ A X COmmERCiAL GENERAL LeAB~LI~ KK09101084 2/18/00 2/18/01 PRODUCTS-COMP/OP AGG. s 2,000,000 ~ I C~IMS MADE ~ OCCUR PERSONAL & A~. INJURY OWNERS & CONTRACTORS' PROT. EACH ~CURRENCE S 1,000,00O X Additional Insureds end Waiv~ r of F~R~ DAMAGE (Any one fire) S 50,00~ Subrogation if Required by Contra~ :t. ~ED. EXPENSE (My one ~mon) S ~,00O AUTOMOBILE LIABILI~ COMBINED ~INGLE e X ANY ~TO KK0910 ~ 0~4 2/18/00 : 2/18/01 LIMIT ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (~r pemon) X HIRED AUTOS BODiLy INJURY X NON-OWNED AUTOS (Per a~ident) GARAGE LIABILITY PROPER~ DAMAGE EXCESS LIABILI~ EACH ~CURR~NCE ~ X U~BREL~ FOR~ KK0910 ~ 084 2/18~00 ~18/01 AGGREGATE ~ 10,000,000 OTHER THAN UM~REL~ FORM ~/ / ]: ~~ X [ ~TATUTORY LIMIT~ WORKER'S OOMPENSATION ~ WV~91011~2 ~18/O0 t 2118/0~ ~H ~I~NT & 1,000,000 AND EMPLOYERS' LIABILI~ DISEABE~LICY LIMIT S 1,000,000 DISEASE~OH EMPLOYEE ~ 1,000,000 ~HER DESCRIPTION OF OPERATION~OCATION~EHIOLES/SPEOIAL ITEMS gO: Job ~9809 Denton Tap goad ~e Ci~ of Coppall and C~tex D~elopment Comply are additional insu~ds on gen~l liabili~. ~ SHOULD ANY OF ~E ABOVE DESCRIBED POLIOIE~ BE CANCELLED BEFORE THE P.O. ox 478 ~ LE~ BUT FAILURE TO MAIL ~UCH NOTICE SHALL IMPOSE NO OBLIGATION NOV-04-99 THU 11:14 All REBCON, IN0 FF~× N0. 9724448234 P. 02/02 ............ : ...... rJ~,UE DAT'I=, (MM/'DO/YY) CERTIFICATE OFtNSURANCE ..... c,,t, "° ['l ""' TH2 '~;ERTIRCATE IS 16~UEO A~ A ~Aq'~R' OF INFORMATION~ ONLY ANg CONFER$ NO RIGHI'~ UPON THE CER1FIRCATE HOt,,OER. THI2 DOES NOT AMEND, EXltNI7 OR ALTER THE COVERAGE AFTOROil) BY THE pouc~s Be'LOW.. ......... & C O M P A N Y ~;~MPANY (I]$0 Fhe3dow ~4 SvH:e III {)~tiir,.TeXkql: 1r523~ LFr'TER A b"t REBCON. Inc. ~ C · - 1868 W. Northwest Highway ...... Dallas, Texas 75220 LEYTI=R D tt.'rm, E c. ov~m ............................ · .......... ' ............................................................... THiS I~. TO CERTIFY THAT**rH2 POUCI!~$ 0~;' INSURANCE LIltrED BELCNV HAVE liEN 18SUCH3 TO THE iNSURED NAM~O ABOV~ POR THE POt,iCY IN(;NCATED, NOTIN~TH,~ANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRAC~ OR O'rlqER DOCUMENT ~ RF.S~CT TO WHICH THIS CERT1PICATF MAY BE Ib'BU~D OR k&&Y PEI~TNN, TF41~ rNSURAt4C~? AFIrOP, C)ED !!Y THE Is(Y~JCfE~ D~I:UBED I~ERI~IN 18 S~C'/' ~ ALL ~ --, E~CL,U~|(:)f~9 AN0 ¢~. OF S~H_. P(NJC3eF, J. LIMITS ,%'HOWN MAy ~ AVE BIFFJ~ D BY PAID~J. AIM~,. ~ ...... . .. CO Type OF II~J~ANCE pOucy NUMeEtq L.tR .... ~ (MM~IX)W~ em'E GENmA:,, UABILtl'Y Gli~N~RAL mT~ "' A '~"r.,(;~4MeRCI~,GENERN. LiANLrrv p;v:)DuGn~OPm~a. ; ""' '*"]CUUM~ ~,~O~ ('~']OCCU, KK091 00775 2/18/99 2/'18/00 ...... g! X iANY^u1° KK09100175-t 2/t8/99 2/18/00 .Lerr ......... S 1,000,000 __,~H.~ED AU'TC~ 9(}01k,Y INJURY ' ~G~ UAelLrrY . RELLA ~coFu~ WORKGA'S COMI~ENSal'ION ,_ O~ee-P~JCr,.LN~ s ......... FJAe~OYERS' UAmLITY i gxSmE-f~ SMPtX~ , $ O?HIIER J _ DESCFaI:'rtON OF OFERATIONS/LOCa,THNe,YSmCLESaWF, C~L rmMS Re: Job ~109 ~,, Tap lbxd 0EBTIFICATJ~ HCa. DEB ..................... CANGgLLATN:)N ...................................... ' ........... -- SHOULD ANY C); 'TIq'E ABOVE DE~CRIBt~D POLK31EG ~!E CANCELLED 8aFORE THE EXPIRATION DA'rE THEREOF, THE 198UING COMPANY WtLL ENDEAVOR TO · 30 C..ely ~ C_%~.--- : MAIL __ OAYS WRrl"rEN NOTICE TOTHE CEPffiRCATE HOLDER NAMED TO THE P.O, Box478 LEFT, I~JT FAILURETO M. NL SUCH NOTICE SHALL IMPOS~NQ 0BUGATH3N OFt -- C~, 'rX 7'5019 "' LIABILrrY OF ANY KJNDUPONTHECOMR&.NY, ITS AGENTS OR R'EPRESENTAT1VES, · , ._ _. _. ~,....:.___ - .. : ....... ~:~ .... -_:.__....; .- ...... : ..... . - -. , .. ,_ , NOV-02-99 TUE 09:55 AM REBOON, I NC FAX NO. 9724448234 %'V ~x4 o l P. 02/02 11/02/99 TtT!~ 08:41 I~AZ 214 363 9269 DOD,SOiN-BATg) C TiflCATE :OF' iNSURAnCE:' ............ ...... *--: _ ~IS ~RCATE C~R8 ~ R!~ UP~ ~E ~F~TE *~R. ~ ~F~ Dodson- coeP..,.s AFFo... cOVE.A.; --- ,, . ..... ~ C O M P A N Y ......... C~ ~U~D COMNNY RE'ON, Ira, L~ER C 1868 W, Honest Hi~ .................... coM~ Dallas, Te~ 75~0 c~t ~ 16 ~ CE~ ~AT TH~ POU~ OF INSU~NCE ~1~O INQIC~fD. NQ~AN~ ANY R~IR~NT. ~RM CE~IFI~TE ~Y ~ tMU~ OR ~AY PERTNN, ~E INSU~ E~USJO ITI NS OF S~.e~Eg. LIMITS ~ ~y HA~_~ ~UC~ BY I~~ ~~T~I , ,, , ~NERAL L~BIUTY . ___ ..... ~Y I~gY G~A~ LI~TY ...... ,, , , wOR~R'S l~A~ ; &NO --'- · O~ER ,,' , ,, C~ty otCo~lt and Ce~ ~elo~l~t Com~y s~ addition1 . -. ,* ..... ' ~,. P.O. ~x 478 ' ': Li~, B~ F~ ~ ~L ~ ~T~f S~ IM~E ~ OBU~ OR .. ... .................. : ................. ." ,"". ............. :~ ..... ;':"'. ........... . .. . . _ 00T-28-99 THU Ol :42 PH REBOON, ]NO FFtX NO, 9724448234 P, 02/02 ........ ,.:::.:~ ..L:',..; '.~ ....... .......................... & C O M P A N Y coloNY 2 i 4.3&9,9600 ~AX,)i3.fl&9 COMPANY iNSUReD C~PANY R~BCON, Inc, L~R C 1868 W. No~hw~t Highway Dallas, Texas 75220 ~MPANY COM~NY E Lt~'ER THIS IS 'TO CE~I~ THAT THE ~L1CIES OF INSURANCE LISTED ~EL~ ~V~ EEN I~U~D TO THE INSURED NAMED -A~VE FOR THE ~LtGY PERIOD I~TEL~ NO:~I~tST~DING ~Y.-R/QUIR~T, T~M ~ C~Di~N OF ANY C~TR~ OT~.~MENT~;H RESPE~' TO WHICH THIS · · - GERTt~tCATE MAY BE ISSUED OR MAY PERTAIN. THE ~NSURANCE AFFORDED BY THE POLICIES DESCRIBED HEReIN IS SUBJECT TO ALL THE TERMS, EXGLUSIONS AND CONDIT1ON~ OF S U~ PQL.ICIE~ITS SH~MAY HAVE BeEN REDUCED BY PAID CLAIMS, ........................ ~ G~NERAL LIABILITY ~ GENERAL ~GA~ .. ~A X ~ ; - KK091~775 2118~ 2118t00 ~NED SINGL~ X t~N~ ~UTO KK091 ~775-1 ~18/99 2118100 __~:_ ...... ALL ~ED AUTOS LY I~URV X iMPRED AUTOS ~ILY I~URY , GARAGE L~BILITY .... "' UU A ' M KKO9100775 2118~9 ~18100 s O~ER THAN UMBRELLA FORM ~R~ER'5~M~ENSA~N ' AND EMPLOYE~' LtA81~ SE~E-~H mPLO~E ' ...... OE~Rm. TI~ ~ OPeRATI~ATION~HIGLE~PE~L C~I~ATE:'HOLD~:' ;..: :' '.:. ~,_../..".L ': ' S~ULD ANY OF THE A~E DE~RIBED ~t,IGlE8 E CANCEL~ )~) EXPI~'ION DATE THEREOF. THE ISSUING COMPANY WiLL ENDEA~R TO MAlL ' ' P.O. ) 4~ , ' ~ - . C~ TX 7~19 ON~E~~E~ESEN rATIOS ': :7 ZZCZ "' "-' '" ' THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Dodson-Bateman cow.. & C O M P A N Y COMPANY A 8350 r4eadow Road Suite I 8 I Dallas. Texas 7523 I LE']q'ER St. Paul Insurance Co. 214.369.9600 FAX.363.~/26t/ COMPANY B INSURED LETTER St. Paul Mercury COMPANY C REBCON, Inc. LETTER 1868 W. Northwest Highway COMPANY D Dallas, Texas 75220 LETTER COMPANY E LE'I'FER THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POLICY EFFECTNE POLICY EXPIRATION CO TYPE OF INSURANCE POLICY NUMBER LIMITS LTR DATE (MM/DD/YY) DATE (MM/DD/YY) GENERAL LIABILITY GENERAL AGGREGATE $ 2,000,000 A X COMMERCIAL GENERAL L~AB~UTY KK09100775 2/18199 2/18/00 PRODUCTS-COMP/OP AGG. $ 2,000,000 ~ ]CLA,MS MADE ['~OCCUR .ERSONAL. A~ ,NJURY ~ 1,000,000 OWNERS & CONTRACTORS' PROT. EACH OCCURRENCE $ 1,000,000 X Additional InsurealE and Waive of FIRE DAMAGE (Any one fire) $ 50,000 Subrogation if Required byC,(mtra( t. MED. EXPENSE IAn). one persont $ 5,000 AUTOMOBILE LIABILITY COMBINED SINGLE B X ANY AUTO KK09100775-1 2/18/99 2/18/00 UM~T S 1,000,000 ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ X HIRED AUTOS BODILY INJURY X NON-OWNED AUTOS (Per accident) $ GARAGE LIABILITY PROPERTY DAMAGE $ EXCESS LIABILITY EACH OCCURRENCE $ 10,000,000 A OTHER THAN UMBRELLA AGGREGATE $ X UMBREtL~FO.M KK09100775 2/18/99 2/18/00 10,000,000 FO.M ~~ WORKER'S COMPENSATION ]STATUTORY LIMITS ~ AND EACH ACCIDENT $ EMPLOYERS' LIABILITY DISEASE'POLICY LIMIT $ DISEASE-EACH EMPLOYEE $ OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS Re: lob #9809 Demon Tap l~oad Certiticate holder is additional insured on 8¢fwral li,,bility. E ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE · ~i~ EXPIReION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO Attn ~ ~ ~ LIABILITY OF ANY KIND UPONTHE COMPANY, ITS AGENTS OR REPRESENTATIVES. : i~~ AUTHORIZED REPRESENTATIVE ~~~~"/~ . PRODUCER THIS CERTIRCATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIRCATE Frank Siddons Ins. A_~, Inc HOLDER. THIS CERTIRCATE DOES NOT AMEND, EXTEND OR 701 Braze ~tin Centre)tgO0 ALTER THE COVERAGE AFFORDED BY THE POUCIES BELOW. P 0 Box 21 COMPANIES AFFORDING COVERAGE Austin TX 78768 COMPANY A TEXAS BUILDERS INSURANCE INSURED ,,~ COMPANY Rebcon Inc~ B 1868 West Northwest Highway COMPANY 7 C COMPANY D I E THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN SSU D TO THE INSURED NAMED ABOVE FOR THE POUOY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN iS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY NAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POUCY NUMBER POLICY EFFECTIVE ~ EXPIRATION LTR DATE (MM/1)D/YY) DATE (MM/DD/YY) UMIT8 GENERAL LIABILITY GENERAL AGGREGATE $ COMMERCIAL GENERAL LIABILITY PRODUCTS - COMp/Op AGG $ i I ,Ms MADE FI occu. PE.so. L. ADv ,NJu.Y OWNER'S & CONTRACTOR'S PROT EACH OCCURRENCE $ FIRE DAMAGE (Any one tim)iS MED EXP (Any one person) AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ ANY AUTO ALL OWNED AUTOS BODILY {N jURy SCHEDULED AUTOS (Per IDeson) $ HIRED AUTOS BODiLy INJURY __ NON-OWNED AUTOS (Per acdd,mt) L , PROPERTY DAMAGE GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE iS )UMBRELLAFORM AGGREGATE iS OTHER THAN UMBRELLA FORM $ AND x I I EMPLOYERS' LIABILITY W02280 02/15/g8 02/18/99 ELEACHACOIDENT $ 1,O00,O00 A THE PROPRIETOR/ R ~NXcLc'L EL DISEASE - POLICY LIMIT $ 1,000,000 PARTNERS/EXECUTWE OFFICERS ARE: EL DISEASE - EA EMPLOYEE i $ 1,000, OOO OTHER SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE ~ of Coppell EXPIRATION DATE THEREOF, THE ISSUING COMPANY WiLL ENDEAVOR TO MAIL Atb Ken Gdffin . : hbth M, 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Ooppell TX 75019 i THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE Dodson-Bateman DoEs ,OT AME.D. E E,D O. ALTE, T.E CO E,AGE AFFO,DED POLICIES BELOW. & Company co, PAN,Es AFFO.D,NG COVE. GE Bonds & Insurance COMPANY 8350 Meadow Road · Suite 181 · Dallas, Texas 75231 LETTER A St. Paul Insurance Company COMPANY LETTER B St. Paul Mercury INSURED COMPANY REBCON, INC. LETTER 1868 W. Northwest Highway COMPANY Dallas, Texas 75220 LETTER D COMPANY LETTER E THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POLICY EFFECTIVE POLICY EXPIRATION CO TYPE OF INSURANCE POLICY NUMBER LIMITS ,TR DATE (MM/DD/YY) DATE (MM/DD/YY) A GENERAL LIABILITY KK09100575 2/18/98 2/18/99 GENERAL AGGREGATE $ ~ COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGG. $ 2 · 000 · 000 e~G tCLAIMS MADE ~'~3OCCUR. PERSONAL & ADV. INJURY $ 1, O00 · 000 OWNER'S &CONTRACTORS' PROT. EACH OCCURRENCE $ 1 t 0001000 X Additional insure, [sand waiver of FIRE DAMAGE (Any one fire) $ 5OTO00 subroaatlon if reaui ,ed bv contract MED. EXPENSE (Any one person) $ 5t000 B AUTOMOBILE LIABILITY KK09100575-1 2/18/98 2/18/99 COMBINED SINGLE $ X ANY AUTO LIMIT 1 r 000 · OO0 ALL OWNED AUTOS BODILy INJURY $ SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) GARAGE LIABILITY pROpERTy DAMAGE $ i A EXCESS LIABILITY KK09100575 2/18/98 2/18/99 EACH OCCURRENCE $ 5,000,000 ~ IuMBREL~ FORM AGGREGATE,~ ..~ ~,-0.~}. el00 I STATUTORY L,M,TS WORKER'S COMPENSATION EACH ACCIDENT $ AND DiSEASE_pOLiCy LIMIT $ EMPLOYERS' LIABILITY · DISEASE--EACH EMPLOYEE $ OTHER · DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS Re: Denton Tap Road, Coppel 1, TX · City of Coppell is additional insured on general liability policy. city o~' cop~ll !~i~=~ E×~,RAT,oN DA~E ~HEREOF. ~.E .SSU,NG COMPANY ~,LL ENDEAVOR TO P. O. Box 478 i~: MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE - Coppell, TX 75019 LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR .. CERTIFICATE: PRODUCER THIS CERTIRCATE IS ISSUED AS A MAER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIRCATE Frank Siddons Ins. Agency, Inc HOLDER. THIS CERTIRCATE DOES NOT AMEND, EXTEND OR 701 Brazos A~sti Centm~fg(X) ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P O Box 21 n COMPANIES AFFORDING COVERAGE Austin TX 78768 COMPANY A TEXAS BUILDERS INSURANCE INSURED COMPANY Rebcon Inc. B COMPANY 1868 West Nodhwest Highway C Dallas TX 75220 COMPANY D THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDrrlON OF ANY CONTRACT OR OTHER DOCUMENT V~TH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES 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 INSURANC~ POUCY NUMBER POLICY EFFECI1VE POLICY EX~qI1ATION UMII'8 LTR DAI'E (MM/DD/YY) DA'I~ {MMIDD/YY) GENERAL LIABILITY GENERAL AGGREGATE $ COMMERCIAL GENERAL LIABILITY PRODUCTS * COMp/Op AGG $ OWNER'S & CONTRACI'OR<J PROT EACH OCCURRENCE $ FIRE DAMAGE (Any one tim) $ MED EXP (Any one person] $ AUTOMOBILE LIABILrrY COMBINED SINGE UMIT $ ANY AUTO ALL OWNED AUTOS BODiLy INJURY $ SCHEDUIFD AUTOS (Per person) HIRED AUTOS BODILy INJURY $ NON-OWNED AUTOS {Per accidenl) PROPERTY DAMAGE $ GARAGE LIABIL[I'Y AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILrrY EACH OCCURRENCE $ IUMBRELLA FORM AGGREGATE $ OTHER THAN UMBRELLA FORM $ ^.o x I EMPLOYERS" LIABILITY WC2280 02/15/98 02/18/99 EL EACH ACCIDENT $ 1,000,D00 A THE PROPRIETOR/ I~ IEXI~CL EL DISEASE * POUCY UMIT $ 1,000,000 PARTNERS/EXECUTIVE OFFERS ARE: .' EL DISEASE - EA EMPLOYEE $ 1,000,00D OTHER ., ;.,~, . , - , .. r e SHOULD ANY OF THE ABOVE DESCRIED POUCAES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL City of Coppell .* ellil~lJl M. Griffin 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Atth K Coppell TX 75019 The Board of Directors of Rebcon, Inc., hereby authorizes the Officers of Rebcon, Inc., to execute contracts on the behalf of Rebcon, Inc. These Officers are R. E. Burgett, President, G. S. Krieg, Vice President, and Robert C. Bibby, Secretary/Treasurer. ROBERT C. BIBBY / State of Texas County of Dallas Before me, a notary public, on this day personally appeared R. E. Burgett, G.S. Krieg, and Robert C. Bibby, known to me to be the persons whose names are subscribed to the foregoing document and, being by me first duly sworn, declared that the statements therein contained are true and correct. Given under my hand and seal of office this 20th day of October, 1992. Teresa , NOTARY PUBLIC J 60,C rnm x . - . 'F F F F F SECTION GO r"' GENERAL CONDITIONS ' GENERAL CONDITIONS OF THE " ' CONSTRUCTION .CONTRACT I- _ Prepared by Engineers Joint Contract Documents Committee ' and Issued and Published Jointly By ,,__ SOC~(TY Or ~ 1852 --. PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE' A practice division of the NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS AMERICAN CONSULTING ENGINEERS COUNCIL AMERICAN SOCIETY OF CIVIL ENGINEERS CONSTRUCTION SPECIFICATIONS INSTITUTE This document has been approved and endorsed by . The Associated Ge tractors of America © 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 471h Street, New York, NY 10017 Construction Specifications Institute 601 Madison St., Alexandria, VA 22314 EJCDC No. 1910-8 (1990 Reprinted 5/91 TABLE OF CONTENTS OF GENERAL CONDITIONS Article or Paragraph Page Article or Paragraph Page ~- Number & Title Number Number & Title Number i. DEFINITIONS ................................... 13 2.5-2.7 Before Starting Construction; I. I Addenda ............................. 13 CONTRACTOR's Responsibility to 1.2 Agreement ........................... 13 Report: Preliminary Schedules; " i .3 Application for Payment .............. 13 Delivery of Certificates of !.4 Asbestos ............................. 13 Insurance .......................... 15 1.5 Bid ................................... 13 2.8 Preconstruction Conference ........... 15 ,,., !.6 Bidding Documents ................... 13 2.9 Initially Acceptable Schedules ......... 16 1.7 Bidding Requirements ................ 13 !.8 Bonds ................................ 13 3. CONTRACT DOCUMENTS: INTENT, !.9 Change Order ........................ 13 AMENDING, REUSE ............................ 16 · -- 1.10 Contract Documents .................. 13 3.l-3.2 Intent ................................ 16 I. i! Contract Price ........................ 13 3.3 Reference to Standards and I. ! 2 Contract Times ....................... 13 Specifications of Technical Societies; I. i 3 CONTRACTOR ...................... ! 3 Reporting and Resolving · ' 1.14 defective ............................. 13 Discrepancies ...................... 16 !.15 Drawings ............................. 13 3.4 Intent of Certain Terms or Adjectives .. 17 1.16 Effective Date of the Agreement ...... 13 3.5 Amending Contract Documents ....... 17 i.17 ENGINEER .......................... 13 3.6 Supplementing Contract Documents ... 17 "' 1.18 ENGINEER's Consultant ............. 13 3.7 Rcuse of Documents .................. 17 1.19 Field Order ........................... 13 !.20 General Requirements ................ 14 4. AVAILABILITY OF LANDS; SUBSURFACE AND ,,, 1.21 Hazardous Waste ..................... 14 PHYSICALCONDITIONS;REFERENCEPOINTS. 17 4. I Availability of Lands .................. ! 7 1.22 Laws and Regulations; Laws or 4.2 Subsurface and Physical Conditions ... 17 Regulations ........................ 14 4.2.1 Reports and Drawings ................ 17 1.23 Liens ................................. 14 4.2.2 Limited Reliance by CONTRACTOR '-' 1.24 Milestone ............................. 14 i.25 Notice of Award ...................... 14 Authorized; Technical Data ......... 18 4.2.3 Notice of Differing Subsurface or 1.26 Notice to Proceed .................... 14 1.27 OWNER ............................. 14 Physical Conditions ................. 18 4.2.4 ENGINEER's Review ................ 18 m- 1.28 Partial Utilization ..................... 14 4.2.5 Possible Contract Documents Change . 18 1.29 PCBs ................................. 14 4.2.6 Possible Price and Times Adjustments . 18 1.30 Petroleum ............................ 14 4.3 Physical Conditions--Underground ,,, 1.31 Project ............................... 14 Facilities ........................... 18 ! .32 Radioactive Material .................. 14 4.3.1 Shown or Indicated ................... 18 1.33 Resident Project Representative ....... 14 4.3.2 Not Shown or Indicated .............. 19 1.34 Samples .............................. 14 4.4 Reference Points ...................... 19 · - !.35 Shop Drawings ....................... 14 4.5 Asbestos, PCBs, Petroleum, Hazardous 1.36 Specifications ......................... 14 Waste or Radioactive Material ...... 19 1.37 Subcontractor ........................ 14 ! .38 Substantial Completion ............... 14 5. BONDS AND INSURANCE ..................... 20 "' 1.39 Supplementary Conditions ............ 14 1.4(} Supplier .............................. 14 5. !-5.2 Performance, Payment and Other Bonds. 20 1.41 Underground Facilities ................ 14 5.3 Licensed Sureties and Insurers; 1.42 Unit Price Work ...................... 14 Certificates of Insurance ............ 20 1.43 Work ................................. 15 5.4 CONTRACTOR's Liability Insurance . 20 !.44 Work Change Directive ............... 15 5.5 OWNER's Liability Insurance ........ 21 5.6 Property Insurance ................... 21 !.45 Written Amendment .................. 15 5.7 Boiler and Machinery or Additional 2. PRELIMINARY MA'ITERS ...................... 15 Property Insurance ................. 21 2.1 Delivery of Bonds .................... 15 5.8 Notice of Cancellation Provisions ..... 21 2.2 Copies of Documents ................. 15 5.9 CONTRACTOR's Responsibility for ,, 2.3 Commencement of Contract Times; Deductible Amounts ................ 22 Notice to Proceed .................. 15 5.10 Other Special Insurance ............... 22 2.4 Starting the Work ..................... 15 5. I I Waiver of Rights ...................... 22 ! Article or Paragraph Page Article or Paragraph Page. Number &Title Number Number &Title Number 5.12-5.13 Receipt and Application of Insurance 8.6 Change Orders ....................... 29 Proceeds ........................... 22 8.7 Inspections, Tests and Approvals ...... 29 5.14 Acceptance of Bonds and Insurance; 8.8 Stop or Suspend Work; Terminate ,,, Option to Replace ................. 22 CONTRACTOR's Services ......... 29 5.15 Partial UtilizationProperty 8.9 Limitations on OWNER's Insurance .......................... 23 Responsibilities ..................... 30 8.10 Asbestos, PCBs, Petroleum, Hazardous ,-- 6. CONTRACTOR'S RESPONSIBILITIES .......... 23 Waste or Radioactive Material ...... 30 6. !.6.2 Supervision and Superintendence ...... 23 8. I I Evidence of Financial Arrangements .. 30 6.3-6.5 Labor, Materials and Equipment ...... 23 9. ENGINEER'S STATUS DURING 6.6 Progress Schedule .................... 23 CONSTRUCTION ............................... 30 6.7 Substitutes and "Or-Equal" Items; 9.1 OWNER's Representative ............ 30 CONTRACTOR's Expense; 9.2 Visits to Site .......................... 30 Substitute Construction Methods or Procedures; 9.3 Project Representative ................ 30 " ENGINEER's Evaluation .......... 23 9.4 Clarifications and Interpretations ...... 30 9.5 Authorized Variations in Work ........ 30 6.8-6. I I Concerning Subcontractors, Suppliers 9.6 Rejecting Defective Work ............. 30 and Others; Waiver of Rights ....... 24 9.7-9.9 Shop Drawings, Change Orders and " 6.12 Patent Fees and Royalties ............. 25 6.13 Permits ............................... 25 Payments .......................... 31 9.10 Determinations for Unit Prices ........ 31 6.14 Laws and Regulations ................ 25 6.15 Taxes ................................ 9..5 9.11-9.12 Decisions on Disputes; ENGINEER as ,., Initial Interpreter ................... 31 6.16 Use of Premises ...................... 26 9.13 Limitations on ENGINEER's 6.17 Site Cleanliness ....................... 26 6.18 Safe Structural Loading ............... 26 Authority and Responsibilities ...... 31 6.19 Record Documents ................... 26 10. CHANGES IN THE WORK ..................... 32 6.20 Safety and Protection -. ................ 26 6.21 Safety Representative ................. 26 10.1 OWNER Ordered Change ............ 32 6.22 Hazard Communication Programs ..... 27 10.2 Claim for Adjustment ................. 32 6.23 Emergencies .......................... 27 10.3 Work Not Required by Contract "' 6.24 Shop Drawings and Samples .......... 27 Documents ......................... 32 6.25 Submittal Procedures; 10.4 Change Orders CONTRACTOR's Review Prior to 10.5 Notification of Surety ................. 32 .., Shop Drawing or Sample Submittal . 27 11. CHANGE OF CONTRACT PRICE .............. 32 6.26 Shop Drawing &Sample Submittals 11.1-11.3 Contract Price; Claim for Adjustment; Review by ENGINEER ............ 27 Value of the Work .................. 32 6.27 Responsibility for Variation From I ! .4 Cost of the Work ..................... 33 Contract Documents ................ 27 11.5 Exclusions to Cost of the Work ....... 34 6.28 Related Work Performed Prior to 11.6 CONTRACTOR's Fee ................ 34 ENGINEER's Review and Approval i 1.7 Cost Records ......................... 34 - ,., of Required Submittals ............. 27 I 1.8 Cash Allowances ..................... 35 6.29 Continuing the Work .................. 28 I i.9 Unit Price Work ...................... 35 6.30 CONTRACTOR's General Warranty and Guarantee ............ 9.7.8 12. CHANGE OF CONTRACT TIMES .............. 35 6.31-6.33 Indemnification ....................... 28 12. I Claim for Adjustment ................. 35 6.34 Survival of Obligations ................ 28 12.2 Time of the Essence .................. 35 12.3 Delays Beyond CONTRACTOR's 7. OTHER WORK .................................. 29 Control ............................ 35 7.1-7.3 Related Work at Site .................. 29 12.4 Delays Beyond OWNER's and 7.4 Coordination CONTRACTOR's Control .......... 35 8. OWNER'S RESPONSIBILITIES ................. 29 8.1 Communications to Contractor ........ 29 13. TESTS AND INSPECTIONS; CORRECTION, 8.2 Replacement of ENGINEER .......... 29 REMOVAL OR ACCEPTANCE OF DEFECTIVE 8.3 Furnish Data and Pay Promptly When WORK .......................................... 36 Due ................................ 29 13. ! Notice of Defects ..................... 36 '-- 8.4 Lands and Easements; Reports and 13.2 Access to the Work ................... 36 Tests ............................... 29 13.3 Tests and Inspections; Contractor's 8.5 Insurance ............................. 29 Cooperation ........................ 36 2 Article or Paragraph Page Article or Paragraph Page "'" Number & Title Number Number & Title Number 13.4 OWNER's Responsibilities; 14.12 Final Application for Payment ......... 40 Independent Testing Laboratory .... 36 14.13-14.14 Final Payment and Acceptance ........ 40 13.5 CONTRACTOR's Responsibilities ..... 36 14.15 Waiver of Claims ..................... 40 13.6-13.7 CoveringWork Prior to Inspection, 15. SUSPENSION OF WORK AND Testing or Approval ................ 36 TERMINATION ................................ 40 13.8-13.9 Uncovering Work at ENGINEER's ,- Request ............................ 36 15. I OWNER May Suspend Work ......... 40 13.10 OWNER May Stop the Work ......... 36 15,2-15.4 OWNER May Tcrrninatc .............. 40 13.11 Correction or Removal of Defective 15.5 CONTRACTOR May Stop Work or Terminate .......................... 41 Work ............................... 37 · " 13.12 Correction Period ..................... 13.13 Acceptance of Defective Work ........ 37 16. DISPUTE RESOLUTION ....................... 41 13.14 OWNER May Correct Defective Work ............................... 37 17. MISCELLANEOUS ............................. 42 "' ! 7.1 Giving Notice ........................ 42 17.2 Computation of Times ................ 42 14. PAYMENTS TO CONTRACTOR AND 17.3 Notice of Cla/m ....................... 42 COMPLETION ................................. 37 17.4 Cumulative Remedies ................. 42 14.1 Schedule of Values .................... 37 17.5 Professional Fees and Court Costs 14.2 Application for Progress Payment ..... 38 Included ............................ ~42 14.3 CONTRACTOR's Warranty of Title ... 38 ,,,, 14.4-14.7 Review of Applications for EXHIBIT GC-A (Optional): Progress Payments ................. 38 Dispute Resolution Agreement (Optional) ..... GC-AI 14.8-14.9 Substantial Completion ............... 39 16.1-16.6 Arbitration .................... GC-AI 14.10 Partial Utilization ..................... 39 16.7 Mediation ..................... GC-A2 · "' 14. I 1 Final Inspection ...................... 39 3 INDEX TO GENERAL CONDITIONS Article or Paragraph Article or Paragraph Nu,tber Nt~,tber Acceptance of-- Bidding Documents-definition of ................ !.6 ~6.8.2) Bonds and Insurance ................................5.14 Bidding Requirements-d-definitions of ...... 1.7 (i. I. 4.2.6.2) defective Work ....................... 10.4.1, 13.13, 13.15 Bonds-- final payment ................................. 9.12. 14.15 acceptance of .......................................5.14 insurance ...........................................5.14 additional bonds ............................ 10.5, 1 i.4.5.9 "~ other Work, by CONTRACTOR ...................... 7.3 Cost of the Work ..................................I 1.5.4 Substitutes and "Or-Equal" Items ..................6.7. I definition of ..........................................1.8 Work by OWNER ........................ 2.5, 6.30, 6.34 delivery of ...................................... 2.1, 5.1 Access to the-- final application for payment ................. 14. i 2-14.14 Lands, OWNER and CONTRACTOR general ............... 1.10, 5.1-5.3, 5.13, 9.13,10.5, 14.7.6 responsibilities .....................................4. I performance, Payment and Other ................. 5. !-5.2 site, related work ....................................7.2 Bonds and Insurance--in general ......................... 5 Work ................................... 13.2, 13.14, 14.9 Builder's risk "all risk" policy form ................... 5.6.2 Acts or Omissions--, Acts and Omissions- Cancellation Provisions, Insurance ........ 5.4. I I., 5.8, 5.15 CONTRACTOR ............................ 6.9. I, 9.13.3 Cash Allowances ...................................... 11.8 ,,~ ENGINEER ................................ 6.20, 9.13.3 Certificate of Substantial Completion ......... 1.38, 6.30.2.3, OWNER ....................................... 6.20, 8.9 14.8, 14.10 Addenda--definition of (also see Certificates of Inspection ................ 9.13.4, ! 3.5, 14. i 2 Certificates of Insurance .. 2.7, 5.3, 5.4.1 I, 5.4.13, 5.6.5, 5.8, "" definition of Specifications) ........... (1.6, 1.10, 6.19) I.I Additional Property Insurances .........................5.7 .......................................5.14, 9.13.4, 14.12 Adjustments Change in Contract Price-- Cash Allowances ...................................I !.8 Contract Price or Contract claim for price adjustment ..... 4.1, 4.2.6, 4.5, 5.15, 6.8.2, Times ......... !.5, 3.5, 4.1,4.3.2, 4.5.2, 4.5.3, 9.4, 9.5, 9.4, 9.5, 9.11, 10.2, 10.5, il.2, 13.9, I0.2-10.4, il, 12, 14.8, 15.1 13.13, 13.14, 15.1, 15.5 progress schedule ....................................6.6 CONTRACTOR's fee ...............................11.6 Agreement-- Cost of the Work definition of ..........................................1.2 general ......................................11.4-11.7 All risk Insurance, policy form ........................ 5.6.2 Exclusions to .......................................I 1.5 Allowances, Cash ..................................... 11.8 Cost Records .......................................I 1.7 ,-~ Amending Contract Documents ......................... 3.5 in general .............. 1.19, 1.44, 9.11, 10.4.2, 10.4.3, I! Amendment, Written--- Lump Sum Pricing ................................ 11.3.2 in general .... I. 10, 1.45, 3.5, 5.10, 5.12, 6.6.2, 6.8.2, 6.19, Notification of Surety ............................... 10.5 10.1, 10.4, 11.2, 12.1, 13.12.2, 14.7.2 Scope of 10.3-10.4 Appeal, OWNER or CONTRACTOR Testing and Inspection, Uncovering the Work ........ 13.9 intent to ...................... 9.10, 9.1 i, 10.4, 16.2, 16.5 Unit Price Work .................................... i!.9 Application for Payment-- Value of Work ...................................... 1 !.3 definition of .......................................... 1.3 Change in Contract Times-- ENGINEER's Responsibility ......................... 9.9 Claim for times adjustment .... 4.1, 4.2.6, 4.5, 5.15, 6.8.2, final payment .................. 9.13.4, 9.13.5, 14.12-14.15 9.4, 9.5, 9.11, 10.2, 10.5, 12.1, 13.9, 13.13, in general ....................... 2.8, 2.9, 5.6.4, 9.10, 15.5 13.14, 14.7, 15.1, 15.5 "~ progress payment .............................. 14.1, 14.7 Contractual time limits .............................. 12.2 review of ...................................... 14.4-14.7 Delays beyond CONTRACTOR's control ............ 12.3 Arbitration(Optional) ............................. 16.1-16.6 Delays beyond OWN ER's and CONTRACTOR's con- Asbestos-- trol ............................................... 12.4 claims pursuant thereto ....................... 4.5.2, 4.5.3 Notification of surety ............................... 10.5 CONTRACTOR authorized to stop Work ........... 4.5.2 Scope of change ............................... 10.3-10.4 definition of .......................................... 1.4 Change Orders- OWN E R responsibility for .................... 4.5. I, 8.10 Acceptance of Defective Work ..................... 13.13 possible price and times change ..................... 4.5.2 Amending Contract Documents ...................... 3.5 Authorized Variations in Work ........... 3.6, 6.25, 6.27, 9.5 Cash Allowances ................................... 11.8 Availability of Lands ............................... 4. i, 8.4 Change of Contract Price ............................. I I "~ Award, Notice of-defined ............................ 1.25 Change of Contract Times ............................ 12 Before Starting Construction ........................ 2.5-2.8 Changes in the Work .................................. 10 Bid--definition of ......................................1.5 CONTRACTOR's fee ............................... 11.6 (1.1, I. 10, 2.3, 3.3, 4.2.6.4, 6.13, ! 1.4.3, I 1.9.1 ) Cost of the Work ............................... I 1.4-I 1.7 4 Article or Paragraph Article or Paragraph Number Number Cost Records .......................................11.7 general .................................... 6.2, 6.9.2, 8.1 definition of ..........................................1.9 Hazard Communication Programs ................... 6.22 emergencies ........................................6.23 Completio~ .. ENGINEER's responsibility ......... 9.8, 10.4, i:1.2, 12.1 Final Application for Payment ...................... 14.12 i execution of 10.4 Final Inspection 14. i I Indemnification ..................... 6.12, 6.16, 6.31, 6.33 Final Payment and Acceptance ............... 14.13-14.14 Insurance, Bonds and ................... 5.10, 5.13, 10.5 Partial Utilization ..................................14.10 · - OWNER may terminate ........................15.2-15.4 Substantial Completion ................... 1.38, 14.8-14.9 OWNER's Responsibility .......................8.6, 10.4 Waiver of Claims .................................. 14.15 Physical Conditions-- Computation of Times ......................... 17.2. I-I 7.2.2 Subsurface and ......................................4.2 Concerning Subcontractors, "" Underground Facilities ...........................4.3.2 Suppliers and Others ............................ 6.8-6. I! Record Documents .................................6.19 Conferences-- Scope of Change ...............................10.3-10.4 initially acceptable schedules .........................2.9 ,.. Substitutes ...................................6.7.3, 6.8.2 preconstruction ......................................2.8 Unit Price Work ....................................11.9 Conflict, Error, Ambiguity, Discrepancy-- value of Work, covered by ..........................11.3 CONTRACTOR to Report ..................... 2.5, 3.3.2 Changes in the Work .................................... 10 Construction, before starting by CONTRACTOR .... 2.5-2.7 ,-. Notification of surety ............................... 10.5 Construction Machinery, Equipment, etc ................ 6.4 OWNER's and CONTRACTOR's responsibilities .... 10.4 Continuing the Work ............................. 6.29, 10.4 Right to an adjustment .............................. 10.2 Contract Documents-- Scope of change ............................... 10.3-10.4 Amending ........................................... 3.5 "' Claims-- Bonds ............................................... 5.1 against CONTRACTOR ............................. 6.16 Cash Allowances ................................... 11.8 against ENG1NEER ................................ 6.32 Change of Contract Price ............................. I I .- against OWNER .................................... 6.32 Change of Contract Times ............................ 12 Change of Contract Price ....................... 9.4, 11.2 Changes in the Work ........................... 10.4-10.5 Change of Contract Times ...................... 9.4, 12.1 check and verify ..................................... 2.5 CONTRACTOR's 4, 7. I, 9.4, 9.5, 9. I I, 10.2, I 1.2, I 1.9, Clarifications and Interpretations ....... 3.2, 3.6, 9.4, 9. I 1 ,,- 12.1, 14.8, 15.1, 15.5, 17.3 definition of ........................................1.10 ! CONTRACTOR's Fee .............................. !1.6 ENGINEER as initial interpreter of ................. 9. I I CONTRACTOR's liability ............ 5.4, 6.12, 6.16, 6.31 ENGINEER as OWNER's representative ............ 9.1 Cost of the Work ..............................11.4, ! 1.5 general ................................................3 "" Decisions on Disputes .........................9.1 I, 9.12 Insurance ............................................5.3 Dispute Resolution ..................................16. I Intent ............................................3. I-3.4 Dispute Resolution Agreement ..................16.1-16.6 minor variations in the Work .........................3.6 ENGINEER as initial interpretor ....................9.11 OWNER's responsibility to furnish data ..............8.3 ! Lump Sum Pricing ................................11.3.2 OWNER's responsibility to make Notice of ...........................................17.3 prompt payment ....................... 8.3, 14.4, 14.13 OWNER's ........... 9.4, 9.5, 9.1 I, 10.2, 11.2, 11.9, 12.1, precedence .................................... 3.1, 3.3.3 ,_ 13.9, 13.13, 13.14, 17.3 Record Documents ................................. 6.19 OWNER's liability ...................................5.5 Reference to Standards and Specifications OWNER may refuse to make payment .............. 14.7 of Technical Societies ..............................3.3 Professional Fccs and Court Costs Included .......... 17.5 Related Work ........................................7.2 ,-' request for formal decision on .......................9. i I Reporting and Resolving Discrepancies ........... 2.5, 3.3 Substitute items .................................. 6.7.1.2 Reuse of .............................................3.7 Time Extension ..................................... 12.1 Supplementing .......................................3.6 Time requirements ............................ 9.11, 12.1 Termination of ENGINEER's Employment ........... 8.2 "' Unit Price Work .................................. 11.9.3 Unit Price Work ....................................1 ! .9 Value of ............................................ 11.3 variations .................................. 3.6, 6.23, 6.27 Waiver of--on Final Payment ................ 14.14, 14.15 Visits to Site, ENGINEER's .........................9.2 .... Work Change Directive ............................. 10.2 Contract Price-- written notice required ................... 9.1 I, I 1.2, 12.1 adjustment of ................ 3.5, 4. I, 9.4, 10.3, I 1.2-1 ! .3 Clarifications and Interpretations ............ 3.6.3, 9.4, 9. I I Change of ............................................I 1 Clean Site ............................................6.17 Decision on Disputes ...............................9. !1 '"' Codes of Technical Society, Organization or definition of ........................................1. I 1 Association ...................................... 3.3.3 Contract Times-- Commencement of Contract Times .....................2.3 adjustment of ...................... 3.5, 4.1, 9.4, 10.3, 12 " Communications- Change of ......................................12.1 - 12.4 5 ~') Article or Paragraph Article or Paragraph Number Number Commencement of ...................................2.3 Far Acts and Omissions of Others ..... 6.9. !-6.9.2.9.13 definition of ........................................I. 12 for deductible amounts, insurance ..................5.9 CONTRACTOR-- ; general .................................6, 7.2, 7.3.8.9 Acceptance of Insurance ............................ 5.14 Hazardous Communication Programs ............. 6.22 "~ ',l Limited Reliance on Technical Data Authorized ..... 4.2.2 Indemnification .............................. 6.31-6.33 Communications ............................... 6.2, 6.9.2 Labor, Materials and Equipment ................ 6.3-6.5 Continue Work ................................ 6.29, 10.4 Laws and Regulations ............................ 6.14 "~ coordination and scheduling ......................... 6.9.2 Liability Insurance ................................. 5.4 definition of ........................................ I. 13 Notice of variation from Contract Documents ..... 6.27 May Stop Work or Terminate ....................... 15.5 Patent Fees and Royalties ......................... 6.12 provide site access to others .................... 7.2, 13.2 Permits ........................................... 6.13 ~ I Safety and Protection ....... 4.3.1.2, 6.16, 6.18, 6.21-6.23, Progress Schedule ................................. 6.6 7.2, 13.2 Record Documents ............................... 6.19 Shop Drawing and Sample Review Prior to Submittal. 6.25 related Work performed prior to ENG1NEER's Stop Work requirements ........................... 4.5.2 approval of required submittals ................. 6.28 CONTRACTOR's-- safe structural loading ............................ 6.18 Compensation .................................. 1 !.1-1 !.2 Safety and Protection ................... 6.20, 7.2, 13.2 I Continuing Obligation ..............................14.15 Safety Representative .............................6.21 -,, Defective Work .......................... 9.6, 13.10-13.14 Scheduling the Work .............................6.9.2 Duty to correct defective Work .....................13.1 i Shop Drawings and Samples ......................6.24 Duty to Report-- Shop Drawings and Samples Review Changes in the Work caused by by ENGINEER ................................ 6.26 "~ Emergency .......................................6.23 Site Cleanliness ...................................6.17 Defects in Work of Others .........................7.3 Submittal Procedures .............................6.25 [I Differing conditions ..............................4.2.3 Substitute Construction Methods and m,.il Discrepancy in Documents ........... 2.5, 3.3.2, 6, 14.2 Procedures .................................... 6.7.2 Underground Facilities not indicated ..............4.3.2 Substitutes and "Or-Equal" Items ................ 6.7. ! Emergencies ........................................6.23 Superintendence ................................... 6.2 Equipment and Machinery Rental, Cost Supervision ........................................ 6.1 of the Work ...................................11.4.5.3 Sun'ival of Obligations ............................ 6.34 ' Fee--Cost-Plus ..................... ! 1.4.5.6, I 1.5. !, 11.6 Taxes ............................................ 6.15 General Warranty and Guarantee ....................6.30 Tests and Inspections ............................. 13.5 Hazard Communication Programs ...................6.22 To Report ......................................... 2.5 "" Indemnification ...................... 6. i 2, 6.16, 6.31-6.33 Use of Premises ...... .............. 6. ! 6-6. ! 8, 6.30.2.4 Inspection of the Work ......................... 7.3, 13.4, Review Prior to Shop Drawing or Sample Submittal .. 6.25 Labor, Materials and Equipment .................. 6.3-6.5 Right to adjustment for changes in the Work ......... 10.2 Laws and Regulations, Compliance by ............. 6.14. I right to claim .. 4, 7. I, 9.4, 9.5, 9. ! I, 10.2, I 1.2, I 1.9, ! 2. I, Liability Insurance ................................... 5.4 13.9, 14.8, 15.1, 15.5, 17.3 Notice of Intent to Appeal ..................... 9.10, 10.4 Safety and Protection ................. 6.20-6.22, 7.2, 13.2 obligation to perform and complete the Work ........ 6.30 Safety Representative ............................... 6.21 - ... Patent Fees and Royalties, paid for by ............... 6.12 Shop Drawings and Samples Submittals ......... 6.24-6.28 Performance and Other Bonds ........................ 5.1 Special Consultants ............................... 11.4.4 Permits, obtained and paid for by .................... 6.13 Substitute Construction Methods and Procedures ..... 6.7 Progress Schedule ..... 2.6, 2.8, 2.9, 6.6, 6.29, 10.4, 15.2.1 Substitutes and "Or-Equal" Items, Expense .. 6.7.1,6.7.2 --, 3 Request for formal decision on disputes .............9. I I Subcontractors, Suppliers and Others ............ 6.8-6.11 Responsibilities-- Supervision and Superintendence ........... 6. i, 6.2, 6.21 Changes in the Work .............................. 10.1 Taxes, Payment by ..................................6.15 Concerning Subcontractors, Suppliers and Others. 6.8- Use of Premises ................................ 6. ! 6-6.18 6.11 Warranties and guarantees ...................... 6.30, 6.5 Continuing the Work ........................ 6.29, 10.4 Warranty of Title ...................................14.3 I CONTRACTOR's expense ....................... 6.7.1 Written Notice Required-- CONTRACTOR's General Warranty and Gunran- CONTRACTOR stop Work or terminate ........... 15.5 tee ............................................... 6.30 Reports of Differing Subsurface and Physical Condi- CONTRACTOR's review priorto Shop Drawingor Sam- tions ............................................. 4.2.3 pie submittal ..................................... 6.25 Substantial Completion ........................... 14.8 --, Coordination of Work .............................. 6.9.2 CONTRACTORS--other ................................. 7 Emergencies ..................................... 6.23 Contractual Liability Insurance ...................... 5.4.10 ENGINEER's evaluation, Substitutes Contractual Time Limits .............................. 12.2 ..,,., or "Or-Equar' Items .......................... 6.7.3 Coordination 6 Article or Paragraph Article or Paragraph ... Number Nt,~tber CONTRACTOR's responsibility ....................6.9.2 Determinations for Unit Prices ........................9. l0 Copies of Documents ..................................2.2 Differing Subsurface or Con'ection Period ....................................13.12 Physical Conditions "" Correction, Removal or Acceptance of ' Notice of ..........................................4.2.3 Defective Work ENG1NEER's Review .............................4.2.4 in general ............................. 10.4.1, 13.10-13.14 Possible Contract Documents Change ...............4.2.5 ,... Acceptance of Defective Work ..................... 13.13 Possible Price and Times Adjustments .............. 4.2.6 Correction or Removal of Defective Work ..... 6.30, 13. i I Discrepancies-Reporting and Resolving .... 2.5, 3.3.2, 6.14.2 Correction Period .................................. 13.12 Dispute Resolution-- OWNER May Correct Defective Work ............. 13.14 Agreement ..................................... 16.1-16.6 · -. OWNER May Stop Work .......................... 13.10 Arbitration .....................................16.1-16.5 Cost-- general ...............................................16 of Tests and I nspections ............................. 13.4 Mediation ..........................................16.6 Records ............................................ 11.7 Dispute Resolution Agreement ....................16.1-16.6 """ Cost of the Work-- Disputes, Decisions by ENGINEER .............. 9.1 I-9.12 Bonds and insurance, additional ................. I i.4.5.9 Documents-- Cash Discounts ................................... I 1.4.2 Copies of ............................................2.2 CONTRACTOR's Fee .............................. I 1.6 Record .............................................6.19 Employee Expenses ............................. ! 1.4.5.1 Reuse of .............................................3.7 Exclusions to ....................................... I1.5 Drawings--definition of ...............................!. 15 General ........................................ 11.4--11.5 Easements .............................................4.1 ,_. Home office and overhead expenses ................. 1 ! .5 Effective date of Agreement-definition of .............I. 16 Losses and damages ............................. 11.4.5.6 Emergencies ..........................................6.23 Materials and equipment .......................... 11.4.2 ENGINEER-- Minor expenses ................................. 11.4.5.8 as initial interpreter on disputes .................9.1 I-9.12 ,"- Payroll costs on changes .......................... 11.4.1 definition of ........................................1.17 performed by Subcontractors ...................... I 1.4.3 Limitations on authority and Records ............................................ 11.7 responsibilities .................................9.13 Rentals of construction equipment and machinery. 11.4.5.3 Replacement of ...................................... 8.2 "' Royalty payments, permits and license fees ...... I 1.4.5.5 Resident Project Representative ......................9.3 Site office and temporary facilities ............... l l .4.5.2 ENGINEER's Consultant--definition of ............... 1.18 Special Consultants, CONTRACTOR's ............ I 1.4.4 ENGINEER's'- ... Supplemental ..................................... I 1.4.5 authority and responsibility, limitations on ...........9.13 Taxes related to the Work ....................... I 1.4.5.4 Authorized Variations in the Work ....................9.5 Tests and Inspection ................................ 13.4 Change Orders, responsibility for .......... 9.7, 10. I l, 12 Trade Discounts .................................. 11.4.2 Clarifications and Interpretations ............... 3.6.3, 9.4 ,-- Utilities, fuel and sanitary facilities ............... 11.4.5.7 Decisions on Disputes .......................... 9.1 I-9.12 Work after regular hours .......................... I i.4.1 defective Work, notice of ...........................13.1 Covering Work ................................... 13.6-13.7 Evaluation of Substitute Items ......................6.7.3 Cumulative Remedies ............................ 17.4-17.5 Liability ....................................... 6.32, 9.12 "" Cutting, fitting and patching ............................7.2 Notice Work is Acceptable ......................... 14.13 Data, to be furnished by OWNER ...................... 8.3 Observations ................................. 6.30.2, 9.2 Day--definition of ................................... 17.2.2 OWNER's Representative ........................... 9. ! ,.... Decisions on Disputes ........................... 9.1 I, 9.12 Payments to the CONTRACTOR, defective~efinition of ................................ 1.14 Responsibility for .............................. 9.9, 14 defective Work-- Recommendation of Payment ................. 14.4, 14.13 Acceptance of .............................. 10.4. I, 13.13 Responsibilities-- - Correction or Removal of ................... 10,4.1, 13.11 Limitations on ............................... 9.1 !-9.13 Correction Period .................................. 13.12 Review of Reports on Differing Subsurface in general ................................. 13, 14.7, 14.11 and Physical Conditions .......................... 4.2.4 Observation by ENGINEER ......................... 9.2 Shop Drawings and Samples, review "" OWNER May Stop Work .......................... 13.10 responsibility ..................................... 6.26 Prompt Notice of Defects ........................... 13. I Status During Constructiorb-- Rejecting ............................................9.6 authorized variations in the Work .................. 9.5 ,-. Uncovering the Work ............................... 13.8 Clarifications and Interpretations ................... 9.4 Definitions ...............................................I Decisions on Disputes ........................ 9. I 1-9.12 Delays ................................. 4.1, 6.29, 12.3-12.4 Determinations on Unit Price ..................... 9.10 Delivery of Bonds ......................................2.1 ENGINEER as Initial interpreter ............. 9.1 i-9.12 ~.- Delivery of certificates of insurance .....................2.7 ENGIN EER's Responsibilities ................ 9. !-9.12 7 Article or Paragraph Article or Paragraph Number Number Limitations on ENGINEER's Authority and deductible amounts, CONTRACTOR's Responsibilities ................................... 9.13 responsibility ....................................5.9 OWNER's Representative ......................... 9. I Final Application for Payment ...................... 14.12 Project Representative ............................. 9.3 Licensed Insurers ....................................5.3 Rejecting Defective Work .......................... 9.6 Notice requirements, material ' Shop Drawings, Change Orders and changes .................................. 5.8, 10.50 Payments .................................... 9.7-9.9 Option to Replace .................................. 5.14 Visits to Site ...................................... 9.2 other special insurances .............................5.10 Unit Price Determinations ........................... 9.10 OWN ER as fiduciary for insurers .............. 5.12-5.13 Visits to Site ......................................... 9.2 OWNER's Liability .................................. 5.5 Written consent required 7.2, 9. I OWNER's Responsibility 8.5 Equipment, Labor, Materials and ................... 6.3--6.5 Partial Utilization, Property Insurance ...............5.15 Equipment rental, Cost of the Work ................ !1.4.5.3 Property ........................................ 5.6-5.10 Equivalent Materials and Equipment .................... 6.7 Receipt and Application of Insurance Proceeds .. 5.12-5.13 ,-~ Errors or omissions ................................... 6.33 Special Insurance ................................... 5.10 Evidence of Financial Arrangements ................... 8. I 1 Waiver of Rights .................................... 5. I i Explorations of physical conditions ................... 4.2. I Intent of Contract Documents ....................... 3. I-3.4 Fee, CONTRACTOR's--Costs-Plus ................... 11.6 Interpretations and Clarifications ................. 3.6.3, 9.4 Field Order-- Investigations of physical conditions ....................4.2 definition of ........................................ 1.19 Labor, Materials and Equipment .................... 6.3-6.5 issued by ENGINEER ......................... 3.6.1, 9.5 Lands-- Final Application for Payment ........................ 14.12 and Easements ...................................... 8.4 Final Inspection ...................................... 14.11 Availability of ................................... 4.1,8.4 Final Payment-- Reports & Tests ..................................... 8.4 and Acceptance .............................. 14.13-14.14 Laws and Regulations--Laws or Regulations-- ,,~ Prior to, for cash allowances ........................ I ! .8 Bonds ........................................... 5. ! -5.2 General Provisions ............................... 17.3-17.4 Changes in the Work ................................ 10.4 General Requirements-- Contract Documents ................................. 3. I de~ntion of ......................................... 1.20 CONTRACTOR's Responsibilities ................... 6.14 principal references to .............. 2.6, 6.4, 6.6-6.7, 6.24 Correction Period, defective' Work .................. 13.12 Cost of the Work, taxes ......................... 1 !.4.5.4 Giving Notice .........................................17.1 definition of ........................................ 1.22 Guarantee of Work--by general ............................................. 6. ! 4 CONTRACTOR .............................. 6.30, 14.12 Indemnification ................................ 6.31-6.33 Hazard Communication Programs .....................6.22 Insurance ............................................ 5.3 Hazardous Waste-- Precedence .................................... 3. !, 3.3.3 definition of ........................................1.21 Reference to ....................................... 3.3. I general ..............................................4.5 Safety and Protection .......................... 6.20, 13.2 OWN ER's responsibility for ........................8.10 Subcontractors, Suppliers and Others ............ 6.8-6.11 Indemnification ........................ 6.12, 6.16, 6.31-6.33 Tests and 1 nspcctions ............................... 13.5 - -,, Initially Acceptable Schedules ..........................2.9 Use of Premises .................................... 6.16 Inspection-- Visits to Site ......................................... 9.2 Certificates of ......................... 9.13.4, 13.5, 14.12 Liability Insurance-- Final ..............................................14. I ! CONTRACTOR's .................................... 5.4 '" Special, required by ENGINEER ....................9.6 0WNER's ........................................... 5.5 Tests and Approval ........................ 8.7, 13.3-13.4 Licensed Sureties and Insurers ......................... 5.3 Insurance-- Liens-- Acceptance of, by OWNER .........................5.14 Application for Progress Payment ................... 14.2 Additional, required by changes Contractor's Warranty of Title ....................... 14.3 in the Work .................................1 i.4.5.9 Final Application for Payment ...................... 14.12 Before starting the Work .............................2.7 definition of ........................................ 1.23 ,-, Bonds and--in general .................................5 Waiver of Claims .................................. 14.15 Cancellation Provisions ..............................5.8 Limitations on ENGINEER's authority and Certificates of .. 2.7, 5, 5.3, 5.4.11, 5.4.13, 5.6.5, 5.8, 5.14, responsibilities ..................................... 9.13 9.13.4, 14.12 Limited Reliance by CONTRACTOR Authorized ...... 4.2.2 completed operations .............................. 5.4.13 Maintenance and Operating Manuals-- CONTRACTOR's Liability ........................... 5.4 Final Application for Payment ...................... 14.12 CONTRACTOR's objection to coverage ............. 5.14 Manuals (of others)-.- Contractual Liability .............................. 5.4.10 Precedence ....................................... 3.3.3. I 8 Article or Paragraph Article or Paragraph Number Nfitnber Reference to in Contract Documents ................ 3.3.1 Inspections. tests and approvals .................8.7, 13.4 Materials and equipment-- Liability Insurance ...................................5.5 furnished by CONTRACTOR ........................ 6.3 Notice of Defects ...................................13. I "" not incorporated in Work ........................ :i .- 14.2 Representative--During Construction, Materials or equipment--equivalent ..................... 6.7 ENGINEER's Status ............................ 9. I Mediation (Optional) .................................. 16.7 Responsibilities-- Milestones~e~nition of .............................. 1.24 Asbestos. PCB's, Petroleum, Hazardous "'" Miscellaneous-- Waste on Radioactive Material .................. 8.10 Computation of Times .............................. 17.2 Change Orders ....................................8.6 Cumulative Remedies ............................... 17.4 Changes in the Work ..............................10. i ,.. Giving Notice ....................................... 17. I communications ...................................8.1 Notice of Claim ..................................... 17.3 CONTRACTOR's responsibilities .................. 8.9 Professional Fees and Court Costs Included .......... 17.5 evidence of financial arrangements ................8. II Multi-prime contracts .................................... 7 inspections, tests and approvals ....................8.7 ,--. Not Shown or Indicated .............................. 4.3.2 Insurance .........................................8.5 Notice of-- lands and easements ...............................8.4 Acceptability of Project ............................ 14.13 prompt payment by ................................8.3 Award, definition of ................................. 1.25 replacement of ENG1NEER ....................... 8.2 '"' Claim .............................................. 17.3 reports and tests ...................................8.4 Defects ............................................. 13.1 stop or suspend Work .................. 8.8, 13.10, 15.1 Differing Subsurface or Physical Conditions .......... 4.2.3 terminate CONTRACTOR's services .......... 8.8, 15.2 .-. Giving .............................................. 17.1 separate representative at site ........................9.3 Tests and Inspections ............................... 13.3 independent testing .................................13.4 Variation, Shop Drawing and Sample ................ 6.27 use or occupancy of the Notice to Proceed-- Work .................................... 5.15, 14.10 ,-- definition of ........................................ 1.26 written consent or approval giving of ............................................. 2.3 required ............................... 9. I, 6.3, I 1.4 Notification to Surety ................................. 10.5 written notice Observations, by ENG IN EER .................... 6.30, 9.2 required .......... 7. I, 9.4, 9. l I, l 1.2, 11.9, 14.7, ! 5.4 "' Occupancy of the Work ................ 5.15, 6.30.2.4, 14.10 PCBs-- Omissions or acts by CONTRACTOR ............. 6.9, 9.13 definition of ........................................ !.29 "Open peril" policy form, Insurance ...................5.6.2 general .............................................. 4.5 ,-.. Option to Replace ..................................... 5.14 OWNER's responsibility for ........................ 8.10 "Or Equal" Items ...................................... 6.7 Partial Utilization--- Other work .............................................. 7 definition of ........................................1.28 Overtime Work--prohibition of ......................... 6.3 general ................................... 6.30.2.4, 14.10 ,.- OWNER-- Property Insurance .................................5.15 Acceptance of defective Work ...................... 13.13 Patent Fees and Royalties .............................6.12 appoint an ENGINEER ............................. .. 8~2 Payment Bonds ..................................... 5.1-5.2 as fiduciary .................................... 5.12-5.13 Payments, Recommendation of ............. 14.4-14.7, 14.13 " Availability of Lands, responsibility ...................4. I Payments to CONTRACTOR and Completion-- definition of ........................................1.27 Application for Progress Payments .................. 14.2 data, furnish .........................................8.3 CONTRACTOR's Warranty of Title ................. 14.3 ,_ May Correct Defective Work .......................! 3.14 Final Application for Payment ...................... 14.12 May refuse to make payment ........................14.7 Final Inspection ................................... 14. I I May Stop the Work ................................13.10 Final Payment and Acceptance ............... 14.13-14.14 may suspend work, general ........................................... 8.3, 14 ,., terminate ....................... 8.8, 13.10, 15.1-15.4 Partial Utilization .................................. 14.10 Payment, make prompt ................... 8.3, 14.4, 14.13 Retainage ........................................... 14.2 performance of other Work ...........................7. i Review of Applications for Progress permits and licenses, requirements ..................6.13 Payments .................................. 14.4-14.7 " purchased insurance requirements ...............5.6-5.10 prompt payment ..................................... 8.3 OWNER's-- Schedule of Values .................................. 14. ! Acceptance of the Work .........................6.30.2.5 Substantial Completion ......................... 14.8-14.9 _. Change Orders, obligation to Waiver of Claims .................................. 14.15 execute ....................................8.6, 10.4 when payments due .......................... 14.4, 14.13 Communications .....................................8.1 withholding payment ................................ 14.7 Coordination of the Work ............................7.4 Performance Bonds ................................. 5. !-5.2 ,-, ' Disputes. request for decision .......................9. I! Permits ............................................... 6.13 9 Article or Paragraph Article or Paragraph Number Number Petroleum--- Regulations, Laws and (or) ............................6.14 definition of ........................................1.30 Rejecting Defective Work ...............................9.6 general ..............................................4.5 Related Work-- OWNER's responsibility for ........................8.10 at Site ...........................................7.1-7.3 Physical Conditions-- Performed prior to Shop Drawings Drawings of, in or relating to .....................4.2.1.2 and Samples submittals review ..................6.28 ENGINEER's review .............................. 4.2.4 Remedies, cumulative ............................17.4, 17.5 -.~ existing structures ..................................4.2.2 Removal or Correction of general ...........................................4.2.1.2 Defective Work ....................................13.11 Subsurface and .......................................4.2 rental agreements, OWNER approval Underground Facilities ...............................4.3 required ......................................1 i.4.5.3 ""' Possible Contract Documents Change ...............4.2.5 replacement of ENGINEER, by OWNER .............. 8.2 Possible Price and Times Adjustments ..............4.2.6 Reporting and Resolving Discrepancies .... 2.5, 3.3.2, 6.14.2 Reports and Drawings ..............................4.2. I Reports-- -., Notice of Differing Subsurface or, ..................4.2.3 and Drawings ......................................4.2. I Subsurface and ......................................4.2 and Tests, OWNER's responsibility ..................8.4 Subsurface Conditions ............................4.2. I. I Resident Project Representative-- Technical Data, Limited Reliance by definition of ........................................1.33 -.. CONTRACTOR Authorized ....................4.2.2 provision for .........................................9.3 Underground Facilities-- Resident Superintendent, CONTRACTOR's .............6.2 general ..........................................4.3 Responsibilities-- Not Shown or Indicated .......................4.3.2 CONTRACTOR's-in general ...........................6 "" Protection of ...............................4.3, 6.20 ENGINEER's-in general ...............................9 Shown or Indicated ............................4.3.1 Limitations on ....................................9.13 Technical Data .....................................4.2.2 OWNER's-in general ..................................8 Preconstruction Conference ............................2.8 Retainage .............................................14.2 Preliminary Matters ......................................2 Reuse of Documents ...................................3.7 Preliminary Schedules ..................................2.6 Review by CONTRACTOR: Shop Drawings Premises, Use of .................................6.16-6.18 and Samples Prior to Submittal ......................6.25 Price, Change of Contract ...............................I I Review of Applications for Progress Price, Contract---definition of ..........................I. I I Payments ...................................... 14.4-14.7 .. Progress Payment, Applications for ....................14.2 Right to an adjustment ................................10.2 Progress payment--retainage ..........................14.2 Rights of Way ..........................................4. ! '-, Progress schedule, CONTRACTOR's ..... 2.6, 2.8, 2.9, 6.6, Royalties, Patent Fees and .............................6.12 6.29, 10.4, 15.2.1 Safe Structural Loading ...............................6.18 Project~e~nition of .................................. 1.31 Safety-- Project Representative-- and Protection ....... 4.3.2, 6.16, 6.18, 6.20-6.2 !, 7.2, 13.2 ENGINEER's Status During Construction ............ 9.3 general ........................................ 6.20-6.23 Project Representative, Resident Representative, CONTRACTOR's ................... 6.21 · --definition of ...................................... 133 Samples-- prompt payment by OWNER .......... ' ................. 8.3 definition of ........................................ 1.34 Property Insurance general ........................................ 6.24-6.28 Additional ...........................................5.7 Review by CONTRACTOR ......................... 6.25 general .......................................... 5.6-5.10 Review by ENGINEER ....................... 6.26, 6.27 Partial Utilization ........................... 5.15, 14.10.2 related Work ........................................ 6.28 receipt and application of submittal of ....................................... 6.24.2 proceeds .................................. 5.12-5.13 submittal procedures ................................ 6.25 Protection, Safety and ....................... 6.20-6.21, 13.2 Schedule of progress ..... 2.6, 2.8-2.9, 6.6, 6.29, 10.4, 15.2.1 " Punch list ............................................14.11 Schedule of Shop Drawing and Sample Radioactive Material-- Submittals ....................... 2.6, 2.8-2.9, 6.244.28 definition ...........................................1.32 Schedule of Values ........................ 2.6, 2.8-2.9, 14.1 general ..............................................4.5 Schedules-- OWNER's responsibility for ........................8.10 Adherence to .....................................15.2.1 Recommendation of Payment .............. 14.4, 14.5, 14.13 Adjusting ............................................6.6 Record Documents ............................. 6.19, 14.12 Change of Contract Times ..........................10.4 '- Records, procedures for maintaining ....................2.8 Initially Acceptable ...............................2,8-2.9 Reference Points .......................................4.4 Preliminary ..........................................2.6 Reference to Standards and Specifications Scope of Changes .............................. 10.3-10.4 ,, of Technical Societies ................................ 3.3 Subsurface Conditions .............................. 4.2.I.I "' I0 ,-, Article or Paragraph Article or Paragraph Number Nu,tber Shop Drawings-- Substitute Items .................................. 6.7.1.2 and Samples, general ........................... 6.24-6.28 Subsurface and Physical Conditions--- "' Change Orders &Applications for Drawings of, in or relating to ..................... 4.2.1.2 Payments, and ............................... 9.7-9.9 ENGINEER's Review ............................. 4.2.4 definition of ........................................1.35 general .............................................. 4.2 ENGINEER's approval of ......................... 3.6.2 Limited Reliance by CONTRACTOR ENGINEER's responsibility Authorized .................................... 4.2.2 for review ............................... 9.7, 6.24-6.28 Notice of Differing Subsurface or related Work ........................................6.28 Physical Conditions ................................ 4.2.3 ,- review procedures ......................... 2.8, 6.24-6.28 Physical Conditions ................................. 4.2.1.2 submittal required ................................. 6.24.1 Possible Contract Documents Change ................. 4.2.5 Submittal Procedures ............................... 6.25 Possible Price and Times Adjustments ................ 4.2.6 use to approve substitutions ........................6.7.3 Reports and Drawings ................................ 4.2.1 "' Shown or Indicated ...................................4.3. ! Subsurface and ...................................... 4.2 Site Access ....................................... 7.2, 13.2 Subsurface Conditions at the Site ................. 4.2.1 .I Site Cleanliness .......................................6.17 Technical Data ..................................... 4.2.2 Site, Visits to-- Supervision- ' by ENGINEER ................................ 9.2, 13.2 CONTRACTOR's responsibility ...................... 6.1 by others ...........................................13.2 OWNER shall not supervise ......................... 8.9 "Special causes of loss" policy form, insurance .......5.6.2 ENGINEER shall not supervise ............... 9.2, 9.13.2 ,, Specifications-- Superintendence ....................................... 6.2 definition of ........................................1.36 Superintendent, CONTRACTOR's resident ........... 6.2 of Technical Societies, reference to .................3.3.1 Supplemental costs .................................. 11.4.5 precedence ........................................ 3.3.3 Supplementary Conditions--- "' Standards and Specifications of Technical definition of ........................................ 1.39 Societies .......................................... 3.3 principal reference to .... 1.10, 1.18, 2.2, 2.7, 4.2, 4.3, 5.1, Starting Construction, Before ....................... 2.5-2.8 5.3, 5.4, 5.6-5.9, 5.1 I, 6.8, 6.13, 7.4, 8.1 i, 9.3, 9.10 Starting the Work ...................................... 2.4 Supplementing Contract Documents .................... 3.6 "' Stop or Suspend Work-- Supplier-- by CONTRACTOR ................................. 15.5 definition of ........................................ 1.40 by OWNER ............................. 8.8, 13.10, 15.1 principal references to .................. 3.7, 6.5, 6.8-6.11, ,_ Storage of materials and equipment .................4.1, 7.2 6.20, 6.24, 9.13, 14.12 Structural Loading, Safety .............................6.18 Waiver of Rights ....................................6.11 Subcontractor-- Surety-- Concerning ...................................... 6.8-6.11 consent to final payment .....................14.12, 14.14 ,-. definition of ........................................1.37 ENGINEER has no duty to .........................9.13 delays ..............................................12.3 Notification of ........................... 10.1, 10.5, 15.2 waiver of rights .....................................6. I 1 qualification of ...................................5. I -5.3 Subcontractors--in general ........................6.8-6. ii Survival of Obligations ................................6.34 " Subcontracts--required provisions ........ 5. i I, 6. I I, 11.4.3 Suspend Work, OWN ER May .................. 13.10, 15. I Submittals--- Suspension of Work and Termination-- ..................15 Applications for Payment ...........................14.2 CONTRACTOR May Stop Work or .. Maintenance and Operation Manuals ............... 14.12 Terminate ........................................15.5 Procedures .........................................6.25 OWNER May Suspend Work .......................15.1 Progress Schedules .............................. 2.6, 2.9 OWNER May Terminate ....................... 15.2-15.4 Samples ....................................... 6.24-6.28 Taxes-Payment by CONTRACTOR ....................6.15 ,- Schedule of Values ............................. 2.6, 14. I Technical Data-- Schedule of Shop Drawings and Limited Reliance by CONTRACTOR ...............4.2.2 Samples Submissions .................... 2.6, 2.8-2.9 Possible Price and Times Adjustments .............. 4.2.6 Shop Drawings ................................. 6.24-6.28 Reports of Differing Subsurface and "' Substantial Completion-- Physical Conditions .............................. 4.2.3 certification of ........................ 6.30.2.3, 14.8-14.9 Temporary construction facilities ........................ 4. I definition of ........................................1.38 Termination- Substitute Construction Methods or Procedures ....... 6.7.2 by CONTRACTOR ................................. 15.5 Substitutes and "Or Equal" items ...................... 6.7 by OWN ER ............................... 8.8, 15. I - 15.4 CONTRACTOR's Expense ....................... 6.7. !.3 of ENGINEER's employment ........................ 8.2 ENGINEER's Evaluation .......................... 6.7.3 -Suspension of Work-in general ........................15 ," "Or-Equal" . ....................................... 6.7. I Terms and Adjectives ..................................3.4 Substitute Construction Methods of Procedures ..... 6.7.2 Tests and Inspections-- Ii Article or Paragraph Article or Paragraph Number Number Access to the Work, by others ...................... 13.2 Utilization, Partial ............... 1.28, 5.15.6.30, 2.4, 14.10 CONTRACTOR's responsibilities .................... 13.5 Value of the Work .....................................11.3 cost of .............................................. 13.4 Values, Schedule of .......................2.6. 2.8-2.9, 14.1 covering Work prior to ......................... 13.6-13.7 Variations in Work--Minor Laws and Regulations (or) .......................... 13.5 Authorized ................................6.25, 6.27, 9.5 Notice of Defects ................................... 13. I Visits of Site--by ENGINEER .........................9.2 OWNER May Stop Work .......................... 13. l0 Waiver of Claims-on Final OWNER's independent testing ...................... 13.4 Payment ...........................................14.15 special, required by ENGINEER ..................... 9.6 Waiver of Rights by insured parties ...............5. I I, 6. I I timely notice r~quired ...............................13.4 Warranty and Guarantee, General--by '- Uncovering the Work, at ENGINEER's CONTRACTOR .................................... 6.30 request .................................... 13.8-13.9 Warranty of Title, CONTRACTOR's ...................14.3 Times-- Work-- Adjusting ............................................6.6 Access to ...........................................13.2 "" Change of Contract ...................................12 by others ..............................................7 Adjusting ............................................6.6 Changes in the .......................................i0 Computation of .....................................17.2 Continuing the ......................................6.29 Contract Times--definition of .......................1.12 CONTRACTOR May Stop Work or Terminate ...................................15.5 day ................................................17.72 Coordination of ......................................7.4 Milestones ...........................................12 Cost of the ..................................... 11.4-11.5 Requirements-- definition of ........................................1.43 appeals ..........................................16 neglected by CONTRACTOR ...................... 13.14 clarifications, claims and other Work ............................................7 disputes ............................. 9.11, 11.2, 12 commencement of contract times ................... 2.3 OWNER May Stop Work .......................... 13.10 " OWNER May Suspend Work ................. 13.10, 15.1 preconstruction conference .........................2.8 Related, Work at Site .............................7.1-7.3 schedules ................................. 2.6, 2.9, 6.6 Starting the ..........................................2.4 starting the Work ..................................2.4 Stopping by CONTRACTOR ........................ 15.5 Title, Warranty of .....................................14.3 Stopping by OWNER .......................... 15.1-15.4 Uncovering Work ................................ 13.8-13.9 Variation and deviation authorized, Underground Facilities. Physical Conditions-- minor ...........................................3.6 '- definition of ........................................1.41 Work Change Directive-- Not Shown or Indicated ............................ 4.3.2 claims pursuant to ..................................10,2 protection of ................................... 4.3, 6.20 definition of ........................................1.44 Shown or Indicated ................................ 4.3.1 principal references to .................... 3.5.3, 10.1-10.2 '- Unit Price Work-- Written Amendment-- claims ............................................ 11.9.3 definition of ........................................1.45 definition of ........................................1.42 principal references to ... !.10, 3.5, 5.10, 5.12, 6.6.2, 6.8.2, general .................................. 11.9, 14.1, 14.5 6.19, 10.1, 10.4, 11.2, 12.1, 13.12.2, 14.7.2 Unit Prices-- Written Clarifications and general ........................................... I !.3.1 Interpretations ........................... 3.6.3, 9.4, 9.1 ! Determination for ................................... 9.10 Written Notice Required-- Use of Premises ........................ 6.16, 6.18, 6.30.2.4 by CONTRACTOR ........ 7.1, 9.10-9.11, 10.4, i 1.2, 12.1 Utility owners ...................... 6.13, 6.20, 7.1-7.3, 13.2 by OWNER .................... 9.10-9.1 I, 10.4, 11.2, 13.14 GENERAL CONDITIONS merit, together with all Written Amendments, Change Orders, " Work Change Directires, Field Orders and ENGINEER's written interpretations and clarifications issued pursuant to ARTICLE i--DEFINITIONS 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 Wherever used in these General Conditions or in the other referred to in paragraphs 4.2.I.I and 4.2.2.2 are not Contract Contract Documents the following terms have the meanings Documents. ,,-- indicated which are applicable to both the singular and plural thereof: I.I 1. ContractPrice--The moneys payable by OWNER to CONTRACTOR for completion of the Work in accordance I.I. Addenda--Written or graphic instruments issued prior with the Contract Documents as stated in the Agreement "' to the opening of Bids which clarify, correct or change the (subject to the provisions of paragraph 11.9.1 in the case of Bidding Requirements or the Contract Documents. Unit Price Work). ,, i.2. Agreement--The written contract between OWNER 1.12. Contract Times--The numbers of days or the dates and CONTRACTOR covering the Work to be performed; other stated in the Agreement: (i) to achieve Substantial Completion, Contract Documents are attached to the Agreement and made and (ii) to complete the Work so that it is ready for final a part thereof as provided therein. payment as evidenced by ENGINEER's written recommends- "- tion of final payment in accordance with paragraph 14.13. 1.3. Application for Payment--The form accepted by EN- GINEER which is to be used by CONTRACTOR in requesting 1.13. CONTRACTOR--The person, firm or corporation progress or final payments and which is to be accompanied by with whom OWNER has entered into the Agreement. such supporting documentation as is required by the Contract Documents. I. 14. defective--An adjective which when modifying the word Work refers to Work that is unsatisfactory, faulty or ,,- 1.4. Asbestos--Any material that contains more than one deficient, in that it does not conform to the Contract Docu- percent asbestos and is friable or is releasing asbestos fibers ments, or does not meet the requirements of any inspection, into the air above current action levels established by the reference standard, test or approval referred to in the United States Occupational Safety and Health Administration. Contract Documents, or has been damaged prior to ENGI- "' NEER's recommendation of final payment (unless responsi- ~ 13. Bid--The offer or proposal of the bidder submitted on bility for the protection thereof has been assumed by OWNER the prescribed form setting forth the prices for the Work to be at Substantial Completion in accordance with paragraph 14.8 ,,,, performed. or 14.10). !.6. Bidding Documents--Theadvertisementorinvitation i.lS. Drawings--The drawings which show the scope, to Bid, instructions to bidden, the Bid form, and the proposed extent and character of the Work to be furnished and per- '-- Contract Documents (including all Addends issued prior to formed by CONTRACTOR and which have been prepared or receipt of Bids). approved by ENGINEER and are referred to in the Contract Documents. Shop drawings are not Drawings as so defined. 1.7. Bidding Requirements--The advertisement or invita- " tion to Bid, instructions to bidders, and the Bid form. I. 16. Effective Date of the Agreement--The date indicated in the Agreement on which it becomes effective, but if no such 1.8. Bonds--Performance and Payment bonds and other 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 -- instruments of security. deliver. ! .9. Change Order--A document recommended by ENGI- NEER, which is signed by CONTRACIDR and OWNER and 1.17. ENGINEER--The person, firm or corporation named "' authorizes an addition, deletion or revision in the Work, or an as such in the Agreement. adjustment in the Contract Price or the Contract Times, issued on or after the Effective Date of the Agreement. 1.18. ENGINEER's Consultant--A person, firm or corpo- ration having a contract with ENGINEER to furnish services 1.10. Contract Documents--The Agreement, Addenda as ENGINEER's independent professional associate or con- (which pertain to the Contract Documents), CONTRACTOR's sultant with respect to the Project and who is identified as such Bid (including documentation accompanying the Bid and any in the Supplementary Conditions. '- post Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement, the !.i9. Field Order--A written order issued by ENGINEER Notice to Proceed, the Bonds, these General Conditions, the which orders minor changes in the Work in accordance with ,.7' Supplementary Conditions, the Specifications and the Draw- paragraph 9.5 but which does not involve a change in the ings as the same are more specifically identified in the Agree- Contract Price or the Contract Times. 13 1.20. General Require,tents--Sections of Division I of the 1.33. Resident Project Represetttative-- The authorized Specifications. representative of ENGINEER who may be assigned to the site or any part thereof. 1.21. Hazardous Waste--The term Hazardous Waste shall have the meaning provided in Section 1004 of the Solid Waste 1.34. Samples--Physical examples of materials. equipment, :[ Disposal Act (42 USC Section 6903) as amended from time to or workmanship that are representative of some portion of the time. Work and which establish the standards by which such portion of the Work will be judged. -- 1.22. Laws attd Regulations; La~cs or Regulations--Any and all applicable laws, rules. regulations. ordinances, codes 1.35. Shop Dran'ings--All drawings, diagrams, illustra- and orders of any and all governmental bodies, agencies, tions, schedules and other data or information which are authorities and courts having jurisdiction. specifically prepared or assembled by or for CONTRACTOR "l and submitted by CONTRACTOR to illustrate some portion of 1.23. Liens--Liens, charges, security interests or encum- the Work. brances upon real property or personal property. 1.36. Specifications--Those portions of the Contract Doc- 1.24. Milestone--A principal event specified in the Con- uments consisting of written technical descriptions of mateft- tract Documents relating to an intermediate completion date or als, equipment, construction systems, standards and workman- time prior to Substantial Completion of all the Work. ship as applied to the Work and certain administrative details applicable thereto. 1.25. Notice of Award--The written notice by OWNER to the apparent successful bidder stating that upon compliance by 1.37. Subcontractor--An individual. firm or corporation the apparent successful bidder with the conditions precedent having a direct contract with CONTRACTOR or with any enumerated therein, within the time specified, OWNER will other Subcontractor for the performance of a part of the Work ! sign and deliver the Agreement. at the site. !.26. Notice to Proceed--A written notice given by OWNER 1.38. Substantial Completion--The Work (or a specified to CONTRACTOR (with a copy to ENGINEER) fixing the part thereof) has progressed to the point where, in the opinion datcon which thcContractTimcs will commcncc to runand on of ENGINEER as evidenced by ENGINEER's definitive which CONTRACTOR shall start to perform CONTRAC- certificate of Substantial Completion, it is sufficiently com- TOR's obligations under the Contract Documents. 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 1.27. OWNER--The public body or authority, corpora- Work is complete and ready for final payment as evidenced by lion, association, firm or person with whom CONTRACYOR ENGINEER's written recommendation of final payment in has entered into the Agreement and for whom the Work is to be accordance with paragraph 14.13. The terms "substantially provided. complete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof. 1.28. Partial Utilization--Use by OWNER of a substan- tially completed part of the Work for the purpose for which it is 1.39. Supplementary Conditions--The part of the Contract intended (or a related purpose) prior to Substantial Completion Documents which amends or supplements these General Con- of all the Work. ditions. 1.29. PCBs--PolychloHnated biphenyls. 1.40. Supplier--A manufacturer, fabricator, supplier, dis- tributor, materialman or vendor having a direct contract with 1.30. Petroleum--Retrolcum, including crude oil or any CONTRACTOR or with any Subcontractor to furnish matcri- fraction thereof which is liquid at standard conditions of als or equipment to be incorporated in the Work by CON- temperature and pressure (60 degrees Fahrenheit and 14.7 TRACTOR or any Subcontractor. pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with 1.41. UndergroundFacilities--All pipelines, conduits,ducts, other non-Hazardous Wastes and crude oils. cables, wires. manholes, vaults, tanks, tunnels or other such facilities or attachments, and any cncascmcnts containing such ! .31. Project--The total construction of which the Work to facilities which have been installed underground to furnish any be provided under the Contract Documents may be the whole, of the following services or materials: electricity, gases. steam, or a part as indicated elsewhere in the Contract Documents. liquid petroleum products, telephone or other communica- tions, cable television, sewage and drainage removal, traffic or 1.32. Radioactive Material--Source, special nuclear, or other control systems or water. I byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to !.42. Unit Price Work--Work to be paid for on the basis of time. unit prices. 14 1,43, Work--The entire completed construction or the var- C:.::c.' TS:-...;: ious separately identifiable parts thereof required to be fur- ................................................ ;,,, r---- " 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, Starting the Work: ,, and performing or furnishing services and furnishing docu- ments, all as required by the Contract Documents. 2.4. CONTRACTOR shall start to perform the Work on the date when the Contract Times commence to run, but no Work ! .44. Work Change Direclive--A written directive to CON- shall be done at the site prior to the date on which the Contract " TRACI~R, issued on or after the Effective Date of the Times commence to run. Agreement and signed by OWNER and recommended by ENGINEER, ordering an addition, deletion or revision in the Before Stam~g Construction: ,,,. Work, or responding to differing or unforeseen physical condi- tions under which the Work is to be performed as provided in 2.5. Before undertaking each part of the Work, CON- paragraph4.2or4.3ortoemcrgencicsunderparagraph6.23. A TRACTOR shall carefully study and compare the Contract Work Change Directive will not change the Contract Price or Documents and check 'and verify pertinent figures shown ,-, the Contract Times, but is evidence that the parties expect that thereon and all applicable field measurements. CONTRAC- the change directed or documented by a Work Change Direc- 'FOR shall promptly report in writing to ENGINEER any five will be incorporated in a subsequently issued Change conflict, error, ambiguity or discrepancy which CONTRAC- Order following negotiations by the parties as to its effect, if TOR may discover and shall obtain a written interpretation or "' any, on the Contract Price or Contract Times as provided in clarification from ENGINEER before proceeding with any paragraph 10.2. Work affected thereby; however, CONTRACTOR shall not be liable to OWNER or ENGINEER for failure to report any ,, 1.45. Written Amendment--A written amendment of the conflict, error, ambiguity or discrepancy in the Contract Doc- Contract Documents, signed by OWNER and CONTRACTOR uments, unless CONTRACTOR knew or reasonably should on or after the Effective Date of the Agreement and normally have known thereof. dealing with the nonengineering or nontechnical rather than -'- strictly construction-related aspects of the Contract Docu- 2.6. Within ten days after the Effective Date of the Agree- ments. merit (unless otherwise specified in the General Requirements}, CONTRACTOR shall submit to ENGINEER for review: ,,,t" 2.6.1. a preliminary progress schedule indicating the times (numbers of days or dates) for starting and completing ARTICLE 2--PRELIMINARY MATTERS 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- Delivery of Bonds: pie submittals which will list each required submittal and the times for submitting, reviewing and processing such submit- " 2. !. When CONTRACTOR delivers the executed Agree- tal; ments to OWNER, CONTRACTOR shall also deliver to 2.6.3. a preliminary schedule of values for all of the OWNER such Bonds as CONTRACTOR may be required to Work which will include quantities and prices of items -- furnish in accordance with paragraph 5. I. aggregating the Contract Price and will subdivide the Work into component parts in su~cient detail to serve as the basis for progress payments during construction. Such prices will Copies of Docuraents: include an appropriate amount of overhead and profit appli- cable to each item of Work. 2.2. OWNER shall furnish to CONTRACTOR up to ten copies (unless otherwise specified in the Supplementary Con- 2.7. Before any Work at the site is started, CONTRACTOR ,,, ditions) of the Contract Documents as are reasonably neces- and OWNER shall each deliver to the other, with copies to sary for the execution of the Work. Additional copies will be each additional insured identified in the Supplementary Condi- furnished, upon request, at the cost of reproduction. tions, certificates of insurance (and other evidence of insurance which either of them or any additional insured may reasonably ,-- request) which CONTRACFOR and OWNER respectively are Commentement of Contract Times; Notice to Proceed: required to purchase and maintain in accordance with para- graphs 5.4, 5.6 and 5.7. 2 3 ............. ~'~' ' ..... ;..':.~.;. '.~';.c ;:',- .~Jc.:;;; Pre nstructi Confe ~,,, ~.v w,~, ,.,,~ ,...,,,..,..,,,,. ,..,,a,.,.,,,,~,.;,~, C.,;, CO OIl rence: 1 A .':c.:~;; :; ,";,c.c;.;~ 7,.:.y ~c. ~2~';;'. ;: ;;;; :!:7..; ;;~:.'..:.7. ,k~,,, -, ....* * 2.8. "~':"':' :;;':.'::y " .................. C.; ::'.; .'~;;;.;;r.:. :7. ...........: ........ ~;;: before any Work at the site is started, a conference 15 · *Indicates paragraph altered or deleted by Supplementary Condit~.ons attended by CONTRACTOR, ENGINEER and others as ap- cations and interpretations ofthc Contract Documents shall be propriate will be held to establish a working understanding issued by ENGINEER as provided in paragraph 9.4. 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 3.3. Reference to Standards and Specifications of Technical Payment and maintaining required records. Societies; Repora'ng and Resol~'ing Discrepancies: 3.3. I. Reference to standards, specifications, manuals or l~_t_h_'~!ly Accepta61e ScAedules: 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 2.9. Unless otherwise provided in the Contract Docu- mean the latest standard, specification, manual, code or ments, at least ten days before submission of the first Applica- Laws or Regulations in effect at the time of opening of Bids tion for Payment a conference artended by CONTRACTOR, (or, on the Effective Date of the Agreement if there were no ENGINEER and others as appropriate will be held to review Bids), except as may be otherwise specifically stated in the for acceptability to ENGINEER as provided below the sched- Contract Documents. ules submitted in accordance with paragraph 2.6. CONTRAC- TOR shall have an additional ten days to make corrections and 3.3.2. If, during the performance of the Work, CON- adjustments and to complete and resubmit the schedules. No TRACTOR discovers any conflict, error, ambiguity or dis- progress payment shall be made to CONTRACTOR until the crepancy within the Contract Documents or between the schedules are submitted to and acceptable to ENGINEER as Contract Documents and any provision of any such Law or provided below. The progress schedule will be acceptable to Regulation applicable to the performance of the Work or of ENGINEER as providing an orderly progression of the Work any such standard, specification, manual or code or of any to completion within any specified Milestones and the Contract instruction of any Supplier referred to in paragraph 6.5, Times, but such acceptance will neither impose on ENGI- CONTRACTOR shall report it to ENGINEER in writing at " NEER responsibility for the sequencing, scheduling or progress . once, and, CONTRACTOR shall not proceed with the Work of the Work nor interfere with or relieve CONTRACTOR from affected thereby (except in an emergency as authorized by CONTRACTOR'sfullresponsibilitytherefor. CONTRACTOR's paragraph 6.23) until an amendment or supplement to the ,.. schedule of Shop Drawing and Sample submissions will be Contract Documents has been issued by one of the methods acceptable to ENGINEER as providing a workable arrange- indicated in paragraph 3.5 or 3.6; provided, however, that ment for reviewing and processing the required submittals. CONTRACTOR shall not be liable to OWNER or ENGI- CONTRACTOR's schedule of values will be acceptable to NEER for failure to report any such conflict, error, ambigu- "" ENGINEER as to form and substance. ity or discrepancy unless CONTRACTOR knew or reason- ably should have known thereof. 3.3.3. Except as otherwise specifically stated in the "' ARTICLE 3--CONTRACT DOCUMENTS: INTENT, Contract Documents or as may be provided by amendment AMENDING, REUSE or supplement thereto issued by one of the methods indi- cated 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 latent: the Contract Documents and: 3.3.3.1. the provisions of any such standard, speci- 3.1. The Contract Documents comprise the entire agree- fication, manual, code or instruction (whether or not ment between OWNER and CONTRACTOR concerning the specifically incorporated by reference in the Contract Work. The Contract Documents are complementary; what is Documents); or --' called for by one is as binding as if called for by all. The Contract Documents will be construed in accordance with the 3.3.3.2. the provisions of any such Laws or Regu- law of the place of the Project. tations applicable to the performance of the Work (unless such an interpretation of the provisions of the " * * 3.2. it is the intent of the Contract Documents to describe Contract Documents would result in violation of such a functionally complete Project (or part thereof) to be con- Law or Regulation). structed in accordance with the Contract Documents. Any Work, materials or equipment that may reasonably be inferred No provision of any such standard, specification, manual, from the Contract Documents or from prevailing custom or code or instruction shall be effective to change the duties and trade usage as being required to produce the intended result responsibilitiesofOWNER,CONTRACTORorENGINEER, will be furnished and performed whether or not specifically or any of their subcontractors, consultants, agents, or era- called for. When words or phrases which have a well- known ployees from those set forth in the Contract Documents, nor technical or construction industry or trade meaning are used to shall it be effective to assign to OWNER, ENGINEER or describe Work, materials or equipment, such words or phrases any of ENGINEER's Consultants, agents or employees any shall be interpreted in accordance with that meaning. Cladft- duty or authority to supervise or direct the furnishing or "~ 16 **]'ndj-eal:es paragraph a].l:ered or de].et:ed by Supp].emenCary Condj. l:j. ons performance of the Work or any duty or authority to under- of the Drawings, Specifications or other documents (or copies take responsibility inconsistent with the provisions of para- ofany thereof) prepared by or bearing the seal of ENGINEER " graph 9.13 or any other provision of the Contract Docu- or ENGINEER's Consultant, and (ii) shall not reuse any of ments. such Drawings, Specifications, other documents or copies on extensions of the Project or any other project without written ,_, 3.4. Whenever in the Contract Documents the terms "as consent of OWNER and ENGINEER and specific written ordered," "as directed," "as required," "as allowed," "as verification or adaption by ENGINEER. 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- ARTICLE 4---AVAILABILITY OF LANDS; ment of ENGINEER as to the Work, it is intended that such SUBSURFACE AND PHYSICAL requirement, direction, review or judgment will be solely to CONDITIONS; REFERENCE POINTS "' 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 Av,,ih,~ility of Laruts: specific statement indicating otherwise). The use of any such term or adjective shall not be effective to assign to ENGI- 4.1. OWNER shall furnish, as indicated in the Contract ,.- NEER any duty or authority to supervise or direct the Documents, the lands upon which the Work is to be performed, furnishing or performance of the Work or any duty or rights-of-way and easements for access thereto, and such other authority to undertake responsibility contrary to the provi- lands which are designated for the use of CONTRACTOR. sions of paragraph 9.13 or any other provision of the Upon reasonable written request, OWNER shall furnish CON- "" Contract Documents. TRACTOR with a correct statement of record legal title and legal description of the lands upon which the Work is Io be performed and OWNER's interest therein as necessary for · -. Amenth'ng and Supplementing Contract Documents: giving notice of or filing a mechanic's lien against such lands in accordance with applicable Laws and Regulations. OWNER 3.5. The Contract Documents may be amended to provide shall identify any encumbrances or restrictions not of general for additions, deletions and revisions in the Work or to modify application but specifically related to use of lands so furnished the terms and conditions thereof in one or more of the following with which CONTRACTOR .will have to comply in performing ways: the Work. Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by 3.5.1. a formal Written Amendment, OWNER, unless otherwise provided in the Contract Docu- " ments. If CONTRACTOR and OWNER are unable to agree on 3.5.2. a Change Order (pursuant to paragraph 10.4), or entitlement to or the amount orextent ofany adjustments in the Contract Price or the Contract Times as a result of any delay in 3.5.3. a Work Change Directlye (pursuant to OWNER's furnishing these lands, rights-of-way oreasements, paragraph 10.1). CONTRACTOR may make a claim therefor as provided in Articles I1 and 12. CONTRACTOR shall provide for all 3.6. In addition, the requirements of the Contract Docu- additional lands and access thereto that may be required for ,-- ments may be supplemented, and minor variations and devia- temporary construction facilities or storage of materials and tions in the Work may be authorized, in one or more of the equipment. following ways: "' 3.6. I. a Field Order (pursuant to paragraph 9.5), 4.2. Subsurface and Physical Conditions: 3.6.2. ENGINEER's approval of a Shop Drawing or 4.2.1. Reports and Drawings: Reference is made to the ,._ Sample (pursuant to paragraphs 6.26 and 6.27), or Supplementary Conditiomi for identification of: 3.6.3. ENGINEER's written interpretation or clarifica- 4.2. I.l. Subsurface Conditions: Those reports of cxplo- tion (pursuant to paragraph 9.4). rations and tests of subsurface conditions at or contiguous to ,.- the site that have been utilized by ENGINEER in preparing the Contract Documents; and Reuse of Documents: 4.2.1.2. Physica'l Conditions: Those drawings of physical " 3.7. CONTRACTOR, and any Subcontractor or Supplier conditions in or relating to existing surface or subsurface or other person or organization performing or furnishing any of structures at or contiguous to the site (except Underground the Work under a direct or indirect contract with OWNER (i) Facilities) that have been utilized by ENGINEER in prepar- e" shall not have or acquire any title to or ownership rights in any ing the Contract Documents. 17 4.2.2. Lindted Reliance by CONTRACTOR Authorized; 4.2.5. Possible Contract Docu,tents Change: if ENGI- Technical Data: CONTRACTOR may rely upon the general NEER concludes that a change in the Contract Documents is accuracy of the "technical dam" contained in such reports and required as a result of a condition that meets one or more of the drawings, but such reports and drawings are not Contract categories in paragraph 4.2.3., a Work Change Directire or a Documents. Such "technical data" is identified in the Supple- Change Order will be issued as provided in Article 10 to reflect menfury Conditions. Except for such reliance on such "tech- and document the consequences of such change. nical data," CONTRACTOR may not rely upon or make any claim against OWNER. ENGINEER or any of ENGINEER's 4.2.6. Possible Price and Times Adjustments: An equitable Consultants with respect to: adjustment in the Contract Price or in the Contract Times, or both, will be allowed to the extent that the existence of such 4.2.2.1. the completeness of such reports and drawings uncovered or revealed condition causes an increase or de- for CONTRACTOR's purposes, including, but not limited crease in CONTRACTOR's cost of, or time required for to, any aspects of the means, methods, techniques, se- performance of, the Work; subject, however, to the following: quences and procedures of construction to be employed by CONTRACTOR and safety precautions and programs inci- 4.2.6.1. such condition must meet any one or more of the dent thereto, or categories described in paragraphs 4.2.3. I through 4.2.3.4, inclusive; 4.2.2.2. other data, interpretations, opinions and infor- mation contained in such reports or shown or indicated in 4.2.6.2. a change in the Contract Documents pursuant to such drawings, or paragraph 4.2.5 will not be an automatic authorization of nor a condition precedent to entitlement to any such adjustment; 4.2.2.3. any CONTRACTOR interpretation of or conclu- sion drawn from any "technical data" or any such data, 4.2.6.3. with respect to Work that is paid for on a Unit interpretations, opinions or information. Price Basis, any adjustment in Contract Price will be subject to the provisions of paragraphs 9.10 and 11.9; and 4.2.3. Notice of Differing Subsud'ace or Physical Condi- 4.2.6.4. CONTRACTOR shall not be entitled to any tions: if CONTRACTOR believes that any subsurface or adjustment in the Contract Price or Times if; " physical condition at or contiguous to the site that is uncovered or revealed either: 4.2.6.4. I. CONTRACTOR knew of the existence of such conditions at the time CONTRACTOR made a final 4.2.3.1. is of such a nature as to establish that any commitment to OWNER in respect of Contract Price and "technical data" on which CONTRACTOR is entitled to Contract Times by the submission of a bid or becoming rely as provided in paragraphs 4.2.1 and 4.2.2 is materrally bound under a negotiated contract; or inaccurate, or 4.2.6.4.2. the existence of such condition could rea- 4.2.3.2. is of such a nature as to require a change in the sonably have been discovered or revealed as a result of Contract Documents, or any examination, investigation, exploration, test or study of the site and contiguous areas required by the Bidding 4.2.3.3. differs materially from that shown or indicated in Requirements or Contract Documents to be conducted by the Contract Documents, or or for CONTRACTOR prior to CONTRACTOR's making such final commitment; or 4.2.3.4. is of an unusual nature, and differs materially " from conditions ordinarily encountered and generally recog- 4.2.6.4.3. CONTRACTOR failed to give the written nized as inherent in work of the character provided for in the notice within the time and as required by paragraph 4.2.3. Contract Documents; then If OWNER and CONTRACTOR are unable to agree on CONTRACTOR shall, promptly after becoming aware thereof entitlement to or as to the amount or length of any such and before further disturbing conditions affected thereby or equitable adjustment in the Contract Price or Contract Times, performing any Work in connection therewith (except in an a claim may be made therefor as provided in Articles I I and 12. -' emergency as permitted by paragraph 6.23), notify OWNER However, OWNER, ENGINEER and ENGINEER's Consult- and ENGINEER in writing about such condition. CONTRAC- ants shall not be liable to CONTRACTOR for any claims, TOR shall not further disturb such conditions or perform any costs, losses or damages sustained by CONTRACTOR on or in Work in connection therewith (except as aforesaid) until re- connection with any other project or anticipated project. " ceipt of written order to do so. 4.2.4. ENGINEER's Review: ENGINEER will promptly 4.3. Physical Co~_~idons--Underground Facilities: _.. review the pertinent conditions, determine the necessity of OWNER's obtaining additional exploration or tests with re- 4.3.1. Shown or Indicated: The information and data shown spect thereto and advise OWNER in writing (with a copy to or indicated in the Contract Ekx:uments with respect to existing CONTRACTOR) of ENGINEER's findings and conclusions. Underground Facilities at or contiguous to the site is based on 18 informalion and data furnished to OWNER or ENGINEER by without the prior written approval of OWNER. CONTRAC- '--' the owners of such Underground Facilities or by others. Unless it TOR shall report to ENGIN EER whenever any reference is otherwise expressly provided in the Supplementat')' Conditions: point is lost or destroyed or requires relocation because of necessary changes in grades or locations. and shall be respon- 4.3.1.1. OWNER and ENGINEER shall not be respon- sible for the accurate replacement or relocation of such refer- ~ sible for the accuracy or completeness ofany such informa- ence points by professionally qualified personnel. tion or data; and 4.5. Asbestos, PCBs, Petroleum, Ha,ardous Waste or Radio- ,- 4.3. !.2. The cost of all of the following will be included in active Material: the Contract Price and CONTRACIOR shall have full respon- sibility for: (i) reviewing and checking all such information and 4.5. I. OWNER shall be responsible for any Asbestos. dam, (it) locating all Underground Facilities shown or indicated PCBs, Petroleum, HaTardous Waste or Radioactive Material '-- in the Contract Documents, (tit) coordination of the Work with uncovered or revealed at the site which was not shown or the owners of such Underground Facilities during construction. indicated in Dravdngs or Specifications or identified in the and (iv) the safety and protection of all such Underground Contract Documents to be within the scope of the Work and which may present a substantial danger to persons or property Facilities as provided in paragraph 6.20 and repairing any " damage thereto resulting from the Work. exposed thereto in connection with the Work at the site. OWNER shall not be responsible for any such materials ,, 4.3.2. Not Shown or Indicated: If an Underground Facility brought to the site by CONTRACTOR, Subcontractor, Suppit- ,,. is uncovered or revealed at or contiguous to the site which was ers or anyone else for whom CONTRACIOR is responsible. not shown or indicated in the Contract Documents, CON- 4.5.2. CONTRACTOR shall immediately: (i) stop all TRACTOR shall. promptly after becoming aware thereof and Work in connection with such hazardous condition and in before further disturbing conditions affected thereby or per- any area affected thereby (except in an emergency as re- "' forming any Work in connection therewith (except in an quired by paragraph 6.23), and (ii) notify OWNER and emergency as required by paragraph 6.23), identify the owner ENGINEER (and thereafter confirm such notice in writing). of such Underground Facility and give written notice to that OWNER shall promptly consult with ENGINEER concern- owner and to OWNER and ENGINEER. ENGINEER will __ ing the necessity for OWNER to retain a qualified expert to promptly review the Underground Facility and determine the evaluate such hazardous condition or take corrective action, extent, if any, to which a change is required in the Contract ifany. CONTRACTOR shall not bc required to resume Work Documents to reflect and document the consequences of the in connection with such hazardous condition or in any such ,_ existence of the Underground Facility. If ENGINEER con- affected area until after OWNER has obtained any required eludes that a change in the Contract Documents is required, a permits related thereto and delivered to CONTRACTOR Work Change Directlye or a Change Order will be issued as special written notice: (i) specifying that such condition and provided in Article i0 to reflect and document such conse- any affected area is or has been rendered safe for the --. quences. During such time, CONTRACTOR shall be respon- resumption of Work, or (it) specifying any special conditions siblc for the safety and protection of such Underground Facility under which such Work may be resumed safely. If OWNER as provided in paragraph 6.20. CONTRACTOR shall be al- and CONTRACTOR cannot agree as to entitlement to or the Iowcd an increase in the Contract Price or an extension of the amount or extent of an adjustment, if any, in Contract Price " Contract Times, or both, to the extent that they are attributable or Contract Times as a result of such Work stoppage or such to the existence of any Underground Facility that was not special conditions under which Work is agreed by CON- shown or indicated in the Contract Documents and that CON- TRACTOR to be resumed, either party may make a claim ,- TRACTOR did not know of and could not reasonably have therefor as provided in Articles I I and 12. been expected to be aware of or to have anticipated. If OWNER and CONTRACTOR are unable to agree on entitle- 4.5.3. If after receipt of such special written notice merit to or the amount or length of any such adjustment in CONTRACTOR does not agree to resume such Work based -- Contract Price or Contract Times. CONTRACTOR may make on a reasonable belief it is unsafe, or does not agree to a claim therefor as provided in Articles I I and 12. However. resume such Work under such special conditions, then OWNER. ENGINEER and ENGINEER's Consultants shall OWNER may order such portion of the Work that is in not be liable to CONTRACTOR for any claims. costs, losses or connection with such hazardous condition or in such af- "' damages incurred or sustained by CONTRACTOR on or in fected area to be deleted from the Work. If OWNER and connection with any other project or anticipated project. 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 Reference Points: Work, then either party may make a claim therefor as provided in Articles I1 and 12. OWNER may have such 4.4. OWNER shall provide engineering surveys to estab- deleted portion of the Work performed by OWNER's own · -- lish reference points for construction which in ENGINEER's forces or others in accordance with Article 7. judgment are necessary to enable CONTRACTOR to proceed with the Work. CONTRACTOR shall be responsible for laying 4.5.4. To the fullest extent permitted by Laws and Reg- - out the Work, shall protect and preserve the established ulations, OWNER shall indemnify and hold harmless CON- '"' reference points and shall make no changes or relocations TRACTOR, Subcontractors, ENGINEER, ENGINEER's 19 **Indicates paragraph altered or deleted by Supplementary Conditions Consultants and the officers, directors, employees, agents. companies that arc duly licensed or authorized in the juris- other consultants and subcontractors of each and any of diction in which the Project is located to issue Bonds or them from and against all claims, costs, losses and damages insurance policies for the limits and coverages so required. arising out or or resulting from such hazardous condition, Such surety and insurance companies shall also meet such provided that: (i) any such claim, cost, loss or damage is additional requirements and qualifications as may be pro- attributable to bodily injury, sickness, disease or death, or to vidcd in the Supplementary Conditions. injury to or destruction of tangible property (other than the Work itself'), including the loss of use resulting therefrom, 5.3.2. CONTRACTOR shall deliver to OWNER, with and (it) nothing in this subparagraph 4.5.4 shall obligate copies to each additional insured identified in the Supple- OWNER to indemnify any person orcntity from and against mentary Conditions, certificates of insurance (and other the consequences of that person's or entity's own neBli- evidence of insurance requested by OWNER or any other gcnce. additional insured) which CONTRACTOR is required to purchase and maintain in accordance with paragraph 5.4. 4.5.5. The provisions of paragraphs 4.2 and 4.3 are not OWNER shall deliver to CONTRACTOR, with copies to intended to apply to Asbestos, PCBs, Petroleum, Hazardous each additional insured identified in the Supplementary Waste or Radioactive Material uncovered or revealed at the Conditions, certificates or insurance (and other evidence of site. 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 1.~abi~O~ Insurunce: 5.4. CONTRACTOR shall purchase and maintain such Performance, Payment and OtherBonds: liability and other insurance as is appropriate for the Work being performed and furnished and as will provide protection * 5. I. CONTRACTOR shall furnish Performance and Pay- from claims set forth below which may arise out of or result merit Bonds, each in an amount at least equal to the Contract from CONTRACTOR's performance and furnishing of the Price as security for the faithful performance and payment of Work and CONTRACTOR's other obligations under the Con- all CONTRACTOR's obligations under the Contract Docu- tract Documents, whether it is to be performed or furnished by ments. These Bonds shall remain in effect at least until one CONTRACTOR, any Subcontractor or Supplier, or by anyone year after the date when final payment becomes due, except as directly or indirectly employed by any of them to perform or provided otherwise by Laws or Regulations or by the Contract furnish any of the Work, or by anyone for whose acts any of Documents. CONTRACTOR shall also furnish such other them may be liable: Bonds as are required by the Supplementary Conditions. All Bonds shall be in the form prescribed by the Contract Docu- 5.4.1. claims under workers' compensation, disability ments except as provided otherwise by Laws or Regulations, benefits and other similar employee benefit acts; and shall be executed by such sureties as are named in the current listof"Companies Holding Certificates of Authority as 5.4.2. claims for damages because of bodily injury, oc- Acceptable Sureties on Federal Bonds and as Acceptable cupational sickness or disease, or death of CONTRAC- Reinsuring Companies" as published in Circular 570 (amended) TOR's employees; by the Audit Staff, Bureau of Government Financial Opera- lions, U.S. Treasury Department. All Bonds signed by an 5.4.3. claims for damages because of bodily injury, sick- agent must be accompanied by a certified copy of such agent's hess or disease, or death of any person other than CON- authority to act. TRACTOR's employees; 5.2. If the surety on any Bond furnished by CONTRAC- 5.4.4. claims for damages insured by customary personal TOR is declared a bankrupt or becomes insolvent or its right to injury liability coverage which are sustained: (i) by any do business is terminated in any state where any part of the person as a result of an offense directly or indirectly related Project is located or it ceases to meet the requirements of tothe employment of such person by CONTRACTOR, or(it) paragraph 5. !, CONTRACTOR shall within ten days thereafter by any other person for any other reason; substitute another Bond and surety, both of which must be acceptable to OWNER. 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; 5.3. Licensed Sureties and Insurers; Certificates of Insurance: and 5.3.1. All Bonds and insurance required by the Contract 5.4.6. claims for damages because of bodily injury or Documents to be purchased and maintained by OWNER or death of any person or property damage arising out of the CONTRACTOR shall be obtained from surety or insurance ownership, maintenance or use of any motor vehicle. 20 l'ndj. caCes paragraph al~:ered or del. el:ed by Supplemenl:ary Cond~.c~.ons The policies of insurance so required by this paragraph 5.4 to ancc upon the Work at the site in the amount of the full ,_. be purchased and maintained shall: replacement cost thereof (subject to such deductible amounts as may be provided in the Supplementary Conditions or 5.4.7. with respect to insurance required by paragraphs required by Laws and Regulations). This insurance shall: 5.4.3 through 5.4.6 inclusive, include as additional insurcds .-- (subject to any customary exclusion in respect of profes- 5.6.1. include the interests of OWNER, CONTRAC- sional liability) OWNER, ENGINEER, ENGINEER"s Con- TOR, Subcontractors, ENGINEER, ENGINEER's Con- suitants and any other persons or entities identified in the suitants and any other persons or entities identified in the Supplementary Conditions, all of whom shall be listed as "' additional insureds, and include coverage for the respective Supplementary Conditions, each of whom is deemed to have officers and employees of all such additional insurers; an insurable interest and shall be listed as an insured or additional insured; 5.4.8. include the specific coverages and be written for " not less than the limits of liability provided in the Supple- 5.6.2. be written on a Builder's Risk "all-risk" or open mentary Conditions or required by Laws or Regulations, peril or special causes of loss policy form that shall at least whichever is greater; include insurance for physical loss or damage to the Work, .- temporary buildings, falsework and Work in transit and shall 5.4.9. include completed operations insurance; insure against at least the following perils fire, lightning, extended coverage, theft, vandalism and malicious mischief, 5.4.10. include contractual liability insurance covering earthquake, collapse, debris removal, demolitionoccasioned ,_. CONTRACTOR's indemnity obligations under paragraphs by enforcement of Laws and Regulations, water damage,. 6.12, 6.16 and 6.31 through 6.33; and such other perils as may be specifically required by the 5.4.11. contain a provision or endorsement that the Supplementary Conditions; ,- coverage afforded will not be cancelled, materially changed or renewal refused until at least thirty days prior written 5.6.3. include expenses incurTed in the repair or replace- notice has been given to OWNER and CONTRACTOR and mcnt of any insured property (including but not limited to to each other additional insured identified in the Supplemen- fees and charges of engineers and architects); "' tary Conditions to whom a certificate of insurance has been issued (and the certificates of insurance furnished by the 5.6.4. cover materials and equipment stored at the site or CONTRACTOR pursuant to paragraph 5.3.2 will so pro- at another location that was agreed to in writing by OWNER vide); prior to being incorporated in the Work, provided that such ~ materials and equipment have been included in an Applica- 5.4.12. remain in effect at least until final payment and at tion for Payment recommended by ENGINEER; and all times thereafter when CONTRACTOR may be correct- _ ing, removing or replacing defective Work in accordance 5.6.5. be maintained in effect until final payment is made with paragraph 13.12; and unless otherwise agreed to in writing by OWNER, CON- TRACTOR and ENGINEER with thirty days written notice .S.4.13. with respect to completed operations insurance, to each other additional insured to whom a certificate of ,- and any insurance coverage written on a claims-made basis, insurance has been issued. remain in effect for at least two years after final payment (and CONTRACTOR shall furnish OWNER and each othe'r additional insured identified in the Supplementary Condi- 5.7. OWNER shall purchase and maintain such boiler and " tions to whom a certificate of insurance has been issued machinery insurance or additional property insurance as may evidence satisfactory to OWNER and any such additional be required by the Supplementary Conditions or Laws and insured of continuation of such insurance at final payment Regulations which will include the interests of OWNER, and one year thereafter). CONTRACTOR, Subcontractors, ENGINEER, ENGINEER's " Consultants and any other persons or entities identified in the Supplementary Conditions, each of whom is deemed to have OWNER's Z.iabiZi~ Insurance: an insurable interest and shall be listed as an insured or additional insured. "' 5.5. In addition to the insurance required to be provided by CONTRACTOR under paragraph 5.4, OWNER, at OWNER's 5.8. All the policies of insurance (and the certificates or option, may purchase and maintain at OWNER's expense other evidence thereof) required to be purchased and main- _ OWNER's own liability insurance as will protect OWNER rained by OWNER in accordance with paragraphs 5.6 and 5.7 against claims which may arise from operations under the will contain a provision or endorsement that the coverage Contract Documents. afforded will not be cancelled or materially changed or renewal refused until at least thirty days' prior written notice has been isssw Property Insurance: given to OWNER and CONTRACTOR and to each other additional insured to whom a certificate of insurance has been 5.6. Unless otherwise provided in the Supplementary Con- issued and will contain waiver provisions in accordance with ,-, ditions, OWNER shall purchase and maintain property insur- paragraph 5. II. 21 5.9. OWNER shall not be responsible for purchasing and 5. I 1.2.2. loss or damage to the completed Project or maintaining any property insurance to protect the interests of part thereof caused by, arising out of or resulting from fire CONTRACTOR, Subcontractors or others in the Work to the or other insured peril covered by any property insurance extent of any deductible amounts that are identified in the maintained on the completed Project or part thereof by Supplementary Conditions. The risk of loss within such iden- OWNER during partial utilization pursuant to paragraph titled deductible amount, will be borne by CONTRACTOR, 14.10, after substantial completion pursuant to paragraph Subcontractor or others suffering any such loss and if any of 14.8 or after final payment pursuant to paragraph 14.13. them wishes property insurance coverage within the limits of Any insurance policy maintained by OWNER covering any such amounts, each may purchase and maintain it at the 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 purchaser's own expense. payment of any such loss, damage or consequential loss the insurers will have no rights of recovery against any of CON- 5.10. If CONTRACTOR requests in writing that other TRACTOR, Subeontractors, ENGINEER,ENGINEER'sCon- special insurance be included in the property insurance policies suitants and the officers, directors, employees and agents of provided under paragraphs 5.6 or 5.7, OWNER shall, if possi- any of them. bit, include such insurance, and the cost thereof will be charged to CONTRACTOR by appropriate Change Order or Receipt and Application of Insurance Proceeds Written Amcndmcnt. Prior to commencement of the Work at the site, OWNER shall in writing advise CONTRACTOR 5.12. Any insured loss under the policies of insurance whether or not such other insurance has been procured by required by paragraphs 5.6 and 5.7 will be adjusted with OWNER. 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. 5.11. Waiver of RighU: OWNER shall deposit in a separate account any money so received, and shall distribute it in accordance with such agree- 5.1 i.l. OWNER and CONTRACTOR intend that all ment as the parties in interest may reach. If no other special policies purchased in accordance with paragraphs 5.6 and agreement is reached the damaged Work shall be repaired or 5.7 will protect OWNER, CONTRACTOR, Subcontractors, replaced, the moneys so received applied on account thereof ENGINEER, ENGINEER's Consultants and all other per- and the Work and the cost thereof covered by an appropriate sons or entities identified in the Supplementary Conditions to Change Order or Written Amendment. be listed as insureds or additional insureds in such policies 5.13. OWNER as fiduciary shall have power to adjust and and will provide primary coverage for all losses and damages settle any loss with the insurers unless one of the parties in caused by the perils covered thereby. All such policies shall interest shall object in writing within fifteen days after the : contain provisions to the effect that in the event of payment occurrence ofloss to OWNER's exercise of this power. If such of any loss or damage the insurers will have no rights of objection be made, OWNER as fiduciary shall make settlement recovery against any of the insurers or additional insureds with the insurers in accordance with such agreement as the thereunder. OWNER and CONTRACTOR waive all rights parties in interest may reach. If no such agreement among the against each other and their respective officers, directors, parties in interest is reached, OWNER as fiduciary shall adjust employees and agents for all losses and damages caused by, and settle the loss with the insurers and, if required in writing arising out of or resulting from any of the perils covered by by any party in interest, OWNER as fiduciary shall give bond such policies and any other property insurance applicable to for the proper performance of such duties. the Work; and, in addition, waive all such rights against Subcontractors, ENGINEER, ENGINEER's Consultants Acceptance of Bonds and Insurance; Option to Replace: and all other persons or entities identified in the Supplemen- 5.14. !felther party (OWNER or CONTRACTOR) has any tary Conditions to be listed as insurers or additional insurers objection to the coverage afforded by or other provisions of the under such ~licies for losses and damages so caused. None Bonds or insurance required to be purchased and maintained of the above waivers shall extend to the fights that any party by the other party in accordance with Article 5 on the basis of making such waiver may have to the proceeds of insurance non-conformance with the Contract Documents, the objecting held by OWNER as trustee or otherwise payable under any party shall so notify the other party in writing within ten days policy so issued. after receipt of the certificates (or other evidence requested) required by paragraph 2.7. OWNER and CONTRACTOR shall 5. ! 1.2. In addition, OWNER waives all rights against each provide to the other such additional information in respect CONTRACTOR, Subcontractors, ENGINEER, ENGI- of insurance provided as the other may reasonably request. If NEER's Consultants and the officers, directors, employees either party does not purchase or maintain all of the Bonds and and agents of any of them, for:. insurance required of such party by the Contract Documents, such party shall notify the other party in writing of such failure 5.1 i .2.1. loss due to business interruption, loss of use to purchase prior to the start of the Work, or of such failure to or other consequential loss extending beyond direct phys- maintain prior to any change in the required coverage. Without ical loss or damage to OWNER's property or the Work prejudice to any other right or remedy, the other party may caused by, arising out of or resulting from fire or other elect to obtain equivalent Bonds or insurance to protect such "'~ peril, whether or not insured by OWNER; and other party's interests at the expense of the party who was 22 required to provide such coverage, and a Change Order shall CONTRACTOR will not permit overtime work or the perfor- ,- be issued to adjust the Contract Price accordingly. mance of Work on Saturday, Sunday or any legal holiday without OWNER's written consent given after prior written notice to ENGINEER. Partial Utilization--Properly Insurance: "' 6.4. Unless otherwise specified in the General Require- 5.15. If OWNER finds it necessary to occupy or use a ments, CONTRACTOR shall furnish and assume full respon- portion or portions of the Work prior to Substantial Completion sibility for all materials, equipment, labor, transportation, con- ,- 0fall the Work, such use or occupancy may be accomplished in struction equipment and machinery, tools, appliances, fuel, accordance with paragraph 14.10; provided that no such use or. power, light, heat, telephone, water, sanitary facilities, tempo- occupancy shall commence before the insurers providing the rary facilities and all other facilities and incidentals necessary property insurance have acknowledged notice thereof and in for the furnishing, performance, testing, start-up and complc- " writing cffected any changes in coverage necessitated thereby. lion of the Work. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insur- 6.5. All materials and equipment shall be of good quality ,- ancc shall not be cancelled or permitted to lapse on account of and new, except as otherwise provided in the Contract Docu- any such partial use or occupancy. ments. All warranties and guarantees specifically called for by the Specifications shall expressly run to the benefit of OWNER. If required by ENGINEER, CONTRACTOR shall furnish '-- satisfactory evidence (including reports of required tests) as to ART1CLE 6--CONTRACTOR'S RESPONSIBILITIES 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 Supervision and Superintendence: Contract Documents. "' 6. i. CONTRACTOR shall supervise, inspect and direct the Work competently and efficiently, devoting such attention Progress Schedule: thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Con- 6.6. CONTRACTOR shall adhere to the progress schedule "' ',~ tract Documents. CONTRACTOR shall be solely responsible established in accordance with paragraph 2.9 as it may be for the means, methods, techniques, sequences and procedures adjusted from time to time as provided below: of construction, but CONTRACTOR shall not be responsible ,_ for the negligence of others in the design or specification of a 6.6.1. CONTRACTOR shall submit to ENGINEER for specific means, method, technique, sequence or procedure of acceptance (to the extent indicated in paragraph 2.9) pro- construction which is shown or indicated in and expressly posed adjustments in the progress schedule that will not required by the Contract Documents. CONTRACTOR shall be change the Contract Times (or Milestones). Such adjust- '- responsible to see that the completed Work complies accu- ments will conform generally to the progress schedule then rarely with the Contract Documents. in effect and additionally will comply with any provisions of the General Requirements applicable thereto. 6.2. CONTRACTOR shall keep on the Work at all times during its progress a competent resident superintendent, who 6.6.2. Proposed adjustments in the progress schedule shall not be replaced without written notice to OWNER and that will change the Contract Times (or Milestones) shall be ENGINEER except under extraordinary circumstances. The submitted in accordance with the requirements of paragraph ,_ superintendent will be CONTRACTOR's representative at the 12.1. Such adjustments may only be made by a Change site and shall have authority to act on behalf of CONTRAC- Order or Written Amendment in accordance with Article 12. TOR. All communications to the superintendent shall be as binding as if given to CONTRACTOR. " 6.7. Substitules and "Or-Equar' Items: Labor, Materials andEquipment: 6.7.1. Whenever an item of material or equipment is ,- specified or described in the Contract Documents by using 6.3. CONTRACTOR shall provide competent, suitably qual- the name of a proprietary item or the name of a particular ified personnel to survey, lay out and construct the Work as Supplier, the specification or description is intended to required by the Contract Documents. CONTRACTOR shall at establish the type, function and quality required. Unless the --, all times maintain good discipline and order at the site. Except specification or description contains or is followed by words as otherwise required for the safety or protection of persons or reading that no like, equivalent or "or-equar' item or no the Work or property at the site or adjacent thereto, and except substitution is permitted, other items of material or equip- _/ as otherwise indicated in the Contract Documents, all Work at ment or material or equipment of other Suppliers may be " the site shall be performed during regular working hours and accepted by ENGINEER under the following circumstances: 23 6.7. I.I. "Or-Eq~ial' ': if in ENGINEER's sole discre- construction is shown or indicated in and expressly required by lion an item of material or equipment proposed by CON- the Contract Documents, CONTRACTOR may furnish or TRACTOR is functionally equal [o that named and suffi- utilize a substitute means, method, technique, sequence or cicntly similar so that no change in related Work will be procedure or construction acceptable to ENGINEER. CON- required, it may be considered by ENGINEER as an TRACTOR shall submit sufficient information to allow ENGI- "or-equal" item, in which case review and approval of the NEER, in ENGINEER's sole discretion, to determine that the proposed item may, in ENGINEER's sole discretion, be substitute proposed is equivalent to that expressly called for by accomplished without compliance with some or all of the the Contract Documents. The procedure for review by ENG l- requirements for acceptance of proposed substitute items. NEER will be similar to that provided in subparagraph 6.7, i.2. 6.7.1.2. Substilt~te Items: If in ENGINEER's sole 6.7.3. Engineer's Et'tzluation: ENGINEER will be allowed discretion an item of material or equipment proposed by a reasonable time within which to evaluate each proposal or CONTRACTOR does not qualify as an "or-equal" item submittal made pursuant to paragraphs 6.7.1.2 and 6.7.2. under subparagraph 6.7. i. I, it will be considered a pro- ENGINEER will be the sole judge of acceptability. No "or- posed substitute item. CONTRACTOR shall submit suffi- equal" or substitute will be ordered, installed or utilized cient information as provided below to allow ENGINEER without ENGINEER's prior written acceptance which will be -. to determine that the item of material or equipment evidenced by either a Change Order or an approved Shop proposed is essentially equivalent to that named and an Drawing. OWNER may require CONTRACTOR to furnish at acceptable substitute therefor. The procedure for review CONTRACTOR's expense a special performance guarantee or by the ENGINEER will include the following as supple- other surety with respect to any "or-equal" or substitute. "' mented in the General Requirements and as ENGINEER ENGINEER will record time required by ENGINEER and may decide is appropriate under the circumstances, Re- ENGINEER's Consultants in evaluating substitutes proposed quests for review of proposed substitute items of material or submitted by CONTRACTOR pursuant to paragraphs 6.7. 1.2 or equipment will not be accepted by ENGINEER from and 6.7.2 and in making changes in the Contract Documents (or anyone other than CONTRACTOR. if CONTRACTOR in the provisions ofany other dircct contract with OWNER for wishes to furnish or use a substitute item of material or work on the Project) occasioncd thereby. Whether or not equipment, CONTRACTOR shall first make written appli* ENGINEER accepts a substitute item so proposed or submit- '- cation to ENGINEER for acceptance thereof, certifying ted by CONTRACTOR, CONTRACTOR shall reimburse that the proposed substitute will perform adequately the OWNER for the charges of ENGINEER and ENGINEER's functions and achieve the results called for by the general Consultants for evaluating each such proposed substitute item. 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 Concerning Subcontractors, Suppliers and Ot!~ers: acceptance of the proposed substitute will prejudice CON- TRACrOR's achievement of Substantial Completion on 6.8.1. CONTRACTOR shall not employ any Subcon- time, whether or not acceptance of the substitute for use in tractor, Supplier or other person or organization (including the Work will require a change in any of the Contract those acceptable to OWNER and ENGINEER as indicated Documents (or in the provisions of any other direct in paragraph 6.8.2), whether initially or as a substitute, contract with OWNER for work on the Project) to adapt against whom OWNER or ENGINEER may have reason- the design to the proposed substitute and whether or not able objection. CONTRACTOR shall not be required to incorporation or use of the substitute in connection with employ any Subcontractor, Supplier or other person or the Work is subject to payment of any license fee or organization to furnish or perform any of the Work against royalty. All variations of the proposed substitute from that whom CONTRACTOR has reasonable objection. specified will be identified in the application and available maintenance, repair and replacement service will be indi- 6.8.2, If the Supplementary Conditions require the idcn- cared. The application will also contain an itemized esti- tity of certain Subcontractors, Suppliers or other persons or mate of all costs or credits that will result directly or organizations (including those who arc to furnish the princi- indirectly from acceptance of such substitute, including pal items of materials or equipment) to be submitted to costs ofredesignand claims of other contractors affected OWNER in advance of the specified date prior to the by the resulting change, all of which will be considered by Effective Date of the Agreement for acceptance by OWNER ENGINEER in evaluating the proposed substitute. EN- and ENGINEER, and if CONTRACTOR has submitted a GINEER may require CONTRACTOR to furnish addi- list thereof in accordance with the Supplementary Condi- tional data about the proposed substitute. tions, OWNER's or ENGINEER's acceptance (either in writing or by failing to make written objection thereto by the 6.7.1.3. CONTRACTOR's Expense: All data to be dale indicated for acceptance or objection in the bidding provided by CONTRACTOR in support of any proposed documents or the Contract Documents) of any such Subcon- "or-equal" or substitute item will be at CONTRACTOR's tractor, Supplier or other person or organization so identified "' expense. may be revoked on the basis of reasonable objection after due investigation, in which case CONTRACTOR shall sub- 6.7.2. S~bsiituteConsrructionMethodsorProcedures:ira mit an acceptable substitute, the Contract Price will be specific means, method, technique, sequence or procedure of adjusted by the difference in the cost occasioned by such 24 substitution and an appropriate Change Order will be issued of the Work or the incorporation in the Work of any invention, ... or Written Amendment signed. No acceptance by OWNER design, process, product or device which is the subject of or ENGINEER of any such Subcontractor, Supplier or other patent fights or copyrights held by others. If a particular person or organization shall constitute a waiver of any fight invention, design, process, product or device is specified in the of OWNER or ENGINEER to reject defectire Work. Contract Documents for use in the performance of the Work · -' and if to the actual knowledge of OWNER or ENGINEER its :~ * 6.9.1. CONTRACTOR shall be fully responsible to use is subject to patent rights or copyrights calling for the OWN ER and ENGINEER for all acts and omissions of the payment of any license fee or royalty to others, the existence of Subcontractors, Suppliers and other persons and organiza- such rights shall be disclosed by OWNER in the Contract """ tionsperformingorfurnishinganyoftheWorkunderadirect Documents. To the fullest extent permitted by Laws and or indirect contract with CONTRACTOR just as CON- Regulations, CONTRACTOR shall indemnify and hold harm- TRACTOR is responsible for CONTRACTOR's own acts less OWNER, ENGINEER, ENGINEER's Consultants and .,. and omissions. Nothing in the Contract Documents shall the officers, directors, employees, agents and other consultants create for the benefit of any such Subcontractor, Supplier or of each and any of them from and against all claims, costs, other person or organization any contractual relationship losses and damages arising out of or resulting from any between OWNER or ENGINEER and any such Subcon- infringement of patent rights or copyfights incident to the use in ,., tractor, Supplier or other person or organization, nor shall it the performance of the Work or resulting from the incorpora- create any obligation on the part of OWNER or ENGI- tion in the Work of any invention, design, process, product or NEER to pay or to see to the payment of any moneys due device not specified in the Contract Documents. any such Subcontractor, Supplier or other person or organi- '-' zation except as may otherwise be required by Laws and Regulations. Perre/is: 6.9.2. CONTRACTOR shall be solely responsible for ** 6.13. Unless otherwise provided in the Supplementary ""' scheduling and coordinating the Work of Subcontractors, Conditions, CONTRACTOR shall obtain and pay for all con- Suppliers and other persons and organizations performing or struction permits and licenses. OWNER shall assist CON- furnishinganyofthcWorkundcradircctorindirectcontract TRACTOR, when necessary, in obtaining such permits and _. with CONTRACTOR. CONTRACTOR shall require all Sub- licenses. CONTRACTOR shall pay all governmental charges contractors, Suppliers and such other persons and organiza- ~ necessary for the prosecution of the Work, lions performing or furnishing any of the Work to communi- which are applicable at the time of opening of Bids, or, if there cute with the ENGINEER through CONTRACTOR. are no Bids, on the Effective Date of the Agreement. CON- "' ) 6.10. The divisions and sections of the Specifications and TRACTOR shall pay all charges of utility owners for connec- the identifications of any Drawings shall not control CON- tions to the Work, and OWNER shall pay all charges of such utility owners for capital costs related thereto such as plant TRACTOR in dividing the Work among Subcontractors or investment fees. .. Suppliers or delineating the Work to be performed by any specific trade. 6.1 !. All Work performed for CONTRACTOR by a Sub- Laws and Regulations: -- contractor or Supplier will be pursuant to an appropriate agreement between CONTRACTOR and the Subcontractor or 6.14.1. CONTRACTOR shall give all notices and comply Supplier which specifically binds the Subcontractor or Supplier with all Laws and Regulations applicable to furnishing and to the applicable terms and conditions of the Contract Docu- performance of the Work. Except where otherwise expressly "' meats for the benefit of OWN ER and ENGINEER. Whenever required by applicable Laws and Regulations, neither OWNER nor ENGINEER shall be responsible for monitoring CON- any such agreement is with a Subcontractor or Supplier who is TRACTOR's compliance with any Laws or Regulations. listed as an additional insured on the property insurance _. provided in paragraph 5.6 or 5.7, the agreement between the 6.14.2. If CONTRACTOR performs any Work knowing CONTRACTOR and the Subcontractor or Supplier will con- or having reason to know that it is contrary to Laws or tain provisions whereby the Subcontractor or Supplier waives Regulations, CONTRACTOR shall bear all claims, costs, all rights against OWNER, CONTRACTOR, ENGINEER, losses and damages caused by, arising out of or resulting _. ENGINEER's Consultants and all other additional insureds for therefrom; however, it shall not be CONTRACTOR's pri- all losses and damages caused by, arising out of or resulting mar), responsibility to make certain that the Specifications from any of the perils covered by such policies and any other and Drawings are in accordance with Laws and Regulations, property insurance applicable to the Work. If the insurers on but this shall not relieve CONTRACTOR of CONTRAC- "'- any such policies require separate waiver forms to be signed by TOR's obligations under paragraph 3 3.2. any Subcontractor or Supplier, CONTRACTOR will obtain the same. m. Taxes: Patent Fees and Royalties: j 6.15. CONTRACTOR shall pay all sales, consumer, use -/ 6.12. CONTRACTOR shall pay all license fees and royal- and other similar taxes required to be paid by CONTRACTOR · -- ties and assume all costs incident to the use in the performance 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 the Work, these record documents, Samples and Shop Draw- Work. ings will be delivered to ENGINEER for OWNER. Use of Premises: Safety and Protection: ,-~ 6.16. CONTRACTOR shall confine construction equip- 6.20. CONTRACTOR shall be responsible for initiating, ment, the storage of materials and equipment and the opera- maintaining and supervising all safety precautions and pro- tions of workers to the site and land and areas identified in and grams in connection with the Work. CONTRACTOR shall take permitted by the Contract Documents and other land and areas all necessary precautions for the safety of, and shall provide permitted by Laws and Regulations, rights-of-way, permits and the necessary protection to prevent damage, injury or loss to: easements, and shall not unreasonably encumber the premises with construction equipment or other materials or equipment. 6.20.1. all persons on the Work site or who may be CONTRACTOR shall assume full responsibility for any dam- affected by the Work; age to any such land or area, or to the owner or occupant thereof or of any adjacent !and or areas, resulting from the 6.20.2. all the Work and materials and equipment to be performance of the Work. Should any claim be made by any incorporated therein, whether in storage on or off the site; such owner or occupant because of the performance of the and Work, CONTRACTOR shall promptly settle with such other party by negotiation or otherwise resolve the claim by arbitra- 6.20.3. other property at the site or adjacent thereto, "" tion or other dispute resolution proceeding or at law. CON- including trees, shrubs, lawns, walks, pavements, roadways, TRACTOR shall, to the fullest extent permitted by Laws and structures, utilities and Underground Facilities not dcsig- Regulations, indemnify and hold harmless OWNER, ENGI- natcd for removal, relocation or replacement in the course of NEER, ENGINEER's Consultant and anyone directly or construction. " indirectly employed by any of them from and against all claims, costs, losses and damages arising out ofor resulting from any CONTRACTOR shall comply with all applicable Laws and claim or action, legal or equitable, brought by any such owner Regulations of any public body having jurisdiction for safety of '- or occupant against OWNER, ENGINEER or any other party persons or property or to protect them from damage, injury or indemnified hereunder to the extent caused by or based upon loss; and shall erect and maintain all necessary safeguards for CONTRACTOR's performance of the Work. such safety and protection. CONTRACTOR shall notify own- ors of adjacent property and of Underground Facilities and "' 6. 17. During the progress of the Work, CONTRACTOR utility owners when prosecution of the Work may affect them, shall keep the premises free from accumulations of waste and shall cooperate with them in the protection, removal, materials, rubbish and other debris resulting from the Work. At relocadon and replacement of their property. All damage, -.. the completion of the Work CONTRACTOR shall remove all injury or loss to any property referred to in paragraph 6.20.2 or waste materials, rubbish and debris from and about the pre- 6.20.3 caused, directly or indirectly, in whole or in pan, by mists as well as all tools, appliances, construction equipment CONTRACTOR, any Subcontractor, Supplier or any other and machinery and surplus materials. CONTRACTOR shall person or organization directly or indirectly employed by any -., leave the site clean and ready for occupancy by OWNER at of them to perform or furnish any of the Work or anyone for Substantial Completion of the Work. CONTRACTOR shall whose acts any of them may be liable, shall be remedied by restore to original condition all property not designated for CONTRACTOR (except damage or loss attributable to the alteration by the Contract Documents. fault of Drawings or Specifications or to the acts or omissions ' of OWNER or ENGINEER or ENGINEER's Consultant or 6.18. CONTRACTOR shall not load nor permit any part of anyone employed by any of them or anyone for whose acts any any structure to be loaded in any manner that will endanger the of them may be liable, and not attributable, directly or indi- structure, nor shall CONTRACTOR subject any pan of the rectly, in whole or in part, to the fault or negligence of Work or adjacent property to stresses or pressures that will CONTRACTOR or any Subcontractor, Supplier or other per- endanger it. 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 Record Documents: all the Work is completed and ENGINEER has issued a notice to OWNER and CONTRACTOR in accordance with para- 6.19. CONTRACTOR shall maintain in a safe place at the graph 14.13 that the Work is acceptable (except as otherwise site one record copy of all Drawings, Specifications, Addenda, expressly provided in connection with Substantial Comple- Written Amendments, Change Orders, Work Change Direc- tion). rives, 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. Safety Representative: These record documents together with all approved Samples and a counterpart of all approved Shop Drawings will be 6.21/CONTRACTORshalldesignateaquali~ed and expe- ,,.. available to ENGINEER for reference. Upon completion of rienced safety representative at the site whose duties and 26 responsibilities shall be Ihe prevention of accidents and the 6.25.1.1. all field measurements, quantities. dimen- ,-, maintaining and supervising of safety precautions and pro- sions, specified performance criteria, installation require- grams. ments, materials, catalog numbers and similar information with respect thereto, ,, Hazard Communication Programs: 6.25.1.2. all materials with respect to intended use, fabrication, shipping, handling, storage, assembly and 6.22. CONTRACTOR shall be responsible for coordinating installation pertaining to the performance of the Work, and any exchange of material safety data sheets or other hazard ,-' communication information required to be made available to or 6.25.1.2. all information relative to CONTRACTOR's exchanged between or among employers at the site in accor- sole responsibilities in respect of means, methods, tech- dance with Laws or Regulations. niques, sequences and procedures of construction and ,-- safety precautions and programs incident thereto. Emergencies: CONTRACTOR shall also have reviewed and coordinated each Shop Drawing or Sample with other Shop Drawings ,-- 6.23. in emergencies affecting the safety or protection of and Samples and with the requirements of the Work and the persons or the Work or property at the site or adjacent Contract Documents. thereto, CONTRACTOR, without special instruction or au- thorization from OWNER or ENGINEER, is obligated to 6.25.2. Each submittal will bear a stamp or specific ,_ act to prevent threatened damage, injury or loss. CON- written indication that CONTRACI'OR has satisfied CON- TRACTOR shall give ENGINEER prompt written notice if TRACI'OR's obligations under the Contact Documents with CONTRACTOR believes that any significant changes in the respect to CONTRACTOR'S review and approval of that Work or variations from the Contract Documents have been submittal. · -- caused thereby. if ENGINEER determines that a change in the Contract Documents is required because of the action 6.25.3. At the time of each submission, CONTRACTOR taken by CONTRACTOR in response to such an emergency, shall give ENGINEER specific written notice of such vari- a Work Change Directire or Change Order will be issued to ations, if any, that the Shop Drawing or Sample submitted "' document the consequences of such action. may have from the requirements of the Contract Documents, · such notice to be in a written communication separate from 6.24. Shop Drawings and Samples: 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. 6.24.1. CONTRACTOR shall submit Shop Drawings to ENG IN EER for review and approval in accordance with the ,_ accepted schedule of Shop Drawings and Sample submittals 6.26. ENGINEER will review and approve Shop Drawings and Samples in accordance with the schedule of Shop Draw- (see paragraph 2.9). All submittals will be identified as ENG1NEER may require and in the number of copies ings and Sample submittals accepted by ENG1NEER as re- specified in the General Requirements. The data shown on quired by paragraph 2.9. ENGINEER's review and approval '-- the Shop Drawings will be complete with respect to quanti- will be only to determine if the items covered by the submittals ties, dimensions, specified performance and design criteria, will, after installation or incorporation in the Work, conform to materials and similar dam to show ENGINEER the materi- the information given in the Contract Documents and be als and equipment CONTRACTOR proposes to provide and compatible with the design concept of the completed Project as " to enable ENGINEER to review the information for the a functioning whole as indicated by the Contract Documents. limited purposes required by paragraph 6.26. ENGINEER's review and approval will not extend to means, methods, techniques, sequences or procedures of construction ,_ 6.24.2. CONTRACTOR shall also submit Samples to (except where a particular means, method, technique, se- ENGINEER for review and approval in accordance with quence or procedure of construction is specifically and ex- said accepted schedule of Shop Drawings and Sample sub- pressly called for by the Contract Documents) or to safety initials. Each Sample will be identified clearly as to material, precautions or programs incident thereto. The review and -- Supplier, pertinent data such as catalog numbers and the use approval of a separate item as such will not indicate approval of the assembly in which the item functions. CONTRACI~R for which intended and otherwise as ENGINEER may require to enable ENGINEER to review the submittal for shall make corrections required by ENGINEER, and shall the limited purposes required by paragraph 6.26. The hum- return the required number of corrected copies of Shop Draw- ' bers of each Sample to be submitted will be as specified in ings and submit as required new Samples for review and the Specifications. approval. CONTRACTOR shall direct specific attention in writing to revisions other than the corrections called for by ENGINEER on previous submittals. 6.25, Subm_i_nn~! Procedures: 6.27. ENGINEER's review and approval of Shop Draw- 6.25. I. Before submitting each Shop Drawing or Sam- ings or Samples shall not relieve CONTRACTOR from respon- ,, "' pie, CONTRACTOR shall have determined and verified: sibility for any variation from the requirements of the Contract 27 Documents unless CONTRACTOR has in writing called EN- 6.30.2.5. any acceptance by OWNER orany failure to .., GINEER's attention to each such variation at the time of do so; submission as required by paragraph 6.25.3 and ENGINEER has given written approval of each such variation by specific 6.30.2.6. any review and approval of a Shop Drawing written notation thereof incorporated in or accompanying the or Sample submittal or the issuance of a notice of accept- ,,, Shop Drawing or Sample approval; nor will any approval by ability by ENGINEER pursuant to paragraph 14.13; :1 ENGINEER relieve CONTRACTOR from responsibility for complying with the requirements of paragraph 6.25. !. 6.30.2.7. any inspection, test or approval by others; or 6.30.2.8. any correction of defective Work by OWN E R. 6.28. Where a Shop Drawing or Sample is required by the Contract Documents or the schedule of Shop Drawings and Sample submissions accepted by ENGINEER as required by Indemnification: paragraph 2.9, any related Work performed prior to ENGI- NEER's review and approval of the pertinent submittal will be 6.31. To the fullest extent permitted by Laws and Regula- at the sole expense and responsibility of CONTRACTOR. tions, CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER. ENGINEER's Consultants and the officers, directors, employees, agents and other consultants of Continuing the Work: each and any of them from and against all claims, costs, losses and damages (including but not limited to all fees and charges 6.29. CONTRACTOR shall carry on the Work and adhere of engineers, architects, attorneys and other professionals and to the progress schedule during all disputes or disagreements all court or arbitration or other dispute resolution costs) caused with OWNER. No Work shall be delayed or postponed pend- by, arising out of or resulting from the performance of the ing resolution of any disputes or disagreements, except as Work, provided that any such claim, cost, loss or damage: (i) is permitted by paragraph 15.5 or as OWNER and CONTRAC- attributable to bodily injury, sickness, disease or death, or to TOR may otherwise agree in writing. 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 pan by any negligent act or 6.30. CONTRACTOR's General Warranty and Guarantee: omission of CONTRACTOR, any Subcontractor, any Supplier, any person or organization directly or indirectly employed by 6.30.1. CONTRACTOR warrants and guarantees to any of them to perform or furnish any of the Work or anyone OWNER, ENGINEER and ENGIN EER's Consultants that for whose acts any of them may be liable, regardless of whether all Work will be in accordance with the Contract Documents or not caused in part by any negligence or omission of a person and will not be defectire. CONTRACTOR's warranty and or entity indemnified hereunder or whether liability is imposed guarantee hereunder excludes defects or damage caused by: upon such indemnified party by Laws and Regulations regard- -_ less of the negligence of any such person or entity. 6.30.1.1. abuse,modificationorimpropermaintenance 6.32. In any and all claims against OWNER or ENGI- or operation by persons other than CONTRACTOR, Sub- NEER or any of their respective consultants, agents, officers, " contractors or Suppliers; or directors or employees by any employee (or the survivor or penonal representative of such employee) of CONTRACTOR, 6.30. 1.2. normal wear and tear under normal usage. any Subcontractor, any Supplier, any person or organization directly or indirectly employed by any of them to perform or 6.30.2. CONTRACTOR's obligation to perform and corn- furnish any of the Work, or anyone for whose acts any of them plete the Work in accordance with the Contract Documents may be liable, the indemnification obligation under paragraph shall be absolute. None of the following will constitute an 6.31 shall not be limited in any way by any limitation on the acceptance of Work that is not in accordance with the amount or type of damages, compensation or benefits payable Contract Documents or a release of CONTRACIOR's obli- by or for CONTRACTOR or any such Subcontractor, Supplier gution to perform the Work in accordance with the Contract or other person or organization under workers' compensation Documents: acts, disability benefit acts or other employee benefit acts. .-- 6.30.2.1. observations by ENGINEER; 6.33. The indemnification obligations of CONTRACTOR under paragraph 6.31 shall not extend to the liability of ENGI- I 6.30.2.3. recommendation of any progress or. final NEER and ENGINEER's Consultants, officers, directors. " payment by ENGINEER; employees or agents caused by the professional negligence, errors or omissions of any of them. 6.30.2.3. the issuance of a certificate of Substantial Completion or any payment by OWNER to CONTRAC- TOR under the Contract Documents; SurFival of Obh;gations: I 6.30.2.4. use or occupancy of the Work or any part 6.34. All representations, indemnifications, warranties and ' .--, thereof by OWNER; guarantees made in, required by or given in accordance with 28 the Contract Documents, as well as all continuing obligations Coerdinatian: -- indicated in the Contract Documents. will survive final pay- ment, completion and acceptance oflhe Work and termination 7.4. If OWNER contracts with others for the performance ofother work on the Project at the site, the following will be set or completion of the Agreement. forth in Supplementary Conditions: 7.4.1. the person, firm or corporation who will have authority and responsibility for coordination of the activities ARTICLE 7---OTHER WORK among the various prime contractors will be identified; 7.4.2. the specific matters to bc covered by such author- ity and responsibilRy will be itemized; and Related Worlc at Size: 7.4.3. the extent of such authority and responsibilities will be provided. 7.1. OWNER may perform other work related to the Project at the site by OWNER's own forces, or let other Unless otherwise provided in the Supplementary Condi- ,.. direct contracts therefor which shall contain General Condi- tions, OWNER shall have sole authority and responsibility in tions similar to these, or have other work performed by respect of such coordination. 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 starling any such other work, and (ii) CONTRAC- ARTICLE 8--OWNER'S RESPONSIBILITIES TOR may make a claim therefor as provided in Articles 11 ,.- and 12 if CONTRACTOR believes that such performance 8. I. Except as otherwise provided in these General Condi- will involve additional expense to CONTRACTOR or re- tions, OWNER shall issue all communications to CONTRAC- quires additional time and the parties are unable to agree as to the amount or extent thereof. TOR through ENGINEER. "' 8.2. In case of termination of the employment of ENG!- 7.:2. CONTRACTOR shall afford each other contractor NEER, OWNER shall appoint an engineer against whom who is a parly to such a direct contract and each utility CONTRACTOR makes no reasonable objection, whose status owner (and OWNER, if OWNER is performing the addi- under the Contract Documents shall be that of the former ) tional work with OWNER's employees) proper and safe ENGINEER. access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the 8.3. OWNER shall furnish the data required of OWNER .- execution of such other work and shall properly connect and under the Contract Documents promptly and shall make pay- coordinate the Work with theirs. Unless otherwise provided mcnts to CONTRACTOR promptly when they are due as in the Contract Documents, CONTRACTOR shall do all provided in paragraphs 14.4 and 14.13. cutting, fitting and patching of the Work that may be required "' to make its several parts come together properly and inte- 8.4. OWNER's duties in respect of providing lands and grate with such other work. CONTRACTOR shall not en- easements and providing engineering surveys to establish ref- danger any work of others by cutting, excavating or other- erenee points are set forth in paragraphs 4. ! and 4.4. Paragraph wise altering their work and will only cut or alter their work 4.2 refers to OWNER's identifying and making available to "' with the written consent of ENGINEER and the others CONTRACTOR copies of reports of explorations and tests of whose work will be affected. The duties and responsibilities subsurface conditions at the site and drawings of physical of CONTRACTOR under this paragraph are for the benefit of conditions in existing structures at or contiguous to the site that ,., such utility owners and other contractors to the extent that have been utilized by ENGINEER in preparing the Contract there are comparable provisions for the benefit of CON- Documents. TRACTOR in said direct contracts between OWNER and 8.5. OWNER's responsibilities in respect of purchasing such utility owners and other contractors. and maintaining liability and property insurance are set forth in 7.3. If the proper execution or results of any part of paragraphs 5.5 through 5.10. CONTRACTOR's Work depends upon work performed by 8.6. OWNER is obligated to execute Change Orders as ,- others under this Article 7, CONTRACTOR shall inspect such indicated in paragraph 10.4. other work and promptly report to ENGINEER in writing any delays, defects or deficiencies in such other work that render it 8.7. OWNER's responsibility in respect of certain inspec- unavailable or unsuitable for the proper execution and results tions, tests and approvals is set forth in paragraph 13.4. -- of CONTRACTOR's Work. CONTRACTOR's failure so to report will constitute an acceptance of such other work as fit 8.8. in connection with OWNER's right to stop Work or and proper for integration with CONTRACTOR's Work excePt suspendWork, see paragraphs 13.10and 15.1. Paragraph 15.2 .,.~ for latent or nonapparent defects and deficiencies in such other deals with OWN ER's right to terminate services of CON- '- work. TRACTOR under certain circumstances. 29 8.9. The OWNER shall not supervise, direct or have observations of CONTRACTOR's Work ENGINEER will not control or authority over, nor be responsible for, CONTRAC- supervise, direct, control or havc authority over or be rcspon- TQR's means, methods, techniques, sequences or procedures sible for CONTRACTOR's means, methods, techniques, se- ofconstruction or the safety precautions and programs incident qucnccs or procedures of construction, or the safety prccau- thereto, or for any failure of CONTRACTOR to comply with lions and programs incident thcreto, or for any failurc of .., Laws and Regulations applicable to the furnishing or perfor- CONTRACTOR to comply with Laws and Regulations appli- mance of the Work. OWNER will not be responsible for cable to the furnishing or performance of the Work. CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents. "' Project R eprese ntalive : 8.10. OWNER'S responsibility in respect of undiscloscd Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive 9.3. If OWNER and ENGINEER agree, ENGINEER will furnish a Resident Project Representative to assist ENGI- '"' Materials uncovered or revealed at the site is set forth in paragraph 4.5. 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 bc 8.1 I. If and to the extent OWNER has agreed to furnish as provided in paragraph 9.13 and in the Supplementary " CONTRACTOR reasonable evidence that financial arrange- Conditions. If OWNER designates another representative or mcnts have been made to satisfy OWNER's obligations under agent to represent OWNER at the site who is not ENGI- the Contract Documents, OWNER's responsibility in respect NEER's Consultant, agent or employee, the responsibilities _. thereof will be as set forth in the Supplementary Conditions. and authority and limitations thereon of such other person will be as providcd in the Supplementary Conditions. ARTICLE 9---ENGINEER'S STATUS DURING Clarifications and interpretations: CONSTRUCTION 9.4. ENGINEER will issue with reasonable promptness such written clarifications or interpretations of the rcquirc- " OWNER's Representative: merits 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 9.1. ENGINEER will be OWNER'srcprescntativc during from Contract Documents. Such written clarifications and --"' the construction period. The duties and responsibilities and the interpretations will be binding on OWNER and CONTRAC- limitations of authority of ENGINEER as OWNER's reprc- TOR. If OWNER or CONTRACTOR believes that a written sentative during construction are set forth in the Contract clarification or interpretation justifies an adjustment in the ... Documents and shall not be extended without written consent of OWNER and ENGINEER. 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- Visits to Site: vidcd in Article I I or Article 12. "" 9.2. ENGINEER will make visits to the site at intervals Authorized Variations in Work: appropriate to the various stages of construction as ENGI- - NEER deems necessary in order to observe as an experienced 9.5. ENGINEER may authorize minor variations in the and qualified design professional the progress that has been Work from the requirements of the Contract Documents which made and the quality of the various aspects of CONTRAC- do not involve an adjustment in the Contract PHcc or the TOR's executed Work. Based on information obtained during Contract Times and arc compatible with the design concept of "' such visits and observations, ENGINEER will cndeavor for the complcted Project as a functioning whole as indicated by the bcncfit of OWNER to determine, in general, if the Work is the Contract Documents. These may be accomplished by a proceeding in accordance with the Contract Documents. EN- Field Order and will be binding on OWNER and also on --- GINEER will not be required to make exhaustive or continu- CONTRACTOR who shall perform theWork involved promptly. ous on-site inspections to check the quality or quantity of the !f OWNER or CONTRACTOR believes that a Field Order Work. ENGINEER's efforts will be directed toward providing justifies an adjustment in the Contract Pricc or the Contract for OWNER a greater degree of confidence that the completed Times and the parties arc unable to agree as to the amount or Work will conform generally to the Contract Documents. On extent thereof, OWNER or CONTRACTOR may make a the basis of such visits and on-site observations, ENGINEER written claim therefor as provided in Article I ! or 12. will keep OWNER informed of the progress of the Work and will endeavor to guard OWNER against defective Work. EN- "" GINEER's visits and on-site observations arc subject to all the Rejecting Defective Work: limitations on ENGINEER's authority and responsibility set forth in paragraph 9.13, and particularly, but without limitation, 9.6. ENGINEER will have authority to disapprove or during or as a result of ENGINEER's on-site visits or reject Work which ENGINEER believes to be defective, or 30 that ENGINEER believes will not produce a completed Project to ENGINEER and the other party to Ihe Agreement promptly "' that conforms Io the Contract Documents or that will prejudice (but in no event later than thirty days) after the start of the the integrity of the design concept of the completed Project as occurrence or event giving rise thereto. and written supporting a functioning whole as indicated by the Contracl Documents. data will be submitted to ENGINEER and the other party ENGINEER will also have authorily to require special inspec- within sixty days after the start of such occurrence or event lime lion or testing of Ihe Work as provided in paragraph 13.9. unless ENGINEER allows an additional period of time for the whether or not the Work is fabricated. installed or completed. 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 Shop Drawings, Change Orders and Payments: thirty days after receipt of the claimant's last submittal (unless ENGINEER allows additional time). ENGINEER will render 9.7. In connection with ENGINEER's authority as to a formal decision in writing within thirty days after receipt of · "' Shop Drawings and Samples, see paragraphs 6.24 through 6.28 the opposing party's submittal. if any, in accordance with this inclusive. paragraph. ENGINEER's written decision on such claim, dispute or other matter will be final and binding upon OWN ER 9.8. In connection with ENGINEER's authority as to ,,- and CONTRACTOR unless: (i) an appeal from ENGINEER's Change Orders, see Articles 10, I i, and 12. decision is taken within the time limits and in accordance with the procedures set forth in EXHIB1T GC-A, "Dispute Reso- 9.9. in connection with ENGINEER's authority as to lution Agreement," entered into between OWNER and CON- ,- Applications for Payment, see Article 14. TRACTOR pursuant to Article 16, or (it) if no such Dispute Resolution Agreement has been entered into. a written notice Determinations for Unit Prices: of intention to appeal from ENGINEER's written decision is ,,, delivered by OWNER or CONTRACTOR to the other and to 9. I0. ENGINEER will determine the actual quantities and ENGINEER within thirty days after the date of such decision classifications of Unit Price Work performed by CONTRAC- and a formal proceeding is instituted by the appealing party in TOR. ENGINEER will review with CONTRACTOR the EN- a forum of competent jurisdiction to exercise such rights or "' GINEER's preliminary determinations on such matters before remedies as the appealing party may have with respect to such rendering a written decision thereon (by recommendation of an claim. dispute or other matter in accordance with applicable Application for Payment or otherwise). ENGINEER's written Laws and Regulations within sixty days of the date of such ,,-." decision thereon will be final and binding upon OWNER and decision. unless otherwise agreed in writing by OWNER and ') CONTRACTOR, unless, within ten days after the date of any CONTRACTOR. such decision. either OWNER or CONTRACTOR delivers to the other and to ENGINEER written notice of intention to 9.12. When functioning as interpreter and judge under "' appeal from ENGINEER's decision and: (i) an appeal from paragraphs 9. l0 and 9. I I. ENGINEER will not show partiality ENG IN EER's decision is taken within the time limits and in to OWNER or CONTRACTOR and will not be liable in accordance with the procedures set forth in Exhibit GC-A. connection with any interpretation or decision rendered in ,- "Dispute Resolution Agreement," entered into between good faith in such capacity. The rendering of a decision by OWNER and CONTRACTOR pursuant to Article 16, or (ii) if ENGINEER pursuant to paragraphs 9. l0 or 9. ! i with respect no such Dispute Resolution Agreement has been entered into, to any such claim. dispute or other matter (except any which a formal proceeding is instituted by the appealing party in a have been waived by the making or acceptance of final ,,, forum of competent jurisdiction to exercise such rights or payment as provided in paragraph 14.15) will be a condition remedies as the appealing party may have with respect to ENGINEER's decision. unless otherwise agreed in writing by precedent to any exercise by OWNER or CONTRACTOR of OWNER and CONTRACTOR. Such appeal will not be subject such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of --' to the procedures of paragraph 9. I 1. any such claim, dispute or other matter pursuant to Article 16. Decisions on Disputes: 9.13. Lim~ it,,tions on ENGL%Z:ER's Authority and Responsibilities: 9.11. ENGINEER will be the initial interpreter of the requirements of the Contract Documents and judge of the 9.13.1. Neither ENGINEER's authority or responsibil- ,._ acceptability of the Work thereunder. Claims. disputes and ity under this Article 9 or under any other provision of the other matters relating to the acceptability of the Work or the Contract Documents nor any decision made by ENG IN EER interpretation of the requirements of the Contract Documents in good faith either to exercise or not exercise such authority pertaining to the performance and furnishing of the Work and or responsibility or the undertaking, exercise or performance '-' Claims under Articles II and 12 in respect of changes in the of any authority or responsibility by ENGINEER shall Contract Price or Contract Times will be referred initially to create, impose orgive rise to any duty owed by ENGINEER ~ ENGINEER in writing with a request for a formal decision in to CONTRACTOR, any Subcontractor. any Supplier, any -'/ accordance with this paragraph. Written notice of each such other person or organization. or to any surety for or era- "' claim, dispute or other matter will be delivered by the claimant ployee or agent of any of them. 31 9.13.2. ENGINEER will not supervise. direct, control 10.4. OWNER and CONTRACTOR shall execute appro- or have authority over or be responsible for CONTRAC- priatc Change Orders recommended by ENGINEER (or Writ- TOR's means, methods, techniques. sequences or procc- ten Amendments)covering: dures of construction. or the safety precautions and pro- grams incident thcreto. orforany failure ofCONTRACTOR 10.4.1. changes in the Work which are (i) ordered by '*' to comply with Laws and Regulations applicable to the OWNER pursuant to paragraph 10.1, (it) required because of furnishing or performance of the Work. ENG IN EER will not acceptance of defective Work under paragraph 13.13 or be responsible for CONTRACTOR's failure to perform or correcting defec'ti,'e Work under paragraph 13.14, or (iii) furnish the Work in accordance with the Contract Docu- agreed to by the parties; "' merits. 10.4.2. changes in the Contract Price or Contract Times 19.13.3. ENGINEER will not be responsible for the acts which are agreed to by the parties; and -,, or omissions of'CONTRACTOR or of any Subcontractor, any Supplier, or of any other person or organization perform- 10.4.3. changes in the Contract Price or Contract Times ing or furnishing any of the Work. which embody the substance of any written decision rcn- dcred by ENGINEER pursuant to paragraph 9.11; 9.13.4. ENGINEER's review of the final Application for Payment and accompanying documentation and all matrite- provided that, in lieu of executing any such Change Order, an nance and operating instructions. schedules. guarantees. appeal may be taken from any such decision in accordance bonds and certificates of inspection. tests and approvals and with the provisions of the Contract Documents and applicable " Other documentation required to be delivered by paragraph Laws and Regulations, but during any such appeal. CON- 14.12 will only be to determine generally that their content TRACTOR shall carry on the Work and adhere to the progress complies with the requirements of, and in the case of schedule as provided in paragraph 6.29. certificates of inspections, tests and approvals that the results certified indicate compliance with, the Contract Doc- 10.5. if notice of any change affecting the general scope of uments. the Work or the provisions of the Contract Documents (includ- ing, but not limited to, Contract Price or Contract Times) is -, 9.13.5. The limitations upon authority and responsibility required by the provisions of any Bond to be given to a surety, set forth in this paragraph 9.13 shall also apply to ENGI- the giving of any such notice will be CONTRACTOR's respon- NEER's Consultants. Resident Project Representative and sibility, and the amount of each applicable Bond will be assistants. adjusted accordingly. " ARTICLE 10--CHANGES IN THE WORK ARTICLE I I---CHANGE OF CONTRACT PRICE I1.1. The Contract Price constitutes the total compensa- 10.1. Without invalidating the Agreement and without lion (subject to authorized adjustments) payable to CON- notice to any surety, OWNER may, at any time or from time TRACTOR for performing the Work. All duties, responsibili- to time, order additions, deletions or revisions in the Work. tiesandobligationsassignedtoorundertakenbyCONTRACTOR Such additions, deletions or revisions will be authorized by shall be at CONTRACTOR's expense without change in the a Written Amendment, a Change Order, or a Work Change Contract Price. ' Directlye. Upon receipt of any such document, CONTRAC- TOR shall promptly proceed with the Work involved which 11.2. The Contract Price may only be changed by a Change will be performed under the applicable conditions of the Order or by a Written Amendment. Any claim for an adjust- ,, Contract Documents (except as otherwise specifically pro- ment in the Contract Price shall be based on written notice vided). delivered by the party making the claim to the other parly and to ENGINEER promptly (but in no event later than thirty 10.2. If OWNER and CONTRACTOR are unable to agree days) after the start of the occurrence or event giving rise to the -- as to the extent, if any, of an adjustment in the Contract Price claim and stating the general nature of the claim. Notice of the or an adjustment of the Contract Times that should be allowed amount of the claim with supporting data shall be delivered as a result of a Work Change Directire, a claim may be made within sixty days after the start of such occurrence or event therefor as provided in Article I I or Article 12. (unless ENG1NEER allows additional time for claimant to submit additional or more accurate data in support of the claim) 10.3. CONTRACTOR shall not be entitled to an increase in and shall be accompanied by claimant's written statement that the Contract Price or an extension of the Contract Times with the adjustment claimed covers all known amounts to which the respect to any Work performed that is not required by the claimant is entitled as a result of said occurrence or event. All Contract Documents as amended, modified and supplemented claims for adjustment in the Contract Price shall be determined as provided in paragraphs 3.5 and 3.6 except in the case of an by ENGINEER in accordance with paragraph 9. I I if OWNER I emergency as provided in paragraph 6.23 or in the case of and CONTRACTOR cannot otherwise agree on the amount ,,-, uncovering Work as provided in paragraph 13.9. involved. No claim for an adjustment in the Contract Price will 32 be valid if not submitted in accordance with this paragraph cash discounts shall accrue to OWNER. All trade discounts, " 11.2. rebates and refunds and returns from sale of surplus materi- als and equipment shall accrue to OWNER, and CON- ~ 11.3. The value ofany Work covered by a Change Order or TRAC'I~R shall make provisions so that they may be ,., of any claim for an adjustment in the Contract Price will be obtained. determined as follows: II .4.3. Payments made by CONTRACTOR to the Sub- 11.3.1. where the Work involved is covered by unit contractors f or Work performed or furnished by Subcontrac- "'" prices contained in the Contract Documents, by application tars. If required by OWNER, CONTRACTOR shall obtain of such unit prices to the quantities of the items involved competitive bids from sUbcontractors acceptable to OWNER (subject to the provisions of paragraphs 11.9.1 through and CONTRACTOR and shall deliver such bids to OWNER I 1.9.3, inclusive); who will then determine, with the advice of ENGINEER, " which bids, if any, will be accepted. If any subcontract 1 ! .3.2. where the Work involved is not covered by unit provides that the Subcontractor is to be paid on the basis of prices contained in the Contract Documents, by a mutually Cost of the Work Plus a fee, the Subcontractor's Cost of the ,_ agreed lump sum (which may include an allowance for Work and fee shall be determined in the same manner as overhead and profit not necessarily in accordance with CONTRACTOR's Cost of the Work and fee as provided in paragraph 11.6.2); paragraphs ! 1.4, ! 1.5, 11.6 and I ! .7. All subcontracts shall be subject to the other provisions of the Contract Documents · -- ! 1.3.3. where the Work involved is not covered by unit insafar as applicable. prices contained in the Contract Documents and agreement to a lump sum is not reached under paragraph ! 1.3.2, on the I ! .4.4. Costs of special consultants (including but not basis of the Cost of the Work (determined as provided in limited to engineers, architects, testing laboratories, survey- " paragraphs 11.4 and 11.5) plus a CONTRACTOR's fee for ors, attorneys and accountants) employed for services spe- overhead and profit (determined as provided in paragraph cifically related to the Work. 11.6). ,,, 11.4.5. Supplemental costs including the following: Cast of the Woric: 1 !.4.5.1. The proportion of necessary transportation, travel and subsistence expenses of CONTRACTOR's era- "-' -~ I ! .4. The term Cost of the Work means the sum of all costs ployees incurred in discharge of duties connected with the necessarily incurred and paid by CONTRACTOR in the proper Work. performance of the Work. Except as otherwise may be agreed to in writing by OWNER, such costs shall be in amounts no !I .4.5.2. Cost, including transportation and matnee- '"' higher than those prevailing in the locality of the Project, shall nance, of all materials, supplies, equipment, machinery, include only the following items and shall not include any ofthe appliances, office and temporary facilities at the site and costs itemized in paragraph 11.5: hand tools not owned by the workers, which are con- ,,, sumed in the performance of the Work, and cost less 11.4. I. Payroll costs for employees in the direct employ market value of such items used but not consumed which of CONTRACTOR in the performance of the Work under remain the property of CONTRACTOR. schedules of job classifications agreed upon by OWN ER and "- CONTRACTOR. Such employees shall include without lim- 11.4.5.3. Rentals of all construction equipment and itation superintendents, foremen and other personnel em- machinery and the parts thereof whether rented from played full- time at the site. Payroll costs for employees not CONTRACTOR or others in accordance with rental agree- employed full time on the Work shall be apportioned on the ments approved by OWNER with the advice of ENGI- "' basis of their time spent on the Work. Payroll costs shall NEER, and the costs of transportation, loading, unload- include, but not be limited to, salaries and wages plus the ing, installation, dismantling and removal thereof---all in cost of fringe benefits which shall include social security accordance with the terms of said rental agreements. The .. contributions, unemploymcnt, excise and payroll taxes, work- rental of any such equipment, machinery or parts shall ors' compensation, health and retirement benefits, bonuses, cease when the use thereof is no longer necessary for the sick leave, vacation and holiday pay applicable thereto. The Work. expenses of performing Work after regular working hours, m on Saturday, Sunday or legal holidays, shall be included in ! 1.4.5.4. Sales, consumer, use or similar taxes related the above to the extent authorized by OWNER. to the Work, and for which CONTRACTOR is liable, imposed by Laws and Regulations. 1 ! .4.2. Cost of all materials and equipment furnished and '""' incorporated in the Work, including costs of transportation 11.4.5.5. Deposits lost for causes other than negli- and storage thereof, and Suppliers' field services required in gence of CONTRACTOR, any Subcontractor or anyone __./) connection therewith. All cash discounts shall accrue to directly or indirectly employed by any of them or for CONTRACTOR unless OWNER deposits funds with CON- whose acts any of them may be liable, and royalty TRACTOR with which to make payments, in which case the payments and fees for permits and licenses. 33 11.4.5.6. Losses and damages (and related expenses) 11.5.5. Costs due to the negligence of CONTRAC- caused by damage to the Work, not compensated by TOR, any Subcontractor, or anyone directly or indi- insurance or otherwise, sustained by CONTRACTOR in rcctly employed by any of them or for whose acts any connection with the performance and furnishing of the of them may bc liable, including but not limited to, the Work (except losses and damages within the deductible correction o.f defective Work, disposal of materials or mounts of property insurance established by OWNER in equipment wrongly supplied and making good any accordance with paragraph 5.9), provided they have re- suited from causes other than the negligence of CON- damage to property. TRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any Other overhead or general expense costs of any kind of them may be liable. Such losses shall include settle- and the costs of any item not specifically and expressly ments made with the written consent and approval of included in paragraph ! i.4. OWNER. No such losses, damages and expenses shall be included in the Cost of the Work for the purpose of il.6. The CONTRACTOR's fec allowed to CONTRAC- determining CONTRACIDR's fee. If, however, any such TOR for overhead and profit shall be determined as follows: loss or damage requires reconstruction and CONTRAC- TOR is placed in charge thereof, CONTRACTOR shall be 11.6.1. a mutually acceptable fixed fec; or paid for services a fee proportionate to that stated in paragraph 11.6.2. I 1.6.2. if a fixed fec is not agreed upon, then a fee based on the following percentages of the various 11.4.5.7. The cost of utilities, fuel and sanitary facili- portions of the Cost of the Work: ties at the site. 11.6.2.1. for costs incurred under paragraphs 11.4.1 1 !.4.5.8. Minor expenses such as telegrams, long dis- and i ! .4.2, the CONTRACTOR's fee shall be fifteen lance telephone calls, telephone service at the site, ex- percent; pressage and similar petty cash items in connection with 11.6.2.2. for costs incurred under paragraph 11.4.3, the Work. the CONTRACTOR's fee shall be five percent; ! ! .4.5.9. Cost of premiums for additional Bonds and insurance required because of changes in the Work. i ! .6.2.3. where one or more tiers of subcontracts arc on the basis of Cost of the Work plus a fee and no fixed fcc is agreed upon, the intent of paragraphs 11.4.1, !1.4.2, II .5. The term Cost of the Work shall not include any of 11.4.3 and 11.6.2 is that the Subcontractor who actually the following: performs or furnishes the Work, at whatever tier, will be paid a fee of fifteen percent of the costs incurred by such 11.5.1. Payroll costs and other compensation of CON- Subcontractor under paragraphs !1.4.1 and 11.4.2andthat TRACTOR's officers, executives, principals (of partnership any higher tier Subcontractor and CONTRACTOR will and sole proprietorships), general managers, engineers, ar- each be paid a fee of five percent of the amount paid to the chiteels, estimators, attorneys, auditors, accountants, put- next lower tier Subcontractor; chasing and contracting agents, expediters, timekeepers, clerks and other personnel employed by CONTRACTOR I 1.6.2.4. no fee shall be payable on the basis of costs whether at the site or in CONTRACTOR's principal or a itemized under paragraphs 1 !.4.4, i 1.4.5 and 11.5; branch office for general administration of the Work and not specifically included in the agreed upon schedule of job 11.6.2.5. the amount of credit to be allowed by CON- classifications referred to in paragraph 11.4.1 or specifically TRACTOR to OWNER for any change which results in a covered by paragraph 1 ! .4.4--ali of which arc to be consid- net decrease in cost will be the amount of the actual net crcd administrative costs covered by the CONTRACIDR's decrease in cost plus a deduction in CONTRACTOR's fec fee. by an amount equal to five percent of such net decrease; and 11.5.2. Expenses of CONTRACIDR's principal and branch offices other than CONTRACTOR's office at the site. I 1.6.2.6. when both additions and credits are involved in any one change, the adjustment in CONTRACTOR's I 1.5.3. Any part of CONTRACTOR's capital expenses, fee shall be computed on the basis of the net change in including interest on CONTRACTOR's capital employed for accordance with paragraphs 11.6.2.1 through 1 !.6.2.5, the Work and charges against CONTRACTOR for delin- inclusive. qucnt payments. 1 !.7. Whenever the cost of any Work is to be determined 11.5.4. Cost of premiums for all Bonds and for all pursuant to paragraphs !1.4 and 11.5, CONTRACTOR will insurance whether or not CONTRACTOR is required by the establish and maintain records thereof in accordance with Contract Documents to purchase and maintain the same generally accepted accounting practices and submit in form (except for the cost of premiums covered by subparagraph acceptable to ENGINEER an itemized cost breakdown to- 11.4.5.9 above). gerber with supporting data. ," I ! .8. It is understood that CONTRACTOR has included in -r'7;c: ^-" "' .... : .......... '- :c -'-g;;; ;:. :;. ........... the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be fur- "' hisbed and performed for such sums as may be acceptable to OWNER and ENGINEER. CONTRACTOR agrees that: ARTICLE 12--CHANGE OF CONTRACT TIMES · !!.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 12.1. The Contract Times (or Milestones) may only be ,-, changed by a Change Order or a Written Amendment. Any 11.8.2. CONTRACTOR's costs for unloading and ban- claim for an adjustment of the Contract Times (or Milestones) riling on the site, labor, installation costs, overhead, profit shall be based on written notice delivered by the party making and other expenses contemplated for the allowances have the claim to the other party and to ENGINEER promptly (but . "' been included in the Contract Price and not in the allowances in no event later than thirty days) after the occurrence of the and no demand for additional payment on account of any of event giving rise to the claim and stating the general nature of the foregoing will be valid. the claim. Notice of the extent of the claim with supporting data shall be delivered within sixty days after such occurrence " Prior to final payment, an appropriate Change Order will be (unless ENGINEER allows an additional period of time to issued as recommended by ENGINEER to reflect actual ascertain more accurate data in support of the claim) and shall anounts due CONTRACTOR on account of Work covered by be accompanied by the claimant's written statement that the ,-,, allowances, and the Contract Price shall be correspondingly adjustment claimed is the entire adjustment to which the adjusted. 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- "' 11,9. Unit Price Work: NEER in accordance with paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree. No claim for an 1 !.9. !. Where the Contract Documents provide that all adjustment in the Contract Times (or Milestones) will be valid or part of the Work is to be Unit Price Work, initially the if not submitted in accordance with the requirements of this ""'~ Contract Price will be deemed to include for all Unit Price paragraph 12.1. / Work an amount equal to the sum of the established unit price for each separately identified item of Unit Price Work 12.2. All time limits stated in the Contract Documents are ,, times the estimated quantity of each item as indicated in the of the essence of the Agreement. Agreement. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of 12.3. Where CONTRACTOR is prevented from complet- comparison of Bids and determining an initial Contract ing any part of the Work within the Contract Times (or · "' Price. Determinations of the actual quantities and classifica- Milestones) due to delay beyond the control of CONTRAC- tions of Unit Price Work performed by CONTRACTOR will 'I'OR, the Contract Times (or Milestones) will be extended in an be made by ENGINEER in accordance with paragraph 9.10. amount equal to the time lost due to such delay if a claim is made therefor as provided in paragraph 12.1. Delays beyond ! 1.9.2. Each unit price will be deemed to include an the control of CONTRACTOR shall include, but not be limited mount considered by CONTRACTFOR to be adequate to to, acts or neglect by OWNER, acts or neglect of utility owners cover CONTRACTOR's overhead and profit for each sepa- or other contractors performing other work as contemplated by ,,, rately identified item. Article 7, fires. floods, epidemics, abnormal weather condi- tions or acts of God. Delays attributable to and within the f' * i 1.9.3. "' ....... c,; CC,'.'T."..:~ .""'~."- ..-;-':-y --"- --- -'-:- control of a Subcontractor or Supplier shall be deemed to be fc.r :::. ;.~.~;;:.:.-r.c.;-.: 2;. :.'-.;. Cc~;;;~.c: .'Y.:c;. :;. :-~.-~.;~:-;.~;- '-;;;..~.delays within the control of CONTRACTOR. 12.4. Where CONTRACTOR is prevented from cornpier- 11.9.3.1. '.he .~'.:'---.~:E::,' :~f~.r.:.' E*.:rr.. :.: '..'r.:.: ."7:;; ';.'z.;I;ing any part of the Work within the Contract Times (or ;,c~;..~;..;~ '-" CC.'.'TP..:~.'CI'3.". ...................... Milestones) due to delay beyond the control of both OWNER , ..........~ ..................... .~ .......~ .................. and CONTRACTOR, an extension of the Contract Times (or ~.:.;.~ :.;. :~; .:grc. c.7..;r.;; ---.-;.~ Milestones) in an amount equal to the time lost due to such delay shall be CONTRACTOR's sole and exclusive remedy for .,. I 1.9.3.2. :.~;,;c. -'.; r.c, ;,c,;. ;.;;,~;'.~:;;g ;.~.;::;:;7,.c.r.: -;. 2;..~.such delay. In no event shall OWNER be liable to CONTRAC- ............................ ppli ..~,--. ....... ~ ........................ TOR, any Subcontractor, any Su er, any other person or organization. or to any surety for or employee or agent of any I ! ! .9.3.3. ~f C9;:TP..'.~.C'T~P. ~:'.;:;':: :~;.: C~;.'TP..'~ of.them. for damages arising out of or resulting from (i) delays '-' .'FC2P. :.: :.:::.:'.:_~ :;. 7..': E.:;.;:.:::. !r. Cer.:.'=:; PT.':: .:.:: r_~',~I:'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 approval. CONTRACTOR shall also be responsible for arrang- limited to fires. floods. epidemics, abnormal weather condi- ing and obtaining and shall pay all costs in connection with any tions. acts of God or acts or neglect by utility owners or inspections. tests or approvals required for OWN ER's and other contractors performing other work as contemplated by ENG1N EER's acceptance of materials or equipment to be - Article 7. incorporated in the Work. or of materials, mix designs. or equipment submitted for approval prior to CONTRACTOR's '.1 purchase thereof for incorporation in the Work. ARTICLE 13--TESTS AND INSPECTIONS; 13.6. If any Work (or the work of others) that is to be CORRECTION, REMOVAL OR inspected, tested or approved is covered by CONTRACTOR ACCEPTANCE OF DEFECTIVE WORK 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 13.1. Notice of Defects: Prompt notice of all defective be at CONTRACTOR's expense unless CONTRACTOR has Work of which OWNER or ENGINEER have actual knowl- given ENGINEER timely notice of CONTRACTOR's inten- ... edge will be given to CONTRACTOR. All defective Work tion to cover the same and ENGINEER has not acted with may bc rejected, corrected or accepted as provided in this reasonable promptness in response to such notice. Article 13. Access to Work: Uncovering Bbrk: ! 3.8. If any Work is covered contrary to the written request 13.2. OWNER. ENGINEER, ENGINEER's Consultants, of ENGINEER, it must, if requested by ENGINEER, be "~ other representatives and personnel of OWNER, independent uncovered for ENGINEER's observation and replaced at testing laboratories and governmental agencies with jurisdic- CONTRACTOR's expense. riopal interests will have access to the Work at reasonable times for their observation, inspecting and testing. CONTRACTOR 13.9. If ENGINEER considers it necessary or advisable shall provide them proper and safe conditions for such access that covered Work be observed by ENGINEER or inspected and advise them of CONTRACTOR's site safety procedures or tested by others, CONTRACTOR, at ENGINEER's re- and programs so that they may comply therewith as applicable. 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 Tests and Inspections: labor. material and equipment. !f it is found that such Work is defective, CONTRACTOR shall pay all claims, costs, losses 13.3. CONTRACTOR shall give ENGINEER timely no- and damages caused by, arising out of or resulting from such tice of readiness of the Work for all required inspections, tests uncovering, exposure, observation, inspection and testing and or approvals, and shall cooperate with inspection and testing of satisfactory replacement or reconstruction (including but not ,.~ personnel to facilitate required inspections or tests. limited to all costs of repair or replacement of work of others); and OWNER shall be entitled to an appropriate decrease in the 13.4. OWNER shall employ and pay for the services of an Contract Price, and, if the parties are unable to agree as to the independent testing laboratory to perform all inspections, tests, amount thereof, may make a claim therefor as provided in · '- or approvals required by the Contract Documents except: Article ! I. If, however, such Work is not found to be defective, CONTRACTOR shall be allowed an increase in the Contract 13.4. I. for inspections, tests or approvals covered by Price or an extension of the Contract Times (or Milestones), or paragraph 13.5 below; both. directly attributable to such uncovering, exposure, o~ '"' servation, inspection, testing, replacement and reconstruction; 13.4.2. that costs incurred in connection with tests or and, if the parties are unable to agree as to the amount or extent inspections conducled pursuant to paragraph 13.9 below thereof. CONTRACTOR may make a claim therefor as pro- --, shall be paid as provided in said paragraph 13.9; and vided in Articles ! ! 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 13.10. lf the Work is defective, or CONTRACTOR fails to jurisdiction require any Work (or part thereor~ specifically to be supply sufficient skilled workers or suitable materials or equip- inspected. tested or approved by an employee or other repre- ment, or fails to furnish or perform the Work in such a way that sentative of such public body. CONTRACTOR shall assume the completed Work will conform to the Contract Documents, full responsibility for arranging and obtaining such inspections. OWNER may order CONTRACTOR to stop the Work, or any tests or approvals, F'-:," ....... ~;;. .......:--:h:::.;: '~:~; and portion thereof, unlil the cause for such order has been furnish ENGINEER the required certificates of inspection, or eliminated; however, this right of OWNER to stop the Work 36 · * Indicates paragraph altered or deleted by SupplymenCary Conditions shall not give rise to any duty on the part of OWNER to pay all claims. costs. losses and damages attributable to --- exercise this right for the benefit of CONTRACTOR or any OWNER's evaluation of and determination to accept such surety or other party. 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 "' Correction or Removal of Defective l~brk: Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and OWN ER 13.1 l. If required by ENGINEER. CONTRACTOR shall shall be entitled to an appropriate decrease in the Contract ,.. promptly, as directed, either correct all defective Work, whether Price. and, if the parties are unable to agree as to the amount or not fabricated, installed or completed, or, if the Work has thereof, OXVNER may make a claim therefor as provided in been rejected by ENGINEER. remove it from the site and Article I !. If the acceptance occurs after such recommends- replace it with Work that is not defective. CONTRACTOR shall tion. an appropriate amount will be paid by CONTRACTOR to OWNER. ,-. 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). OI~'IVER May Correct Defective l{brk: 13.14. If CONTRACTOR fails within a reasonable time "" after written notice from ENGINEER to correct defective 13.12. Correction Period: Work or to remove and replace rejected Work as required by ENGINEER in accordance with paragraph 13.1 !. or if CON- 13.12.1. if within one year after the date of Substantial TRACTOR fails to perform the Work in accordance with the Completion or such longer period of time as may be pre- Contract Documents, or if CONTRACIOR fails to comply scribed by Laws or Regulations or by the terms of any with any other provision of the Contract Documents, OWNER applicable special guarantee required by the Contract Doc- may. after seven days' written notice to CONTRACTOR, ,--- uments or by any specific provision of the Contract Docu- correct and remedy any such deficiency. In exercising the ments, any Work is found to be defective, CONTRACTOR rights and remedies under this paragraph OWNER shall pro- shall promptly, without cost to OWNER and in accordance ceed expeditiously. In connection with such corrective and with OWNER's written instructions: (i) correct such defec- remedial action, OWNER may exclude CONTRACTOR from "' tire Work, or, if it has been rejected by OWNER, remove it all or part of the site, take possession of all or part of the Work, from the site and replace it with Work that is not defective, and suspend CONTRACTOR's services related thereto, take and (ii) satisfactorily correct or remove and replace any possession of CONTRACTOR's tools, appliances, construe- damage to other Work or the work of others resulting tion equipment and machinery at the site and incorporate in the "' ". Work all materials and equipment stored at the site or for which ) therefrom. If CONTRACTOR does not promptly comply OWNER has paid CONTRACTOR but which are stored with the terms of such instructions, or in an emergency elsewhere. CONTRACTOR shall allow OWNER, OWNER's where delay would cause serious risk of loss or damage, OWNER may have the defective Work corrected or the representatives, agents and employees, OWNER's other con- "' tractors and ENGINEER and ENGINEER's Consultants a~:- rejected Work removed and replaced, and all claims, costs. cess to the site to enable OWNER to exercise the rights and losses and damages caused by or resulting from such re- remedies under this paragraph. All claims, costs, losses and mova[ and replacement (including but not limited to all costs damages incurred or sustained by OWNER in exercising such "" of repair or replacement of work of others) will be paid by fights and remedies will be charged against CONTRACTOR CONTRACTOR. and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; .-. 13.12.2. In special circumstances where a particular item and OWNER shall be entitled to an appropriate decrease in the of equipment is placed in continuous sen, ice before Substan- Contract Price, and, if the parties arc unable to agree as to the tiaI Completion ofall the Work, the corrcction period for that amount thereof, OWNER may make a claim therefor as item may start to run from an earlier date if so provided in provided in Article I 1. Such claims, costs, losses and damages ..= the Specifications or by Written Amendment. will include but not be limited to all costs of repair or replace- ment of work of others destroyed or damaged by correction, 13.12.3. Where defective Work (and damage to other removal or replacement of CONTRACTOR's defective Work. Work resulting therefrom) has been corrected. removed or CONTRACTOR shall not be allowed an extension of the --' replaced under this paragraph 13.12, the correction period Contract Times (or Milestones) because of any delay in the hereunder with respect to such Work will be extended for an performance of the Work attributable to the exercise by OWN ER additional period of one year after such correction or re- of OWNER's rights and remedies hereunder. moval and replacement has been satisfactorily completed. ARTICLE 14 PAYMENTS TO CONTRACTOR AND Acceptance of Defecn've Work: COMPLETION 13.13. if, instead of requiring correction or removal and Schedule of Values: ~ replacement of defective Work, OWNER (and, prior to ENGI- _j NEER's recommendation offinal payment, also ENGINEER) 14.1. The schedule of values established as provided in "" prefers to accept it, OWN ER may do so. CONTRACTOR shall paragraph 2.9 will serve as the basis for progress payments and 37 will be incorporaled into a form of Application for Payment 14.5. !. the Work has progressed to the point indicated, acceptable to ENGINEER. Progress payments on account of 14.5.2. the quality of the Work is generally in accor- Unit Price Work will be based on the number of units com- dance with the Contract Documents (subject to an cvalu- pieted. 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 Applican~n for Progress Payment: determination of quantities and classifications for Unit Price Work under paragraph 9.10, and to any other quali- 14.2. At least twenty days before the date established for fications stated in the recommendation), and each progress payment (but not more often than once a month), CONTRACTOR shall submit to ENGINEER for 14.5.3. the conditions precedent to CONTRACTOR's review an Application for Payment filled out and signed by being entitled to such payment appear to have been CONTRACTOR covering the Work completed as of the date fulfillcd in so far as it is ENGINEER's responsibility to of the Application and accompanied by such supporting observe the Work. documentation as is required by the Contract Documents. If payment is requested on the basis of materials and equip- However. by recommending any such payment ENGINEER ,. ment not incorporated in the Work but delivered and suitably will not thereby be deemed to have represented that: (i) stored at the site or at another location agreed to in writing, exhaustive or continuous on-site inspections have been made the Application for Payment shall also be accompanied by a to check the quality or the quantity of the Work beyond the bill of sale, invoice or other documentation warranting that responsibilities specifically assigned to ENGINEER in the -- OWNER has received the materials and equipment free and Contract Documents or (ii) that there may not be other matters clear of all Liens and evidence that the materials and or issues between the parties that might entitle CONTRAC- equipment are covered by appropriate property insurance TOR to be paid additionally by OWNER or entitle OWNER to and otherarrangements to protect OWNER's interest therein, withhold payment to CONTRACTOR. " all of which will be satisfactory to OWNER. The amount of retainage with respect to progress payments will be as 14.6. ENGINEER's recommendation of any payment, in- stipulated in the Agreement. 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- CONTRACTOR's Warranty of Tale: 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 .. 14.3. CONTRACTOR warrants and guarantees that title to failure of CONTRAC'I~R to perform or furnish Work in all Work, materials and equipment covered by any Application accordance with the Contract Documents. ' for Payment, whether incorporated in the Project or not, will pass to OWNER no later than the time of payment free and 14.7. ENGINEER may refuse to recommend the whole or " clear of all Liens. 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 rccom- --. Review of Applicaaons for Progress Payment: mend any such payment, or, because of subsequently discov- crcd evidence or the results of subsequent inspections or tests, 14.4. ENGINEER will, within ten days after receipt of nullify any such payment previously recommended, to such each Application for Payment, either indicate in writing a extent as may be necessary in ENGINEER's opinion to recommendation of payment and present the Application to protect OWNER from loss because: OWNER, or return the Application to CONTRACTOR indi- 14.7.1. the Work is defective, or completed Work has eating in writing ENGINEER's reasons for refusing to recom- been damaged requiring correction or replacement, ,, mend payment. In the latter case, CONTRACTOR may make the necessary corrections and resubmit the Application. Ten 14.7.2. the Contract Price has been reduced by Writ- days after presentation of the Application for Payment to ten Amendment or Change Order, OWNER with ENGINEER's recommendation, the amount 14.7.3. OWNER has been required to correct alefee- recommended will (subject to the provisions of the last sen- tire Work or complete Work in accordance with paragraph tence of paragraph 14.7) become due and when due will be paid by OWNER to CONTRACTOR. 13.14, or 14.7.4. ENGINEER has actual knowledge of the oc- 14.5. ENGINEER's recommendation of any payment re- currence of any of the events enumerated in paragraphs quested in an Application for Payment will constitute a repre- 15.2. I through 15.2.4 inclusive. sentationby ENGINEER to OWNER, based on ENGINEER's OWNER may refuse to make payment of the full amount .., on-site observations of the executed Work as an experienced recommended by ENGINEER because: and qualified design professional and on ENGINEER's review of the Application for Payment and the accompanying data and 14.7.5. claims have been made against OWNER on schedules, that to the best of ENGINEER's knowledge, infor- account of CONTRACTORs performance or furnishing of _J mation and belief: the Work, 38 14.7.6. Liens have been filed in connection with the ENGINEER in writing prior to ENG IN EER's issuing Ihe " Work, except where CONTRACTOR has delivered a definitive certificate of Substantial Completion, ENGINEER's specific Bond satisfactory to OWNER to secure the aforesaid recommendation will be binding on OWNER and satisfaction and discharge of such Liens, CONTRACTOR until final payment. 14.7.7. there arc other items entitling OWNER to a 14.9. OWNER shall have the fight to exclude CONTRAC- set-off against the amount recommended, or TOR from the Work after the date of Substantial Completion, but OWNER shall allow CONTRACTOR reasonable access to ,, 14.7.8. OWNER has actual knowledge of the occur- complete or correct items on the tentative list. 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; Partial Utilization: but OWNER must give CONTRACTOR immediate written 14.10. Use by OWNER at OWNER's option of any sub. notice (with a copy to ENGINEER) stating the reasons for stantially completed part of the Work which: (i)has specifically been identified in the Contract Documents, or (ii) OWNER, such action and promptly pay CONTRACTOR the amount so " withheld, or any adjustment thereto agreed to by OWNER and ENGINEER and CONTRACTOR agree constitutes a sepa- CONTRACIOR, when CONTRACTOR corrects to OWN- rately functioning and usable part of the Work that can be used ER's satisfaction the reasons for such action. by OWNER for its intended purpose without significant inter- fercnce with CONTRACTOR's performance of the remainder "' of the Work, may be accomplished prior to Substantial Com- $ubsta~___~,~_t Completion: pletion of all the Work subject to the following: 14.10.1. OWNER at any time may request CON- " 14.8. When CONTRACTOR considers the entire Work TRACTOR in writing to permit OWNER to use any such ready for its intended use CONTRACTOR shall notify OWNER pan of the Work which OWNER believes to be ready for and ENGINEER in writing that the entire Work is substantially its intended use and substantially complete. If CON- ,. complete (except for items specifically listed by CONTRAC- TRACTOR agrees that such part of the Work is substan- TOR as incomplete) and request that ENGINEER issue a tially complete, CONTRACTOR will certify to OWNER. certificate of Substantial Completion. Within a reasonable time and ENGINEER that such part of the Work is substan- thereafter, OWNER, CONTRACTOR and ENGINEER shall tially complete and request ENGINEER to issue a certif- · -- _. make an inspection of the Work to determine the status of icate of Substantial Completion for that part of the Work. ') completion. If ENGINEER does not consider the Work sub- CONTRACTOR at any time may notify OWNER and stunflatly complete, ENGINEER will notify CONTRACTOR ENGINEER in writing that CONTRACTOR considers in writing giving the reasons therefor. If ENGINEER considers any such part of the Work ready for its intended use and " the Work substantially complete, ENGINEER will prepare and substantially complete and request ENGINEER to issue a deliver to OWNER a tentative certificate of Substantial Corn- certificate of Substantial Completion for that pan of the pierion which shall fix the date of Substantial Completion. Work. Within a reasonable time after either such request, ,- There shall be attached to the certificate a tentative list of items OWNER, CONTRACTOR and ENGINEER shall make to be completed or corrected before final payment. OWNER an inspection of that part of the Work to determine its shall have seven days after receipt of the tentative certificate status of completion. If ENG1NEER does not consider during which to make written objection to ENGINEER as to that part of the Work to be substantially complete, ENGI- ,, any provisions of the certificate or attached list. If, after NEER will notify OWNER and CONTRACTOR in writ- considering such objections, ENGINEER concludes that the ing giving the reasons therefor. If ENGINEER considers Work is not substantially complete, ENGINEER will within that part of the Work to be substantially complete, the fourteen days after submission of the tentative certificate to provisions of paragraphs 14.8 and 14.9 will apply with '-- OWNER notify CONTRACTOR in writing, stating the reasons respect to certification of Substantial Completion of that therefor. If, after consideration of OWNER's objections, EN- pan of the Work and the division of responsibility in GINEER considers the Work substantially complete, ENGI- respect thereof and access thereto. NEER will within said fourteen days execute and deliver to " OWNER and CONTRACTOR a definitive certificate of Sub- 14.10.2. No occupancy or separate operation of part stantial Completion (with a revised tentative list of items to be of the Work will be accomplished prior to compliance with completed or corrected) reflecting such changes from the the requirements of paragraph 5.15 in respect of property _ tentative certificate as ENGINEER believes justified after insurance. 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 FinalInspection: .-- written recommendation as to division of responsibilities pend- ing final payment between OWNER and CONTRACTOR with 14.11. Upon written notice from CONTRACTOR that the respect to security, operation, safety, maintenance, heat, utili- entire Work or an agreed portion thereof is complete, ENGI- } ties, insurance and warranties and guarantees. Unless OWNER NEER will make a final inspection with OWNER and CON- "~ and CONTRACTOR agree otherwise in writing and so inform TRACTOR and will notify CONTRACTOR in writing of all 39 particulars in which this inspection reveals that the Work is CONTRACTOR. incomplete or defective. CONTRACIOR shall immediately take such measures as are necessary to complete such Work or 14.14. If, through no fault of CONTRACTOR, final corn- remedy such deficiencies. 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- Final Application for Payment: NEER, and without terminating the Agreement, make pay- ment of the balance due for that portion of the Work fully 14.12. After CONTRACTOR has completed all such cor- completed and accepted. If the remaining balance to be held by ..~ rections to the satisfaction of ENGINEER and delivered in OWNER for Work not fully completed or corrected is less than accordance with the Contract Documents all maintenance and the retainage stipulated in the Agreement, and if Bonds have operating instructions, schedules, guarantees, Bonds, certifi- been furnished as required in paragraph 5. I, the written con- cates or other evidence of insurance required by paragraph 5.4, sent of the surety to the payment of the balance due for that certificates of inspection, marked-up record documents (as portion of the Work fully completed and accepted shall be provided in paragraph 6.19) and other documents, CONTRAC- submitted by CONTRACTOR to ENGINEER with the Appli- TON may make application for final payment following the cation for such payment. Such payment shall be made under procedure for progress payments. The final Application for the terms and conditions governing final payment, except that " Payment shall be accompanied (except as previously delivered) it shall not constitute a waiver of claims. by: (i) all documentation called for in the Contract Documents, including but not limked to the evidence of insurance required --. by subparagraph 5.4.13, (ii) consent of the surety, if any, to final Waiver of Chu)ns: payment, and (iii) complete and legally effective releases or waivers (satisfactory to OWNER) of all Liens arising out of or 14.15. The making and acceptance of final payment will constitute: ._ filed in connection with the Work. In lieu of such releases or waivers of Liens and as approved by OWNER, CONTRAC- 14.15.1. a waiver of all claims by OWNER against TON may furnish receipts or releases in full and an affidavit of CONTRACTOR that: (i) the releases and receipts include all CONTRACTOR, except claims arising from unsettled Liens, from defective Work appearing after final inspection pursu- labor, services, material and equipment for which a Lien could ant to paragraph 14.11, from failure to comply with the be filed, and (ii) all payrolls, material and equipment bills and Contract Documents or the terms of any special guarantees other indebtedness connected with the Work for which OWNER or OWNER's property might in any way be responsible have specified therein, or from CONTRACTOR's continuing ob- been paid or otherwise satisfied. If any Subcontractor or [igations under the Contract Documents; and " Supplier fails to furnish such a release or receipt in full, 14.15.2. awaiverofallclaimsbyCONTRACTORagainst CONTRACTOR may furnish a Bond or other collateral satis- OWNER other than those previously made in writing and factory to OWNER to indemnify OWNER against any Lien. still unsettled. Final Payment and Acceptance: ARTICLE 15---SUSPENSION OF WORK AND 14.13. If, on the basis of ENGINEER's observation of the . TERMINATION 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 OWNER May Suspend Work: completed and CONTRACTOR's other obligations under the Contract Documents have been fulfilled, ENGINEER will, 15.1. At any time and without cause, OWNER may sus- within ten days after receipt of the final Application for pend the Work or any portion thereof for a period of not more Payment, indicate in writing ENGINEER's recommendation than ninety days by notice in writing to CONTRACTOR and of payment and present the Application to OWNER for pay- ENGINEER which will fix the date on which Work will be ment. At the same time ENGINEER will also give written resumed. CONTRACTOR shall resume the Work on the date notice to OWNER and CONTRACTOR that the Work is so fixed. CONTRACTOR shall be allowed an adjustment in the acceptable subject to the provisions of paragraph 14.15. Oth- Contract Price or an extension of the Contract Times, or both, erwise, ENGINEER will return the Application to CON- directly attributable to any such suspension if CONTRACTOR TRACTOR, indicating in writing the reasons for refusing to makes an approved claim therefor as provided in Articles ! i recommend final payment. in which case CONTRACTOR shall and 12. 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 OWNER May Terminate: and substance and with ENGINEER's recommendation and notice of acceptability, the amount recommended by ENGi- 15.2. Upon the occurrence of any one or more of the } NEER will become due and will be paid by OWNER to following events: 15.2.1. if CONTRACTOR persistently fails to perform 15.4.2. for expenses sustained prior to the effective date -- the Work in accordance with the Contract Documents (in- of termination in performing services and furnishing labor, eluding, but not limited to, failure to supply sufficient skilled materials or equipment as required by the Contract Docu- "'.t workers or suitable materials or equipment or failure to ments in connection with uncompleted Work, plus fair and adhere to the progress schedule established under paragraph reasonable sums for overhead and profit on such expenses; 2.9 as adjusted from time to time pursuant to paragraph 6.6); 15.4.3. for all claims, costs, losses and damages incurred 15.2.2. if CONTRACTOR disregards Laws or Regula- in settlement of terminated contracts with Subcontractors, · - tions of any public body having jurisdiction; Suppliers and others; and 15.2.2. if CONTRACTOR disregards the authority of 15.4.4. for reasonable expenses directly attributable to ENGINEER; or termination. 15.2.4. if CONTRACTOR otherwise violates in any sub- CONTRACTOR shall not be paid on account of loss of stantial way any provisions of the Contract Documents; anticipated profits or revenue or other economic loss arising ,., out of or resulting from such termination. 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 May Stop Work or Terminate: · " CONTRACTOR, exclude CONTRACTOR from the site and take possession of the Work and of all CONTRACTOR's 15.5. If, through no act or fault of CONTRACTOR, the tools, appliances, construction equipment and machinery at Work is suspended for a period of more than ninety days by · -. the site and use the same to the full extent they could be used OWNER or under an order of court or other public author- by CONTRACTOR (without liability to CONTRACTOR for ity, or ENGINEER fails to act on any Application for trespass or conversion), incorporate in the Work all materi- Payment within thirty days after it is submitted or OWNER als and equipment stored at the site or for which OWNER fails for thirty days to pay CONTRACTOR any sum finally ,-- has paid CONTRACTOR but which are stored elsewhere, determined to be due, then CONTRACTOR may, upon and finish the Work as OWNER may deem expedient. In seven days' written notice to OWNER and ENGINEER, such case CONTRACTOR shall not be entitled to receive and provided OWNER or ENGINEER do not remedy such any further payment until the Work is finished. If the unpaid suspension or failure within that time, terminate the Agree- "' \ balance of the Contract Price exceeds all claims. costs, mcnt and recover from OWNER payment on the same terms .t losses and damages sustained by OWNER arising out of or as provided in paragraph' 15.4. in lieu of terminating the resulting from completing the Work such excess will be paid Agreement and without prejudice to any other fight or ,-- to CONTRACTOR. if such claims, costs, losses and dam- remedy, if ENGINEER has failed to act on an Application ages exceed such unpaid balance, CONTRACTOR shall pay for Payment within thirty days after it is submitted, or the difference to OWNER. Such claims, costs, losses and OWNER has failed for thirty days to pay CONTRACTOR damages incurred by OWNER will be reviewed by ENGI- any sum finally determined to be due, CONTRACTOR may ,'- NEER as to their reasonableness and when so approved by upon seven day's written notice to OWNER and ENG!- ENGINEER incorporated in a Change Order, provided that NEER stop the Work until payment of all such amounts due when exercising any rights or remedies under this paragraph CONTRACTOR, including interest thereon. The provisions OWNER shall not be required to obtain the lowest price for of this paragraph 15.5 are not intended to preclude CON- " the Work performed. TRACTOR from making claim under Articles 11 and 12 for an increase in Contract Price or Contract Times or otherwise 15.3. Where CONTRACTOR's services have been so ter- for expenses or damage directly attributable to CONTRAC- -- minated by OWNER, the termination will not affect any fights TOR's stopping Work as permitted by this paragraph. or remedies of OWNER against CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of moneys due CONTRACIDR by OWNER will not release " CONTRACTOR from liability. ARTICLE 16---DISPUTE RESOLUTION 15.4. Upon seven days' written notice to CONTRACIDR ,-, and ENGINEER, OWNER may, without cause and without If and to the extent that OWNER and CONTRACTOR have prejudice to any other fight or remedy of OWNER, elect to agreed on the method and procedure for resolving disputes terminate the Agreement. In such case, CONTRACTOR shall between them that may arise under this Agreement, such be paid (without duplication of any items): dispute resolution method and procedure, if any, shall be as set ,-, forth in Exhibit GC-A, "Dispute Resolution Agreement," to be 15.4.1. for completed and acceptable Work executed in attached hereto and made a part hereof. !f no such agreement accordance with the Contract Documents prior to the cffcc- on the method and procedure for resolving such disputes has , _.) tire date of termination, including fair and reasonable sums been reached, and subject to the provisions of paragraphs 9.10, '"' for overhead and profit on such Work; 9.11, and 9.12, OWNER and CONTRACTOR may exercise 41 such fights or remedies as either may otherwise have under the act of the other party or of any of the other party's employees Contract Documents or by Laws or Regulations in respect of or agents or others for whose acts the other party is Icgally any dispute. liable, claim will be made in writing to the other party within reasonable time of the first observance of such injury or damage. The provisions of this paragraph 17.3 shall not be ARTICLE 17--MISCELLANEOUS construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or repose. Giving Notice: Cum,_,_t_,,~ve Remedies: 17.1. Whenever any provision of the Contract Documents 17.4. The duties and obligations imposed by these General requires the giving of written notice, it will be deemed to have Conditions and the rights and remedies available hereunder to been validly given if delivered in person to the individual or to the parties hcreto, and, in particular but without limitation, the a member of the finn or to an officer of the corporation for warranties, guarantees and obligations imposed upon CON- whom it is intended, or if delivered at or sent by registered or TRACTOR by paragraphs 6.12, 6.16, 6.30, 6.31, 6.32, 13. i, certified mail, postage prepaid, to the last business address 13.12, 13.14, 14.3 and 15.2 and all of the fights and remedies known to the giver of the notice. available to OWNER and ENGINEER thereunder, are in addition to, and are not to be construed in any way as a Computation of Times: limitation of, any fights and remedies available to any or all of them which are otherwise imposed or available by Laws or -,, 17.2.1. When any period of time is referred to in the Regulations, by special warranty or guarantee or by other Contract Documents by days, it will be computed to exclude provisions of the Contract Documents, and the provisions of the first and include the last day of such period. If the last day this paragraph will be as effective as if repeated specifically in of any such period falls on a Saturday or Sunday or on a day the Contract Documents in connection with each particular " made a legal holiday by the law of the applicable jurisdiction, duty, obligation, fight and remedy to which they apply. such day will be omitted from the computation. 17.2.2. A calendar day of twenty-four hours measured Professional Fees and Court Costs Included: -. from midnight to the next midnight will constitute a day. 17.5. Whenever reference is made to "claims, costs, losses Notice of Claim: and damages," it shall include in each case, but not be limited to, all fccs and charges of engineers, architects, attorneys and "" 17.3. Should OWNER or CONTRACTOR suffer injury or other professionals and all court or arbitration or other dispute damage to person or property because ofany error, omission or resolution costs. rI'hc remainder of this page was left blank intentionally.] 42 EXHIBIT GC-A to General Conditions of the American Arbitration Association, and a copy will be sent to ' Agreement Between OWNER and CON- ENGINEER for information. The demand for arbitration will be made within the thirty-day or ten- day period specified in TRACTOR Dated. paragraph 16.2 as applicable, and in all other cases within a 't For use with EJCDC No. 1910-8 (1990 ed.) reasonable time after the claim, dispute or other matter in " question has arisen, and in no event shall any such demand be made after the date when institution of legal or equitable proceedings based on such claim, dispute or other matter in DISPUTE RESOLUTION AGREEMENT question would be barred by the applicable statute of limita- "' tions. OWNER and CONTRACTOR hereby agree that Article 16 16.4. Except as provided in paragraph 16.5 below, no ,., of the General Conditions to the Agreement between OWNER arbitration arising out of or relating to the Contract Documents and CONTRACTOR is amended to include the following shall include by consolidation, joinder or in any other manner agreement of the parties: any other person or entity (including ENGINEER, ENG1- NEER's Consultant and the officers, directors, agents, era- " 16. !. All claims, disputes and other matters in question ployees or consultants ofany of them) who is not a party to this between OWNER and CONTRACTOR arising out of or feint- contract unless: ing to the Contract Documents or the breach thereof (except for claims which have been waived by the making or aceel>- 16.4.1. the inclusion of such other person or entity is tance of final payment as provided by paragraph 14.15) will be necessary if complete relief is to be afforded among those decided by arbitration in accordance with the Construction who are already parties to the arbitration, and Industry Arbitration Rules of the American Arbitration Asso- ._ elation then obtaining, subject to the limitations of this Article 16.4.2. such other person or entity is substantially in- 16. This agreement so to arbitrate and any other agreement or volved in a question of law or fact which is common to those consent to arbitrate entered into in accordance herewith as who are already parties to the arbitration and which will arise provided in this Arlicle 16 will be specifically enforceable under in such proceedings, and ,-- the prevailing law of any court having jurisdiction. 16.4.3. the written consent of the other person or entity 16.2. No demand for arbitration of any claim, dispute or sought to be included and of OWNER and CONTRACTOR other matter that is required to be referred to ENGINEER has been obtained for such inclusion, which consent shall ""'~ initially for decision in accordance with paragraph 9.11 will be make specific reference to this paragraph; but no such · made until the earlier of(a) the date on which ENGINEER has consent shall constitute consent to arbitration of any dispute rendered a written decision or (b) the thirty-first day after the not specifically described in such consent or to arbitration ._ parties have presented their evidence to ENGINEER if a with any party not specifically identified in such consent. written decision has not been rendered by ENGINEER before that date. No demand for arbitration of any such claim, dispute 16.5. Notwithstanding paragraph 16.4 if a claim, dispute or or other matter will be made later than thirty days after the date other matter in question between OWN ER and CONTRAC- -- on which ENGINEER has rendered a written decision in TOR involves the Work of a Subcontractor, either OWNER or respect thereof in accordance with paragraph 9.11; and the CONTRACTOR may join such Subcontractor as a party to the failure to demand arbitration within said thirty days' period will arbitration between OWNER and CONTRACTOR hereunder. result in ENGINEER's decision being final and binding upon CONTRACTOR shall include in all subcontracts required by " OWNER and CONTRACTOR. If ENGINEER renders a de- paragraph 6.11 a specific provision whereby the Subcontractor cision after arbitration proceedings have been initiated, such consents to being joined in an arbitration between OWNER decision may be entered as evidence but will not supersede the and CONTRACTOR involving the Work of such Subeontrac- arbitration proceedings, except where the decision is accept- tor. Nothing in this paragraph 16.5 nor in the provision of such able to the parties concerned. No demand for arbitration of any subcontract consenting to joinder shall create any claim, fight written decision of ENGINEER rendered in accordance with or cause of action in favor of Subcontractor and against paragraph 9.10 will be made later than ten days after the party OWNER, ENGINEER or ENGINEER's Consultants that -- making such demand has delivered written notice of intention does not otherwise exist. to appeal as provided in paragraph 9.10. 16.6. The award rendered by the arbitrators will be final, 16.3. Notice of the demand for arbitration will be filed in judgment may be entered upon it in any court havingjufisdic- ' writing with lhe other party to the Agreement and with the tion thereof, and it will not be subject to modification or appeal. [The remainder of this page was left blank intentionally.] GC-AI 163. OWNER and CONTRACTOR agree that they shall tion would irrevocably prejudice one of the parties. The first submit any and all unsettled claims, counterclaims, dis- respective thirty and ten day time limits within which to file a putes and other matters in question between them arising out of demand for arbitration as provided in paragraphs 16.2 and 16.3 or relating to the Contract Documents or the breach thereof above shall be suspended with respect to a dispute submitted to ("disputes"), to mediation by The American Arbitration As- mediation within those same applicable time limits and shall sociation under the Construction Industry Mediation Rules of remain suspended until ten days after the termination of the the American Arbitration Association prior to either of them mediation. The mediator ofany dispute submitted to mediation initiating against the other a demand for arbitration pursuant to under this Agreement shall not serve as arbitrator of such paragraphs 16.1 through 16~6, unless delay in initiating arbitra- dispute unless otherwise agreed. GC-A2 - SECTION SC SUPPLEMENTARY CONDITIONS lime W&A #94-093 PAVING & DRAINAGE "" SECTION SC SUPPLEMENTARY CONDITIONS These Supplementary Conditions amend or supplement the Standard General Conditions of the Construction Contract (No. 1910-8, 1990 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, 1990 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 City of Coppell. 2) ,_ Any day in which weather or conditions not under control of the CONTRACTOR prevents construction of the work for a period 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 prior 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 Conference 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 -. PAVING & DRAINAGE 3.2 INTENT 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 priority of interpretation will be as follows: Signed ,- Contract Agreement, Bonds, CONTRACTOR'S Proposal, Project Drawings or Plans, Supplementary Conditions, General Conditions, Project Specifications, Referenced Specifications." 4.2.1.1 EXPLORATIONS AND REPORTS The following reports or explorations and tests of subsurface conditions at the site were · - made and 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 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 Contractor's purposes. CONTRACTOR is alerted to the fact that certain subsurface conditions may -- change with time (such as groundwater levels) and that borings provide isolated information at the specific bore location only. 4.2.1.2 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 Contractors purposes. 1. Denton Creek Bridge Widening Plans, Sheets I through 14, dated July 14, 1982 prepared by Dallas County Department of Public Works 2. Denton-Tap Road Paving Construction Plans, Sheets 17 through 19 dated January 1988, prepared by Ginn, Inc. -- 3. Denton County Road Utility District No. 1, Drainage Area Map and Storm Sewer Plan Sheets D-2, D-5, D-6, D-7 and D-24 and Water and Sewer Layout Sheet U-3, dated January 1986, prepared by Dannenbaum Engineering Corporation, Dallas, Texas. 4. 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. 5. Denton-Tap Road Paving, Drainage, Water & Sewer Construction Plans, Sheets I through 11 and Sheets 17 through 25 dated May 1994, prepared by " Albert H. Halff Associates, Inc. Page SC-2 of 7 SECTION SC - SUPPLEMENTARY CONDITIONS (Continued) W&A #94-093 -- PAVING &DRAINAGE 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 city 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 facilities at or contiguous to the site and shall ,- protect same from damage during construction." 4.4 REFERENCE POINTS -' The right-of-way maps for Denton-Tap Road indicate by coordinates the location of control monuments and points along the roadway centerline for horizontal control. The construction plans provide coordinates along the roadway centerline alignment on the same datum as the control. Vertical datum is established by bench marks referenced " in the plans and control monuments referenced on the right-of-way maps. 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 paragraph 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 furnished in favor of the OWNER for one hundred percent (100%) of the Contract Price. A Maintenance Bond shall be -- furnished in the amount of fifty percent (50%) of the Contract Price in favor of the OWNER for a period 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 5.4 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 furnished 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 prior to cancellation or upon any material change in coverage. -" 5.4.1 and 5.4.2. Workers' Compensation, etc. under paragraphs 5.4.1 and 5.4.2 of the General Conditions: ,.- (1) State: Statutory (2) Applicable Federal (e.g. Longshoreman's): Statutory (3) Employers Liability: $100,000 Page SC-3 of 7 SECTION SC - SUPPLEMENTARY CONDITIONS (Continued) W&A #94-093 · - PAVING & DRAINAGE 5.4.3, 5.4.4, 5.4.5 and 5.4.6 Comprehensive General Liability (under paragraphs 5.4.3 .- through 5.4.6 of the General Conditions): (1) Bodily Injury (including completed operations and products liability): -- $500,000 Each Occurrence $1,000,000 Annual Aggregate .- (2) Property Damage: $500,000 Each Occurrence $1,000,000 Annual Aggregate ,- or a combined single limit of $1,000,000 (3) Property Damage Liability Insurance will provide Explosion, Collapse and ,- Underground coverages where applicable. (4) Personal Injury, with employment exclusion deleted -' $500,000 Annual Aggregate 5.3.7 Comprehensive Automobile Liability: (1) Bodily Injury: $500,000 Each Person " $500.000 Each Occurrence (2) Property Damage: $250,000 Each Occurrence or combined single limit of $750,000 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 Conditions shall provide coverage for not less than the following amounts: 5.4.10.1 Bodily Injury: $500,000 Each Occurrence _ 5.4.10.2 Property Damage: $250,000 Each Occurrence $250,000 Annual Aggregate Page SC-4 of 7 SECTION SC - SUPPLEMENTARY CONDITIONS (Continued) W&A #94-093 ,_ PAVING & DRAINAGE 5.6 PROPERTY INSURANCE " The OWNER will not obtain Property Insurance. The CONTRACTOR must provide insurance covering the losses described in paragraph 5.6 of the General Conditions for all work in place and materials on hand when such portions of the work are to be ,. included in an application for payment. 6.9 SUBCONTRACTORS AND SUPPLIERS -- Add the following language to the end of paragraph 6.9.1 of the General Conditions: "OWNER may furnish 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." 6.13 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 during 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. Page SC-5 of 7 SECTION SC - SUPPLEMENTARY CONDITIONS (Continued) W&A #94-093 ,.- PAVING & DRAINAGE 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 the plans and contract quantities are the same and shall notify ENGINEER in writing within 10 days of discovering any discrepancies in the quantities. The quantities shown -- in the proposal and as modified 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 price of an item of Unit Price Work shall be subject to teevaluation and adjustment if the total cost of a particular item of Unit Price work amounts to 10% or more of the Contract Price and the variation in the contract price differs by more than '- 20% from the initial contract price established on the effective date of the Agreement. CONTRACTOR or OWNER may make a claim for a change in the Contract price in accordance with Article 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 specifically 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 "' price for a related pay item such that work called for or required by the Contract Documents will be constructed for the Contract Price. ,_ 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 Specifications 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 .... " Page SC-6 of 7 SECTION SC - SUPPLEMENTARY CONDITIONS (Continued) W&A #94-093 ,- PAVING & DRAINAGE 15 SUSPENSION OF WORK AND TERMINATION " Amend this section as follows: TERMINATION FOR DEFAULT: The City of Coppell reserves the right 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 right 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 rights: 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 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. Page SC-7 of 7 _ SECTION WR WAGE RATE SCHEDULE PREVAILING WAGE RATE DETERMINATION 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 apprentices shall be under the direct supervision of a journeyman working as a CFeW. Welders shall receive the rate prescribed for the craft performing the operation to which the ,... welding is incidental. General Decision Number TX980045 Superseded General Decision No. TX970045 · - 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 Publication Date 0 02/13/1998 County(ies) ,,, COLLIN GRAYSON ROCKWALL DALLAS JOHNSON TARRANT DENTON KAUFMAN WICHITA ,.., ELLIS PARKER SUTX2043A 11/18/1991 ,, Rates Fdnges AIR TOOL OPERATOR $7.554 ASPHALT RAKER 8.565 ,- ASPHALT SHOVELER 8.255 BATCHING PLANT WEIGHER 9.371 BATTERBOARD SETTER 8.920 ,- CARPENTER 9.447 CONCRETE FINISHER-PAVING 9.345 CONCRETE FINISHER-STRUCTURES 9.058 ,- CONCRETE RUBBER 7.733 ELECTRICIAN 12.761 FLAGGER 5.598 · '" FORM BUILDER-STRUCTURES 8.717 FORM LINER-PAVING &CURB 8.913 FORM SETTER-PAVING &CURB 8.686 " FORM SETTER-STRUCTURES 8.427 LABORER-COMMON 6.402 LABORER-UTILITY 7.461 " MANHOLE BUILDER 11.000 MECHANIC 10.658 OILER 8.698 "' SERVICER 8.104 PAl NTER-STRUCTURES 10.913 PILEDRIVER 7.500 " PIPE LAYER 8.509 BLASTER 11.333 ASPHALT DISTRIBUTOR OPERATOR 8.404 ASPHALT PAVING MACHINE 9.053 BROOM OR SWEEPER OPERATOR 7.908 BULLDOZER, 150 HP & LESS 8.703 BULLDOZER, OVER 150 HP 9.160 CONCRETE PAVING CURING MACHINE 8.213 CONCRETE PAVING FINISHING MACHINE 9.453 CONCRETE PAVING FORM GRADER 8.500 CONCRETE PAVING JOINT MACHINE 9.042 ,, CONCRETE PAVING JOINT SEALER 7.350 CONCRETE PAVING FLOAT 7.875 CONCRETE PAVING SAW 9.290 _. CONCRETE PAVING SPREADER 9.750 PAVING SUB-GRADER 9.000 · ..- SLIPFORM MACHINE OPERATOR 9.000 CRANE, CLAMSHELL, BACKHOE, DERRICK, DRAGLINE, SHOVEL ,- LESS THAN I 1/2 C.Y. 9.513 CRANE, CLAMSHELL, BACKHOE, DERRICK, DRAGLINE, SHOVEL ,- I 1/2 C.Y. &OVER 10.517 CRUSHER OR SCREENING PLANT OPERATOR 9.500 "- FORM LOADER 12.000 FOUNDATION DRILL OPERATOR CRAWLER MOUNTED 10.000 -- FOUNDATION DRILL OPERATOR TRUCK MOUNTED 11.138 FRONT END LOADER 2 1/2 "" G.Y. &LESS 8.823 FRONT END LOADER OVER 2 1/2 C.Y. 9.311 HOIST- DOUBLE DRUM 8.917 " MILLING MACHINE OPERATOR 6.650 MIXER (OVER 16 C.F.) 9.000 MIXER (16 C.F. &LESS) 7.913 " MIXER - CONCRETE PAVING 9.500 MOTOR GRADER OPERATOR FINE GRADE 10.346 MOTOR GRADER OPERATOR 9.891 PAVEMENT MARKING MACHINE 6.402 ROLLER, STEEL WHEEL PLANT-MIX PAVEMENTS 8.339 ROLLER, STEEL WHEEL OTHER FLATWHEEL OR TAMPING 7.963 ROLLER, PNEUMATIC, SELF-PROPELLED 7.403 SCRAPER-17 C.Y. &LESS 8.138 ,_ SCRAPER-OVER 17 C.Y. 8.205 SIDE BOOM 7.793 TRACTOR-CRAWLER TYPE 150 HP ,_ &LESS 8.448 TRACTOR-CRAWLER TYPE OVER 150 HP 8.873 ,_ TRACTOR-PN EU MATIC 7.735 TRAVELING MIXER 7.615 TRENCHING MACHINE-LIGHT 8.188 -- TRENCHING MACHINE-HEAVY 12.498 POST HOLE DRILLER OPERATOR 9.000 WAGON-DRILL, BORING MACHINE 9.000 ,- REINFORCING STEEL SETTER PAVING 9.218 ,, REINFORCING STEEL SETTER STRUCTURES 11.548 STEEL WORKER-STRUCTURAL 12.860+3.440 ,_ SIGN ERECTOR 11.436 SPREADER BOX OPERATOR 6.988 BARRICADE SERVICER ,. ZONE WORK 6.402 MOUNTED SIGN INSTALLER PERMANENT GROUND 6.402 ,- TRUCK DRIVER-SINGLE AXLE LIGHT 7.465 TRUCK DRIVER-SINGLE AXLE -. HEAVY 8.067 TRUCK DRIVER-TANDEM AXLE SEMI TRAILER 7.816 -'- TRUCK DRIVER-LOWBOY/FLOAT 9.653 TRUCK DRIVER-TRANSIT MIX 7.507 TRUCK DRIVER-WINCH 8.200 '- VIBRATOR OPERATOR 7.000 WELDER 10.459 " 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) (1) (v)). In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1 .) Has there been an initial decision in the matter?. This can be ,- * an existing published wage determination · a survey underlying a wage determination · a Wage and Hour Division letter setting forth a position on a wage ,.. determination matter · a conforming (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should -- be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) -- should be followed. With regard to any other matter not yet ripe for the formal process described here, initial -' contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations -- Wage and Hour Division U. S. Department of Labor 200 Constitution Avenue, N.W. " Washington, D.C. 20210 2.) If the answer to the question in 1 .) is yes, then an interested party (those affected by "" the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7), Write to: Wage and Hour Administrator U. S. Department of Labor 200 Constitution Avenue, N.W. Washington, D.C. 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board _ U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, D.C. 20210 4.) All decisions by the Administrative Review Board are final. ... END OF GENERAL DECISION .... SECTION AD ADDENDA " ADDENDUM NO. 1 TO THE CONTRACT DOCUMENTS FOR PAVING & DRAINAGE IMPROVEMENTS TO DENTON-TAP ROAD ,.~ FROM COTTONWOOD CREEK TO STATE HIGHWAY No. 121 BYPASS ISSUED ON APRIL 20, 1998 lieam The following information shall constitute Addendum No. One (#1) to the Contract Documents ,- as identified above. This Addendure must be properly 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 written or verbal information previously provided: I. Plans, replace the following sheet in the plans with the attached sheet dated April 20, · --, 1998: Sheet 31 - Miscellaneous Details Sheet 32 - Hike and Bike Path #1 Plan & Profile II. Plans, add the attached Hike & Bike Plan & Profile Sheets 33, 34 & 35 and Detail " Sheet No. 36, dated April 20, 1998 and titled "Hike &Bike Trail Sections and Details." III. Proposal, Replace Part V - Hike & Bike Trail - Alternate Bid with attached Part V. 1 of 1 ' WA #94-093 ADDENDUM NO. TWO TO THE CONTRACT DOCUMENTS FOR PAVING & DRAINAGE IMPROVEMENTS TO DENTON-TAP ROAD FROM COTTONWOOD CREEK TO STATE HIGHWAY No. 121 BYPASS ISSUED ON APRIL 21, 1998 The following information shall constitute Addendum No. Two (#2) to the Contract Documents as identified above. This Addendum must be properly 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 written or verbal information previously provided: .- I. DIVISION SB - GEOTECHNICAL REPORT AND SOIL BORINGS: Add Geotechnical Report titled "Geotechnical Study Denton Tap Road, Coppell, Texas", prepared by EMCON Engineering and Environmental Services, dated May 1995, omitted from ,- odginal specification documents. I of 1 · ' WA #94-093 ,., ADDENDUM NO. 3 TO THE CONTRACT DOCUMENTS FOR ,'- PAVING AND DRAINAGE IMPROVEMENTS TO " DENTON TAP ROAD FROM COTTONWOOD CREEK TO STATE HIGHWAY NO. 121 BYPASS _ COPPELL, TEXAS ISSUED ON APRIL 27, 1998 The following information shall constitute Addendurn No. Three (#3) to the Contract Documents as identified above. This Addendum must be properly 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 Addendure is a part of the Contract Documents and will be bound into the executed Contracts. The following information shall supersede any -. and all conflicting written or verbal information previously provided: I. NOTICE TO BIDDERS 1. Change the bid receipt date from 2:00 p.m., Tuesday, April 28, 1998 to 10:00 a.m., Thursday, April 30, 1998. END OF ADDENDUM NO. 3 Addendure No. 3 April 27, 1998 ,- WA #94093 Page 1 of 1 SECTION PA PAYMENT AFFIDAVIT PAYMENT AFFIDAVIT STATE OF TEXAS COUNTY OF DALLAS Before me, the undersigned authority, a Notary Public in the state and county aforementioned, on this day personally appeared , , (Name) (Title) of , known to me to be a credible "' (Company 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: PAVING AND DRAINAGE IMPROVEMENTS FOR DENTON-TAP ROAD _ FROM COTTONWOOD CREEK TO STATE HIGHWAY No. 121 BYPASS Subscribed and sworn before me on this day - of ,19 . Notary Public, State of Texas DIVISION I. GENERAL REQUIREMENTS W&A #94-093 PAVING & DRAINAGE DIVISION 1. - GENERAL REQUIREMENTS 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 below. AASHTO American Association of State Highway and Transportation Officials Ac. Acres ANSI American National Standards Institute ASA American Standards Association Asph. Asphalt ASTM American Society for Testing and Materials AT&SF Atchison, Topeka & Santa Fe Railroad Ave. Avenue AWS American Welding Society AWWA American Water Works Association BIB Back-of-curb to Back-of-curb Bldg. Building Blvd. Boulevard CH Chord of Curve CI Cast Iron CL Centerline 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 Die. Diameter DPL or DP&L Dallas Power & Light Company Dr. Driveway or Drive Elev. 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 Electric Company GV Gate Valve Hdwl. Headwall GR-1 of 11 DIVISION 1. - GENERAL REQUIREMENTS W&A #94-093 -- PAVING &DRAINAGE HP Horsepower Hr. Hour ID Inside Diameter In. or" Inch or Inches L Length of Curve -- Lat. Lateral Lb. Pound LF Linear Foot or Feet ,, Lin. Linear Ln. Lane LSG Lone Star Gas Company Max. Maximum " MH Manhole Min. Minimum Mono. Monolithic ,- NCTCOG North Central Texas Council of Governments No. Number OD Outside Diameter % Percent "'" PC Point of Curvature PCC Point of Compound Curvature PI Plasticity Index or Point of Intersection ,- PRC Point of Reverse Curvature PSI Pounds per Square Inch PT Point of Tangency .,. PVC Polyvinyl Chloride or Point of Vertical Curvature PVT Point of Vertical Tangency R Radius RCCP Reinforced Concrete Cylinder Pipe " RCP Reinforced Concrete Pipe Reinf. Reinforced or Reinforcing Rem. Remove ,-- Rep. Replace Ret. Retaining R/W, R-of-W or R.O.W. Right-of-way " Sani. or San. Sanitary Sec. Second SD Storm Drain "' SS Sanitary Sewer Sq. Square St. Street or Storm ,, Sta. Station Std. Standard SWBT or SWB Southwestern Bell Telephone Company SY Square Yard ' T Tangent Length of Curve Tr. Terrace TU Texas Utilities Electric Company ,- TxDOT Texas Department of Transportation UE Underground Electric Cable UT Underground Telephone Cable VC Vertical Curve VCP Vitrified Clay Pipe GR-2 of 11 DIVISION 1. - GENERAL REQUIREMENTS W&A #94-093 ,. PAVING &DRAINAGE Vert. Vertical Vol. Volume " VPI Vertical Point of Intersection W Water Line WUT Western Union Telegraph Company -., Yd. Yard Item 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. irarow4 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: 1. Install traffic control and warning devices. Traffic control devices to be reviewed " by City of Coppell Street Division. 2. Make Utility adjustments. 3. Construct West Bridge Section. -, 4. Widen existing pavement in preparation of Phase II pavement construction. 5. Install storm water pollution control facilities and maintain until grass is restored. 6. Remove existing structures and facilities on West side of roadway. _ 7. Install storm drainage pipe improvements. 8. Install Phase II divided 37' wide pavement section. 9. Transfer traffic to Phase II pavement. ,_ 10. Remove existing bridge section. 11. Construct East Bridge Section. 12. Remove existing structures and facilities on East side of roadway. 13. Install remaining storm drainage pipe improvements. 14. Install Phase Ill divided 37' wide pavement section. 15. Prepare areas for seeding and revegetate disturbed areas. " BID ITEM CLARIFICATION: Certain bid items are discussed in more detail below: PART I - PAVING, DRAINAGE & WATER: 1. Bid Item No. I - UNCLASSIFIED STREET EXCAVATION: This pay item shall include excavation of earth material for placement as on-site fill or for topsoil for future placement on parkways and slopes. Waste asphalt, concrete and other ' undesirable waste material will not be allowed. 2. Bid Item No. 2 - COMPACTED ROADWAY EMBANKMENT: This pay item shall -- include placement and compaction of earth material from on-site sources and acceptable imported materials to the higher of the requirements specified in the geotechnical report and the City of Coppell plan standards. GR-3 of 11 DIVISION 1. - GENERAL REQUIREMENTS W&A #94-093 ._ PAVING &DRAINAGE 3. Bid Item No. 3 - BORROW: There is insufficient material from the street excavation to complete all fills as shown on the construction plans. Therefore, it " is the contractor's responsibility to locate a suitable source of select borrow material for completing the fills on the project. Borrow material shall consist of sandy clay soils with a liquid limit (LL) less than 45 and a plasticity index (PI) .... less than 25. Prior to using any off-site borrow material, the material must be approved by the City of Coppell. The following will be required prior to approval: A. The contractor must obtain a written, notarized certification from the " landowner of each proposed borrow source stating that to the best of the landowners knowledge and belief there has never been contamination of the borrow source site with hazardous or toxic materials. These ,- certifications shall be submitted to the City by the contractor prior to proceeding to furnish soil materials to the site. .. B. The contractor shall provide adequate testing to determine that the borrow source material is not contaminated with hazardous or toxic materials in accordance with the U. S. Environmental Protection Agency (EPA) protocol for Total Metals (eight metals, EPA Method 3010/6010), " pH (EPA Method 150.1), Chlorides (EPA Method 330.4), Volatile Organics (EPA Method 8240), and Total Petroleum Hydrocarbons (EPA Method 418.1). The geotechnical engineer performing the testing for the ,- contractor shall notify the City in writing of his/her approval of the material and provide copies of the laboratory tests to the City. No recycled soil will be allowed for use on this project without prior consent from the Project Engineer. C. The contractor shall provide testing (ASTM D698) to determine the optimum density and moisture content for the borrow material if used as · - treated subgrade. D. No organic material, trash, debris, trees, clippings or other deleterious ,... material will be allowed in off-site borrow material. E. The borrow quantity is based on the in place compacted value and has been estimated as follows: On-site excavation = 6, 190 Loss from existing pavement = 2,200 ,_ Net excavation = 3,990 Volume after shrinkage (15%) = 3,390 Fill embankment = 26,991 -- Less cut = (3,390) Borrow required = 23,601 4. Bid Item No, 4 - RIGHT-OF-WAY PREPARATION: This item shall include ' removal of all structures, subsurface lines, asphalt pavement, sidewalk and any other materials on the job site which a separate removal pay item is not provided in the proposal. 5. Bid Item No. 7 - REMOVE EXISTING BRIDGE OVER DENTON CREEK: This item covers the demolition and off-site disposal the existing bridge over Denton Creek including above ground columns to 1'-0" below proposed grade, bridge -- caps, beams, deck, abutments and guard rail. GR-4 of 11 DIVISION 1. - GENERAL REQUIREMENTS W&A #94-093 .-- PAVING &DRAINAGE 6. Bid Item No. 8 - DISMANTLE EXISTING 12" WATER LINE: This item shall '" include uncovering, removal of existing 12" gate valves and installation of 12" blind flanges on existing 16'x12" tee. It shall also include disassembling the existing elevated 12" water line and structural steel supports and then deliver _ the gate valves, fittings and pipe to the city's storage yard. The contractor shall take care not to unnecessarily damage the existing pipe. 7. Bid Item No. 1 O: This pay item shall include the removal and replacement of the ,'- existing Exercise Area in Andrew Brown Jr. Community Park. This pay item shall be constructed to conditions equal or better than the existing than the existing facility. The existing equipment may be reused if not damaged by disassembly. 8. Bid Item No. 24: This pay item shall the placement and compaction of gravel jogging path composed of same materials as the existing jogging path in the _ Andrew Brown Jr. Community Park. The path shall be constructed to equal or better than the existing than the existing path. 9. Bid Item No. 26 - 4" Topsoil and Hydromulch Seed Parkways and Slopes: This · - item shall be bid as a lump sum pay item based on an estimated quantity of 15,376 square yards. It shall include the placement of 4" of topsoil and hydromulch seeding of the parkways and slopes per Item 2.1 of the Technical Specifications. 9. Bid Item Nos. 58 & 59 - WATER PIPE: This item shall include all work, excavation, trench construction, embedmerits, backfill, and compaction of _. backfill and testing to install the water line complete in place. 10. Bid Item No. 60 - ELEVATED 16" 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 16" water line 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 price paid for this item. The coupling (if used) location must be approved by the ENGINEER prior 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. 11. Bid Items Nos. 61 - CONNECTIONS TO EXISTING 16" WATER LINE: This pay · -- item shall include all work required to make connection to the existing water systems. The Contractor shall coordinate with the Utilities Superintendent of the City of Coppell regarding water system operating procedures and methods used to relieve 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. 12. Bid Item No. 62 - SALVAGE AND INSTALL 2" AIR RELEASE AND VACUUM VALVE: This item includes the salvaging and installation of the existing 2" air release and vacuum valve from the elevated 12" water main on the elevated 16" -- water main. This pay item also includes all 2" galvanized steel pipe, 2" copper pipe, all fittings, 2" pipe and air release valve support structure and all fittings, thermon heat trace, thermostat, heat trace junction box, electrical service and all work for installation and insulation of valve. GR-5 of 11 DIVISION 1. - GENERAL REQUIREMENTS W&A #94-093 ... PAVING & DRAINAGE 13. Bid Item No. 66 - 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. PART Ill- BRIDGE: 1. Bid Item No. 2 & 3 - GABION BASKETS: All basket materials, fabric, and wire '- shall conform to Section 12 of the Specifications and Item 2.24 Gabion Structures of the latest edition of the Standard Specifications for Public Works Construction North Central Texas. The contract unit price shall be the total ,_ compensation for preparing the subgrade, including excavation, for furnishing, placing and assembling all materials; for furnishing, placing, shaping and tamping backfill; for disposal of all surplus materials; and for all labor, tools, equipment and incidentals necessary to complete the work, all in accordance -' with the plans and specifications. 2. Bid Item No. 4 - SHEET PILES: The piles shall consist of PZ-22 Steel Sheet Piling as manufactured by Bethlehem Steel and distributed by L.B. Foster " Company of Houston, Texas or approved equal and shall conform in all respects to ASTM Designation A328. The contract unit price shall be the total compensation for excavation, for furnishing, placing and assembling all -- materials; for furnishing, placing, shaping and tamping backfill; for disposal of all surplus materials; and for all labor, tools, equipment and incidentals necessary to complete the work, all in accordance with the plans and specifications, including coating the upper 12 feet of the sheet piles with minimum 16 mils of -' coal tar epoxy. 3. Bid Item No. 2A - CABLE CONCRETE: Cable Concrete shall conform to International Erosion Control System CC70 or approved equal and shall include " Poly Filter G.B., Contech C40/30A, Nicolon Filterweave 40/30A, Mirify 750XL or approved equal geotextile pre-installed to base of the cable concrete. This item shall include all labor, equipment, materials and other work necessary for the .. installation of the cable concrete mats. 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: ,, 1. Right-of-Way Preparation will be measured in 100 foot Stations along the principle roadway being constructed. 2. Excavation and borrow will be measured in cubic yards in place, No deduction ' will be made for demolition items separately. No deduction will be made for demolition items. Quantities computed by the ENGINEER will be assumed accurate unless ENGINEER is notified of discrepancies by the CONTRACTOR or -- OWNER. Excavation and borrow quantities will not be measured in the field. Payment will be based on computed quantities. Existing surface features and elevations were determined using in field topographic surveys. 3. Water lines will be measured along their centerline in linear feet viewed in the horizontal plan; no deduction will be made for appurtenances. Plan dimensions will be used and assumed accurate unless ENGINEER is notified of "- discrepancies by the CONTRACTOR or OWNER. GR-6 of 11 DIVISION 1. - GENERAL REQUIREMENTS W&A #94-093 ,- PAVING &DRAINAGE 4. Storm drains will be measured along their centerlines to the inside face of all inlets and the outside face of headwalls. Plan dimensions will be used and " assumed accurate unless ENGINEER is notified of discrepancies by the CONTRACTOR or OWNER. · - 5. Paving will be measured in square yards. No deduction or credit will be made for block-outs. Curbs on concrete pavement will not be measured separately but will be considered subsidiary to the unit price for concrete paving. Plan dimensions will be used and assumed accurate unless ENGINEER is notified of ' discrepancies by the CONTRACTOR or OWNER. 6. Gravity Retaining walls and Tree Wells will be measured in linear feet for 0' to 4' '- tall sections and linear feet for 4' to 6' tall sections. 7. Pavement Repair for construction of storm drains or water system adjustments _ will be measured in linear feet. 8. Seeding Disturbed areas in the medians, parkways and adjacent to the parkway will be paid in lump sum. An estimated quantity measured in square yards is " provided in the Bid Item Clarification. Pay quantities are intended to cover all unpaved areas from the sidewalk to top of cut slopes or the toe of fill slopes. Disturbed areas beyond these limits will be repaired at the Contractor's expense. lime 9. All other items will be measured according to the units in the proposal. Item 1.5 SUBMITTALS Within fifteen 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: 1. An estimated progress schedule showing the estimated starting and completion times, in days, from notice to proceed for the major components of the work. 2. If the CONTRACTOR anticipates requesting partial payment for any incomplete lump sum items, submit a schedule showing the values of the various stages of construction for that item. The unit prices 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. A. Structural Elements of Bridge Crossing and Primer Paint. B. Gate Valves, Fire Hydrants. -- C. Painting &Primer for Exposed Pipe, Handrail &Guard Rail. D. Exposed D.I. Pipe and Primer Paint. E. Gabion baskets and Gabion rock gradation and materials. _ F. Cable Concrete, materials, cables and connection materials and details. G R-7 of 11 DIVISION 1. - GENERAL REQUIREMENTS W&A #94-093 PAVING & DRAINAGE 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 required 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 price of the items being tested. Trenches shall be tested at a maximum interval of 200 linear feet per layer of backfill. Item 1.7 UTILITIES The OWNER will furnish water for use on this project from the City water system. Contact the '- Utilities Superintendent to coordinate setting 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 furnish these items and the cost thereof included in the related unit prices for the work. Item 1.8 SECURITY · - The CONTRACTOR will be responsible for the security 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. Security 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 sufficient 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 drainage channels are disturbed or blocked during construction, they shall be restored to their original conditions of grade and cross section after the work of construction is completed. The · - CONTRACTOR shall take all precautions required to prevent soil erosion during 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. The CONTRACTOR'S attention is directed to the Code of Federal Regulations (CFR), Section 33, Parts 320 through 330 concerning General Regulation Policy of the Corps of Engineers 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. The bridge crossing on Denton Creek is authorized under Nationwide Permit 14 for Road Crossings. Specific requirements for this crossing are addressed in the February 27, 1998 Authorization Letter GR-8 of 11 DIVISION 1. - GENERAL REQUIREMENTS W&A #94-093 --. PAVING &DRAINAGE from the U.S. Corps of Engineers Environmental Division Regulatory Branch. Refer to the letter provided in Section Five of these specifications. 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 City Engineer for _ review and approval a minimum 14 days prior to installation. The CONTRACTOR shall be responsible for providing traffic control during the construction of this project consistent with 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 · - Act Regulating Traffic on Highways," codified as Article 6701d, Vernon's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31. _ The sequence of construction plans are a suggested plan and the CONTRACTOR may request and submit an alternate plan which must be approved by the Engineer. The CONTRACTOR will not remove any regulatory sign, instructional sign, street name sign or · "- other sign 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 prior 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 Safety and Health Act of 1970 and the standards and regulations issued thereunder. The " CONTRACTOR is directed to comply with these and all other applicable federal, state and local laws. It is the CONTRACTOR'S responsibility to instruct his workmen in the proper safety standards and monitor his activities to insure compliance. The CONTRACTOR shall provide a trench safety plan which specifically addresses and identifies the trenches to be made on this project and provides the trenching details to provide a safe work place in accordance with state law and OSHA 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 soils investigation and test data used by the engineer in developing the plan. The CONTRACTOR shall conduct his 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. GR-9 of 11 DIVISION 1. - GENERAL REQUIREMENTS W&A #94-093 PAVING & DRAINAGE Item 1.14 INSPECTION The CONTRACTOR shall notify the ENGINEER prior to beginning construction and shall keep him or his inspector informed as to the schedule for performance of the work. Refer to Item _ 1.21 for inspections outside of normal working day time periods. 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'S expense. Trimming 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. 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 debris to be removed from the site shall be disposed of in such a manner approved by the ENGINEER. On-site burning of trees and/or trash, etc., will not be permitted. · - Upon 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 all debris. He shall leave the site in a neat and orderly 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 specifications 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. 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. imam GR-10 of 11 DIVISION 1. - GENERAL REQUIREMENTS W&A #94-093 _ PAVING & DRAINAGE Item 1.21 SUBSIDIARY WORK "- Any and all work specifically governed by documentary requirements for the project, such as conditions imposed by the Plans, the General Contract Documents or these Special Documents, in which no specific 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 price bid in the Proposal, for each bid item. Project signs, testing, overtime inspection, blocking, disinfection, pressure testing lines, removal and replacement of existing fences, and removal of trees are general items of work which fall in the category of subsidiary work. lime Item 1.22 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 periods. ,., Item 1.23 STORM DRAIN PIPE JOINTS AND WYES All storm drain pipe joints shall be sealed with omniflex joint material or approved equal. All storm drain wyes on this project shall be pre-fabricated. GR-11 of 11 DIVISION 2 TECHNICAL SPECIFICATIONS W&A #94-093 DIVISION 2 - TECHNICAL SPECIFICATIONS 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: 1. Hydromulch-seedin.q shall conform to the application: Fertilizer: 400 Ibs/acre (16-10-10) _ Mulch: 3,300 Ibs/acre Seed: 87 Ibs/acre (minimum) 2. Broadcast Seed by Sowing: If the sowing of seed is by hand, rather than by mechanical methods, the seed shall be sown in two different directions at right angles to each other. Seed and fertilizer may ,- be distributed at the same time provided the specified 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 watering the seeded areas daily for a period of two weeks after seeding unless weather conditions make watering 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 April and September and shall be conducted under favorable weather conditions. Alternate seed shall be selected if seeding operations must occur between November and April. Germination shall not be less than 90% and purity 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 GABION BASKETS Gabion structures shall be used for slope or bank protection and erosion control in channel. Placement of the gabion baskets shall be as indicated in plans and tied to concrete riprap and cap. _ 1.01 MATERIALS: (a) General: Gabions consist of rectangular, compartmented wire baskets filled with stone used for slope or bank protection and erosion control on open " channels. -- TS-1 of 9 DIVISION 2. - TECHNICAL SPECIFICATIONS W&A #94-093 ,- PAVING &DRAINAGE ,- (b) Gabions: Gabion baskets shall consist of uniform galvanized and PVC coated hexagonal wire mesh woven in double twist pattern with openings fabricated in such a manner as to be non-raveling and designed to provide the required flexibility and strength. The perimeter edges of the twisted wire mesh shall be woven around a reinforcing wire in a manner designed to prevent slippage, and the edges of the mesh shall be securely selvedged. All corners shall be reinforced by heavier wire. Gabions shall be so fabricated that the sides, ends, lid, base and diaphragms can be readily assembled at the construction site into rectangular baskets with a minimum thickness of 18 inches. Where the length of the gabion exceeds 1% times its horizontal width, the gabion shall be divided by diaphragms, of the ,- same mesh and gauge as the body of the gabion, into equal cells whose length does not exceed the horizontal width. Diaphragms shall be secured in the proper position on the base section. "' All dimensions are subject to tolerance limit of five percent. Wire shall conform to the following requirements in accordance with current -- Federal Specifications QQW-461 Class 3 - Finish 5 - Soft. Wire for Fabric (diam) 3.00 mm plus or ,_ minus 2.5 percent Wire for Selvedges and 3.90 mm plus or Corners (diam) minus 2.5 percent Wire for Binding and 2.20 mm plus or Connecting (diam) minus 2.5 percent Tensile Strength (psi) 60,000 - 75,000 _ Elongation (percent) (not less than) 12% Weight of zinc coating " for all wire 0.80 oz./sq. ft. (c) Stone: The stone shall be graded from three to eight inches. The stone shall ,. have a specific gravity of at least 2.40 and shall have a percent of wear not more than 40 when tested in accordance with Texas SDHPT Test Method TEX- 410-A. " (d) Geotextile Fabric: Geotextile fabric for use as a filter media shall be placed along the gabion structure, as shown in the plans. The geotextile fabric shall be placed with a minimum overlap of 18 inches. Fabric shall be secured as ,- necessary by pins or other suitable means before placing gabion baskets. TS-2 of 14 DIVISION 2. - TECHNICAL SPECIFICATIONS W&A #94-093 ,.. PAVING &DRAINAGE (e) Protective Aggregate Filter Layer: As an alternate to Geotextile Fabric, a " protective aggregate filter layer may be utilized. The filter shall be designed by a registered professional engineer specializing in geotechnical engineering. -- (f) Rejection: Gabions may be rejected for failure to meet any of the requirements of this specification. 1.02. CONSTRUCTION METHODS: (a) Description: This item shall govern the construction and assembly of gabion structures conforming to the lines, grades, locations and designs, as indicated -- on the plans and specifications, or as established by the Engineer. (b) Gabion Basket Assembly: i. Gabion baskets are assembled by unfolding the baskets on a hard surface and stamping out all kinks. Fold up the front, back and end panels and fasten together with projecting heavy gauge wire by twisting ' it around the selvedge wire two complete turns. Fold the diaphragms up and secure in the same manner. All edges and diaphragms to sides are now laced together in the following manner: Cut a length of lacing wire -- approximately five feet long, secure the wire at one end by Iooping and twisting together, then proceed lacing with a double loop (made at the same point) approximately every four to five inches apart, pulling the _ basket pieces tightly together. Secure the end of the wire by again Iooping and twisting. ii. Gabion baskets shall then be placed in position empty and shall be tied -- together each to its neighbor along all contacting edges in order to form a continuous connecting structural unit. Tying shall be in the same manner as that used to assemble baskets and shall produce a joint that ,- is as strong as the body of the mesh. (c) Gabion Basket Placement: Gabions three feet high that are to be placed in a straight row are to be stretched in the following manner before being tied to the " adjacent gabions. Tie together approximately 100 feet of gabion baskets end to end. Secure one end of the row by tying to gabions already filled or fill the end gabion with stone and then stretch baskets sufficiently to remove kinks. While · - maintaining tension, tie the row of baskets to its neighbor and then fill with stone. _ (d) Gabion Stone Placement: When the assembled empty gabion baskets have been installed, the gabion stone shall then be placed in the following manner: The gabion baskets may be filled by machine with sufficient additional hand work to accomplish a maximum density and a minimum amount of voids. " Vertical outside surfaces shall be placed by hand with large select stone in order to achieve the best appearance. Baskets are to be filled in 12-inch layers in order to install a looped inner tie wire in each cell connecting to front and back -- faces every 12 inches of vertical height in any unsupported face. Individual cells may not be filled more than one foot above any adjacent cell unless looped inner tie wires run in both directions. -- TS-3 of 14 DIVISION 2. - TECHNICAL SPECIFICATIONS W&A #94-093 ,_ PAVING & DRAINAGE (e) Gabion Basket Closure: When each gabion basket has been filled to its " maximum, which is approximately 1%" higher than the sides and the surface leveled with a minimum amount of voids, the lids shall be pried down and over with a bar until the edge of the lid and edge of the basket are together. The -- heavy projecting wire on the lid shall be twisted around the heavy wire on the sides two complete turns and the lid shall then be tied to the edges and tops of diaphragms in the same manner as the baskets are assembled so that the finished joint is as strong as the body of the mesh. The lids of the gabion " baskets shall also be tied together, each to its neighbor along all connecting edges to insure the formation of a continuous connecting structural unit. Special attention shall be given that all projecting sharp ends of wire are turned -' 1.03. MEASUREMENT AND PAYMENT: Gabions shall be measured for payment in square yards for 18" baskets and per each for 3'x3'x3' baskets, based on the dimensions shown on the plans or on revised dimensions, where changes are ordered or approved. Gabions shall be paid for at the ' contract unit price, complete in place, as provided in the proposal and the contract. The contract unit price shall be the total compensation for preparing the subgrade, including excavation, for furnishing, placing and assembling all materials; for furnishing, -- placing, shaping and tamping backfill; for disposal of all surplus materials; and for all labor, tools, equipment and incidentals necessary to complete the work, all in accordance with the plans and specifications. Item 2.3 CABLE CONCRETE Cable concrete structures shall be used for slope or bank protection and erosion control in ,- channel. Placement of the cable concrete shall be as indicated in plans and tied to concrete riprap and cap. ,_ 1.01 DESCRIPTION Cable concrete will be used to line the creek channel between the sheet piles and concrete Hike and Bike trail to prevent soil erosion and is made up of 4'x16' concrete ' mats (if needed, smaller mats may be designed) placed side by side and clamped together to provide one homogeneous erosion protection system. The concrete mats are made up of concrete blocks internally connected to each other by interwoven .- stainless steel cables. Geotextile fabric must be pre-installed to the base of each concrete mat. The concrete blocks have 15.5" square bases, 11.5" square top faces, minimum 8.5" block height and have a weight of 70 Ibs / S.F. conforming to the International Erosion Control System C.C. 70 as manufactured by Dalworth Concrete elmera Products of Arlington, Texas or approved equal. 1.02 CONCRETE The concrete shall be Class S with a minimum required concrete strength of 4000 psi @ 28 days per Item 421 of the Texas Department of Transportation Standard .- Specifications for Construction of Highways, Streets and Bridges. -- TS-4 of 14 DIVISION 2. - TECHNICAL SPECIFICATIONS W&A #94-093 PAVING & DRAINAGE 1.03 CABLES The cables shall be made of stainless steel aircraft cable of type 302. The cable shall be of type I X 19 construction. The cable shall have the following minimum ,,-. dimensions. Length-wise 3/16" Diameter Width-wise 5/32" Diameter 1.04 GEOTEXTILE · - The geotextile shall be Poly Filter G.B., Contech C40/30A, Nicolon Filterweave 40/30A, Mirify 750XL or approved equal. It is an eight ounce (8NP) needle punched fabric. ,, The geotextile is attached to the base of the concrete block mats. An overlap of I ft to 1-1/2 ft shall be incorporated on three sides of the mat. The overlap provides area for the adjoining mats to be placed upon and prevent undermining of the erosion control system. If tears or widening openings are caused in the geotextile by loading, unloading or installation, an additional layer of geotextile shall be required to be installed on the -- slope prior to the placement of the cable concrete. 1.05 CLAMPS " Stainless steel U-type screw clamps shall be provided to secure loops of adjoining Cable Concrete mats according to manufacturer's recommendations. (Refer to manufacturer's Guide for the Design and Placement of Cable Concrete Mats) 1.06 ANCHORING ,_ Stainless steel cable shall be tied to reinforcing steel concrete riprap and sheet pile concrete cap prior to pouring concrete or provide #6 bar dowels spaced to match cable locations. Cable shall be tied to dowels with U-type screw clamp and concrete grout full limits of dowel with a minimum clearance of three inches. 1.07 INSTALLATION --- A. The subgrade surfaces on which the Cable Concrete is to be placed shall be cut or filled and graded to the lines and grades shown in the plans. When fill to sub grade lines is required, it shall consist of approved materials and compacted to the requirements of the specified class of fill. B. The supplier shall have a technician experienced in the installation of the Cable Concrete system available at the start of the installation to advise the Contractor · - and Engineer in any special techniques needed to assure proper installation. C. The mats shall be laid from the downstream end of the project to the upstream ,_ end, so the geotextile joints are shingled to direct flow over the joint and to prevent undermining. ,- TS-5 of 14 DIVISION 2. - TECHNICAL SPECIFICATIONS W&A #94-093 PAVING & DRAINAGE D. The outside edges of the mat system shall be tied as specified in Item 1.06 " above. E. Following installation of mat system, pea gravel shall be used to fill voids -- between blocks. 1.08 SUBMITTALS The CONTRACTOR shall submit to the Engineer for review technical information on the cable concrete product including materials, dimensions, anchor materials, geotextile and cable. Item 2,4 PAINTING ,- PART 1.0 - GENERAL 1.01 SECTION INCLUDES A. Surface preparation. ,, B. Surface finish schedule. C. Division One 1.02 RELATED SECTIONS A. Division 1 - General Requirements. 1.03 REFERENCES " A. OSHA - Occupational Safety &Health Reference Manual. (Occupational Safety Hazards Administration) -- B. PDCA Painting - Specification Manual. (Painting & Decorating Contractors of America) -' C. SSPC - Vol. 1: Good Painting Practice. (Steel Structures Painting Council) · - D. SSPC - Vol. 2: Systems and Specifications. (Steel Structures Painting Council) _ 1.04 SUBMITTALS A. Submit under provisions of Section 01300. 1. Product Data: Provide data on all finishing products. Include manufacturers mixing, application, and clean-up instructions and Product Safety Data Sheets (PSDS). ,- TS-6 of 14 DIVISION 2. - TECHNICAL SPECIFICATIONS W&A #94-093 PAVING & DRAINAGE 2. Finish Maintenance Data: Provide cleaning and stain removal methods and recommended cleaning materials. 3. Samples: Submit two samples, 12 x 12 inch in size illustrating each finish when requested by Owner. When possible, apply finishes on identical type materials to which they will be applied on job. 4. Identify each sample as to finish, formula, color name and " number, sheen name, and gloss units. 5. Colors to be selected by Owners Representative prior to " commencement of work. B. Submit under provisions of Section 01300. 1. Manufacturer's Certificate: Certify that products meet or exceed specified and Regulatory requirements. 1.05 QUALITY ASSURANCE _ A. Secure services of manufacturer's representative to visit jobsite during paint testing, surface preparation, and application as required to determine compliance with manufacturer's instructions, and when _ requested to resolve problems with the use of their products. B. Perform work in accordance with PDCA Painting - Specification Manual. C. Maintain one copy of document on site. D. Provide primers and other undercoat paint produced by the same ' manufacturer as finished coats. Use only thinners approved by paint manufacturer, and use only within recommended limitations. " 1.06 QUALIFICATIONS A. Applicator: Company specializing in applying the work of this Section -- with minimum three yeas documented experience. 1.07 REGULATORY REQUIREMENTS iliame A. Comply with applicable code for flame/fuel/smoke rating requirements for finishes. TS-7 of 14 DIVISION 2. - TECHNICAL SPECIFICATIONS W&A #94-093 _ PAVING & DRAINAGE 1.08 FIELD SAMPLES A. Before proceeding with paint application, prepare a test area on each surface to be painted. Perform tests in accordance with manufacturer's " recommendations to determine compatibility with and adherence to existing finishes. "' B. After tests are accepted by manufacturer's representative, finish one complete surface of each color scheme required, under provisions of Section 01300, clearly indicating selected colors, finish texture, ,... materials, and workmanship. C. Accepted sample area will serve as a minimum standard for work ,-- throughout building. 1.09 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, handle, and protect paint materials under provisions of Section 01600. B. Deliver to site and store in sealed and labeled containers; inspect to verify acceptance. " C. Container Labeling: Manufacturer's name, type of paint, brand name, brand code, coverage, surface preparation, drying time, cleanup, color designation, and instructions for mixing and reducing. D. Store paint materials at minimum ambient temperature of 45 degrees F and maximum of 90 degrees F. in well ventilated area, unless required "' otherwise by manufacturer's instructions. E. Take precautionary measures to prevent fire hazards and spontaneous ,-' combustion. 1.10 ENVIRONMENTAL REQUIREMENTS A. Provide continuous ventilation and heating facilities to maintain surface and ambient temperatures above 45 degrees F for 24 hours before, _ during and 48 hours after application of finishes, unless required otherwise by manufacturers instructions. ._ B. Do not apply exterior coatings during rain or snow, or when relative humidity is above 50 percent, unless required otherwise-by manufacturers instructions. " C. Application Temperature Range for Water-Base Paints: Between 50 degrees F and 90 degrees F. unless required otherwise by manufacturer's instructions. -- TS-8 of 14 DIVISION 2. - TECHNICAL SPECIFICATIONS W&A #94-093 -- PAVING &DRAINAGE ... D. Application Temperature Range for Solvent-Thinned Paints: Between 45 degrees F and 95 degrees F. unless required otherwise by manufacturers instructions. Immm E. Provide lighting level of 80 foot candles measure mid-height at substrate surface. " 1.11 EXTRA STOCK A. Provide a one gallon container of each color and type to Owner. B. Label each container with color, texture, and room locations in addition to the manufacturers label. PART 2.0- PRODUCTS -. 2.01 ACCEPTABLE MANUFACTURERS A. DuPont (E.I.) Co., 1007 Market St., Wilmington, DE 19898 B. P P G Industries, Inc., Coatings and Resins Div., One Gateway Center, Pittsburgh, PA 15222 C. Substitutions: Acceptable products are listed for each type of paint. Not all products of each manufacturer are acceptable. No substitutions _ permitted unless specifically approved. 2.02 MATERIALS " A. Urethane Enamel: Only types and brands listed below: 1. Imron, aliphatic polyurethane enamel, manufactured by DuPont. 2. Aquepon, Polyamide Epoxy, manufactured by P P G. "- B. Paint Accessory Materials: (Linseed oil, shellac, turpentine and other materials not specifically indicated herein but required to achieve the finishes specified) of high quality and approved manufacturer. C. Paints: Ready-mixed except field catalyzed coatings. Pigments fully ground maintaining a soft paste consistency, capable of readily and · ... uniformly dispersed to a complete homogeneous mixture. D. Paints to have good flowing and brushing properties and be capable of _ drying or curing free of streaks or sags. 2.03 FINISHES A, Refer to end of Section for surface finish schedule. ' TS-9 of 14 DIVISION 2. - TECHNICAL SPECIFICATIONS W&A #94-093 PAVING & DRAINAGE PART 3.0 - EXECUTION 3.01 INSPECTION ~ A. Verify that surfaces and substrate conditions are ready to receive work as instructed by the product manufacturer. ,- B. Examine surfaces scheduled to be finished prior to commencement of work. Report any condition that may potentially affect proper application. .. C. Measure moisture content of surfaces using an electronic moisture meter. Do not apply finishes unless moisture contents of surfaces are below following maximums: 1. Plaster and Gypsum Wallboard: 12 percent 2. Masonry, Concrete and Concrete Unit Masonry: 12 percent 3. Wood: 15 percent D. Beginning of application means acceptance of existing surfaces. " 3.02 PREPARATION A. Remove electrical plates, hardware, light fixture trim, and fittings prior to " preparing surfaces or finishing. B. Correct minor defects and clean surfaces which affect work of this ,- Section. C. Shellac and seal marks on wood which may bleed through surface ,-- finishes. D. Perform preparation and cleaning procedures in accordance with paint .. manufacturer's instructions and as specified for each particular substrate condition. ,_ E. Remove all traces of oil and grease prior to mechanical cleaning. F. Schedule cleaning and painting so that contaminants from cleaning _ process will not fall onto wet, newly-painted surfaces. G. Impervious Surfaces: Remove mildew by scrubbing with solution of tri-sodium phosphate and bleach. Rinse with clean water and allow " surface to dry. H. Uncoated Steel and Iron Surfaces: Remove grease, scale, dirt, and rust. " Where heavy coatings of scale are evident, remove by wire brushing, or sandblasting; clean by washing with solvent. apply a treatment of phosphoric acid solution, ensuring weld joints, bolts, and nuts are '- similarly cleaned. Spot prime paint after repairs. _ TS-10 of 14 DIVISION 2. - TECHNICAL SPECIFICATIONS W&A #94-093 _ PAVING & DRAINAGE "' I. Shop Primed Steel Surfaces: Sand and scrape to remove loose primer and rust. Feather edges to make touch-up patches inconspicuous. Clean surfaces with solvent. Prime bare steel surfaces. 3.03 PROTECTION " A. Protect elements surrounding the work of this Section from damage or disfiguration. B. Repair damage to other surfaces caused by work of this Section. C. Furnish drop cloths, shields, and protective methods to prevent spray or droppings from disfiguring other surfaces. D. Remove empty paint containers from site. ,... E. Do not use solvent that may remove permanent lacquer finish to clean hardware. 3.04 APPLICATIONS A. Apply products in accordance with manufacturer's instructions. Apply at not less than manufacturers recommended spreading rate, to establish ' a total dry film thickness (DFT) as indicated or as recommended by coating manufacturer. ' B. Provide barrier coats over incompatible primers and existing coatings or remove and reprime as required. " C. Do not apply finishes over dirt, rust, scale, grease, oil, moisture, scuffed surfaces, or conditions otherwise detrimental to formation of a durable paint film. D. Apply each coat to uniform finish. -- E. Apply each coat of paint slightly darker than preceding coat unless otherwise approved. _ F. Sand lightly between coats to achieve required finish. G. Allow each applied coat to dry before neat coat is applied, unless ,- required otherwise by manufacturer's instructions. H. Insure that edges, corners, crevices, welds, and exposed fasteners receive a dry film thickness equivalent to that of flat surface. I. Apply additional coats when undercoats, stains, or other conditions show through final coat of paint, until paint film is of uniform finish, color and appearance. -- TS-11 of 14 DIVISION 2. - TECHNICAL SPECIFICATIONS W&A #94-093 _ PAVING & DRAINAGE ~" J. Replace electrical plates, hardware, light fixture trim, escutcheons, and fittings removed prior to finishing. " 3.05 FIELD QUALITY CONTROL A. The Owner may engage services of an independent testing laboratory to ' sample paint being used. B. Samples of materials delivered to project site will be taken, identified and ." sealed, and certified in presence of Contractor. C. Testing laboratory will perform appropriate tests for any or all of the .-- following characteristics: Abrasion resistance, apparent reflectivity, flexibility, washability, absorption, accelerated weathering, dry opacity, accelerated yellowhess, recrating, skinning, color retention, alkali _ resistance, and quantitative material analysis. D. If test results show that material being used does not comply with ... specified requirements, Contractor may be directed to stop painting work and remove non-complying paint; pay for testing; repaint surfaces ' coated with rejected paint; remove rejected paint from previously painted surfaces if, upon repainting with specified paint, the two coatings are ~ non-compatible. 3.06 CLEANING A. As work proceeds, promptly remove paint where spilled, splashed or spattered. B. During progress of work, maintain premises free of unnecessary accumulation of tools, equipment, surplus materials, and debris. C. Collect cotton waste, cloths, and material which may constitute a fire hazard, place in closed metal containers and remove daily from site. D. Upon completion of work, leave premises neat and clean, to the satisfaction of the Owner. 3.07 FERROUS METAL- INTERIOR SURFACE FINISH SCHEDULE ,_ A. Paint finish - touch up bare metal with pdmer. -- TS-12 of 14 immm DIVISION 2. - TECHNICAL SPECIFICATIONS W&A #94-093 PAVING & DRAINAGE B. Paint finish - two coats urethane as follows: 1. Dupont Urethane enamel, "lmron", 2nd and 3rd coats 326-Y-LINENG-Y-511, IMKON, 2 MILS MDFT. 2. PPG - Poluamide Epoxy, "Aquapon", 2nd and 3rd coats 97-1/98, 2 to 3 MILS MDFT. Item 2.5 GRAVITY RETAINING WALL ,- The CONTRACTOR shall provide a quarry Milsap stone and mortar gravity retaining wall approved by the owner and Engineer. The wall contractor shall provide cross-section plan designs prepared by a Registered Professional Engineer for the wall heights indicated on the ,_ plans. The design shall be based on the soil loading, bearing pressures and condition recommended in the Geotechnical Report. The walls shall be designed for the minimum factor of safety as follows: Sliding F.S. = 1.75 Overturning F.S. = 2.0 Photographs and rock samples shall be provided to the Engineer to review for selection of the rock color. The Milsap stone color selected shall be uniform over the exposed wall. " Mortar for wall installation shall be a minimum 3000 psi compressive strength. Item 2.6 SHEET PILES 2.6.1 GENERAL · - This specification covers only sheet piling shown on the plans, or ordered by the Engineer, to be left in place so that it becomes a part of the finished structure. ,- 2.6.2 TIMBER SHEET PILES 2.6.2.1 The timber, unless otherwise noted, shall be preservative treated in accordance _ with Section 21, and may consist of any treatable species which will satisfactorily stand driving. It shall be sawn or hewn with square corners and shall be free from worm holes, loose knots, wind shakes, decayed or unsound _ portions, or other defects which might impair its strength or tightness. 2.6.2.2 The piles shall be of the dimensions shown on the plans either cut from the solid material or made by building up the piles of three planks securely fastened together. The piles shall be drift sharpened at their lower ends so as to wedge the adjacent piles tightly together. 2.6.2.3The tops of the piles shall be cut off to a straight line at the elevation indicated " and shall be braced with waling strips, properly lapped and joined at all splices and corners. The wales shall preferably be in one length between corners and shall be bolted near the tops of the piles. -- TS-13 of 14 DIVISION 2. - TECHNICAL SPECIFICATIONS W&A #94-093 ,_ PAVING &DRAINAGE 2.6.3 CONCRETE SHEET PILES Where concrete sheet piles are required, they shall be in stdct accordance with the " detailed design. The requirements governing the manufacture and installation of the concrete sheet piling shall conform, in general, to those governing precast concrete bearing piles. 2.6.4 STEEL SHEET PILES -' 2.6.4.1 Steel sheet piles shall be of the type and weight indicated on the plans or designated in the special provisions and of the material required below. The piles, when in place in the completed structure, shall be practically watertight at -- the joints. Painting of the steel sheet piles shall conform to Article 3.17. 2.6.4.2 Steel sheet piles shall conform to the requirements of AASHTO M 202 (ASTM A ,- 328) or AASHTO M 270 (ASTM A 709) Grade 50. 2.6.5 MEASUREMENT AND PAYMENT 2.6.5.1 Payment for sheet piles shall include the cost of furnishing, driving, and cutting off. Payment will be made on the basis of the piles ddven as approved by the Engineer, except that a deduction from the payment will be made in an amount " equal to the salvage value of the material cut off after driving. 2.6.5.2 Timber, concrete, and steel sheet piles will be paid for at the contract pdce per square foot. TS-14 of 14 DIVISION 3 LIGHTING AND ELECTRICAL ,,, SPECIFICATIONS ,., SECTION 16010 ~ BASIC ELECTRICAL REQUIREMENTS 1. PART 1 GENERAL 1.1 SECTION INCLUDES A. Basic Electrical Requirements specifically applicable to Division 16 Sections, in addition to Division 1 - General Requirements. ~' 1.2 REFERENCES A. ANSI/NFPA 70 - National Electrical Code. B. NFPA - National Fire Proteclion Association C. UL - Underwriters' Laboratories, Inc. 1.3 SUBMITTALS ~- A. Submit under provisions of Division 1. B. Proposed Products List: Include Products spedfled in the following Sections: 1. Section 16470 - Panel Boards " 2. Section 16510 - Light Fixtures C. Submit shop drawings and product data grouped to include complete submittals of ,,- related systems, products, and accessories in a single submittals. D. Mark dimensions and values in units to match those spedfled. 1.4 REGULATORY REQUIREMENTS A. Conform to all applicable state and local building Codes. B. Electrical: Conform to the 1996 edition of the National Electrical Code C. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable " for purpose spedfled and shown. D. Obtain permits, and request inspections from authority having jurisdiction. E. Conform to Federal Communications commission. 1.5 PROJECT/SITE CONDITIONS A. Install Work in localions shown on Drawings, unless prevented by Project conditions. ,- B. Prepare drawings showing proposed rearrangemerit of Work to meet Project conditions, including changes to Work spedfled in other Se~ons. Obtain permission of Architect/Engineer before proceeding. 96531 16010-1 1.6 SEQUENCING AND SCHEDULING " A. Construct Work in sequence under provisions of Division 1. ,, 2. PART 2 PRODUCTS Not Used 3. PART 3 EXECUTION ,_ Not Used END OF SECTION 96531 1601 0-2 SECTION 16111 -- CONDUIT ... 1. PART 1 GENERAL 1.1 SECTION INCLUDES '- A. Metal conduit. B. Liquid tight flexible metal conduit. C. Nonmetal conduit. D. Firings and conduit bodies. 1.2 RELATED SECTIONS ,-. A. Section 16130 - Boxes. B. Section 16170 - Secondary Grounding. ,-- C. Section 16190 - Supporting Devices. D. Section 16195 - Electrical Identification. "' 1.3 REFERENCES A. ANSI C80.1 - Rigid Steel Conduit, Zinc Coated. B. ANSI/NEMA FB 1 - Firings, Cast Metal Boxes, and Conduit Bodies for Conduit and Cable Assemblies. " C. ANSI/NFPA 70 - National Electrical Code. D. NECA "Standard of Installation." E. NEMA TC 3 - PVC Firings for Use with Rigid PVC Conduit and Tubing. 1.4 DESIGN REQUIREMENTS A. Conduit Size: ANSI/NFPA 70. ,-. 1.5 PROJECT RECORD DOCUMENTS A. Submit under provisions of Division 1. ' B. Accurately record actual ro~ng of conduits larger than 2 inches. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect, and handle Products to site under provisions of Division 1. 96531 16111-1 B. Accept conduit on site. Inspect for damage. " C. Protect conduit from corrosion and entrance of debds by stodng above grade. Provide appropriate covering. ,- D. Protect PVC conduit from sunlight. 1.7 PROJECT CONDITIONS " A. Vedfy that field measurements are as shown on Drawings. B. Verify routing and termination locations of conduit pdor to rough-in. C. Conduit routing is shown on Drawings in approximate locations unless dimensioned. Route as required to complete widng system. " 2. PART 2 PRODUCTS 2.1 CONDUIT REQUIREMENTS A. Minimum Size: i/= inch unless otherwise specified. B. Underground Installations: ' 1. Use thick wall nonmetallic conduit. 2. Elbows and stub ups in concrete slabs: Use rigid steel conduit. 3. In concrete slabs on Grade: Use thick wall nonmetallic conduit. ,-, a. Coordinate the size and location of all conduits in concrete slabs with the structural engineer pdor to installation. 4. Minimum Size: 1 inch. ' C. Outdoor Locations, Above Grade: Use dgid steel. D. In Slab Above Grade (Bridge): .,-, 1. Use thick wall nonmetallic conduit. 2. Maximum Size Conduit in Slab: I inch. 3. Coordinate the size and location of all conduits in concrete bridge with the structural engineer pdor to installation. E. Wet and Damp Locations: Use dgid steel. ,_ 2.2 METAL CONDUIT A. Rigid Steel Conduit: ANSI C80.1. ' B. Firings and Conduit Bodies: ANSI/NEMA FB 1; material to match conduit. 2.3 LIQUID TIGHT FLEXIBLE METAL CONDUIT A. Description: Interlocked steel construction with PVC jacket. B. Firings: ANSI/NEMA FB 1. 2.4 NONMETALLIC CONDUIT 96531 16111-2 issssl A. Description: NEMA TC 2; Schedule 40 PVC. ~' B. Fittings and Conduit Bodies: NEMA TC 3. 3. PART 3 EXECUTION 3.1 INSTALLATION A. Install conduit in accordance with NECA "Standard of Installation." B. Install nonmetallic conduit in accordance with manufacturers insti~jctions. _ C. Arrange supports to prevent misalignment dudng widng installation. D. Support conduit using coated steel or malleable iron straps, lay-in adjustable hangers, clevis hangers, and split hangers. E. Route conduit in bddge per structural engineers instructions. ,_ F. Do not cross conduits in bddge. G. Cut conduit square using saw or pipe cutter; de-burr cut ends. ," H. Bdng conduit to shoulder of firings; fasten securely. I. Join nonmetallic conduit using cement as recommended by manufacturer. Wipe nonmetallic conduit dry and clean before joining. Apply full even coat of cement to " en~re area inserted in firing. Allow joint to cure for 20 minutes, minimum. J. Use conduit hubs or sealing lock-nuts to fasten conduit to sheet metal boxes in damp ,- and wet locations and to cast boxes. K. Install no more than equivalent of three 90-degree bends between boxes. Use ,- condUt bodies to make sharp changes in direction, as around beams. Use hydraulic one-shot bender to fabricate factory elbows for bends in metal conduit larger than 2 inches in size. · - L. Avoid moisture traps; provide junction box with drain firing at low points in conduit system. ,, M. Provide suitable firings to accommodate expansion and deflection where conduit crosses seismic, control and expansion joints. N. Use suitable caps to protect installed conduit against entrance of dirt and moisture. O. Ground and bond conduit under provisions of Section 16170. P. Iden~fy conduit under provisions of Section 16195. 3.2 INTERFACE WiTH OTHER PRODUCTS ,- A. Coordinate all conduit rou'dng with structural engineer. 96531 16111-3 END OF SECTION 96531 16111-4 SECTION 16123 BUILDING WIRE AND CABLE 1. PART 1 GENERAL 1.1 SECTION INCLUDES -- A. Building wire and cable. B. WIdng connectors and connections. 1.2 RELATED SECTIONS A. Section 16111 - Conduit. B. Section 16130 - Boxes. , C. Section 16195 - Identification. 1.3 REFERENCES -- A. AN SI/N FPA 70 - National Electrical Code. 1.4 SUBMI'I'FALS 'A.Submit under provisions of Division 1. B.Product Data: Provide for each cable assembly type. C. Test Reports: Indicate procedures and values obtained. _ D. Manufacturer's Install/on Instructions: Indicate application conditions and limitations of use slipuiated by product testing agency specffiod under Regulatory Requirements: 1.5 QUALIFICATIONS immu A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum three years documented experience. litme 1.6 PROJECT CONDITIONS A. Vedfy that field measurements are as shown on Drawings. lame B. Conductor sizes are based on copper unless indicated otherwise. C. WIre and cable routing shown on Drawings is approximate unless dimensioned. ' Route wire and cable as required to meet Project Conditions. D. Where wire and cable routing is not shown, and destination only is indicated, ,- determine exact routing and lengths required. 1.7 COORDINATION 96531 16123-1 A. Coordinate Work under provisions of Division 1. " B. Determine required separation between cable and other work. ' C. Determine cable routing to avoid interference with other work. 2. PART 2 PRODUCTS " 2.1 BUILDING WIRE AND CABLE A. Descdption: Single conductorinsulated wire. B. Conductor: Copper. C. Insulation Voltage Rating: 600 volts. D. Insulation: ANSI/NFPA 70; Type THHN/THWN insulation for branch drcuits. 3. PART 3 EXECUTION 3.1 EXAMINATION A. Verify that mechanical work likely to damage wire and cable has been completed. ,_ 3.2 PREPARATION A. Completely and thoroughly swab raceway before installing wire. " 3.3 WIRING METHODS A. Wet or Damp Locations: Use only building wire, Type THHNrI'HWN insulation, in ,_ raceway. B. Exterior Locations: Use only bdlding wire, Type THHN/THWN insulation, in raceway. " C. Underground Installations: Use only building wire, Type THHN/THWN insulation, in raceway. ,.. D. Use wiring methods indicated on Drawings. 3.4 INSTALLATION · - A. Install products in accordance with manufacturers instructions. B. Use solid conductor for feedere and branch circuits 10 AWG and smaller. C. Use conductor not smaller than 10 AWG for power and lighting drcuits. D. Pull all conductors into raceway at same time. E. Use suitable wire pulling lubricant for all building wire. 96531 16123-2 F. Protect exposed cable from damage. ~ G. Use suitable cable fittings and connectors. H. Neatly train and lace widng inside boxes, equipment, and panel boards. I. Clean conductor surfaces before installing lugs and connectors. J. Make splices, taps, and terminations to carry full ampacity of conductors with no "' perceptible temperature rise. K. Use split bolt connectors for copper conductor splices and taps, 6 AWG and larger. · - Tape uninsulated conductors and connector with electrical tape to 150 percent of insulation rating of conductor. L. Use solder less pressure connectors with insulating covers for copper conductor " splices and taps, 8 AWG and smaller. M. Use insulated spdng wire connectors with plastic caps for copper conductor splices ~ and taps, 10 AWG and smaller. 3.5 INTERFACE WITH OTHER PRODUCTS " A. Identify wire and cable under provisions of Section 16195. B. Identify each conductor with its circuit number or other designation indicated on ,-. Drawings. 3.6 FIELD QUALITY CONTROL " A. Perform field inspection and testing under provisions of Division 1. B. Inspect wire and cable for physical damage and proper connection. Fee C. Measure t~ghtness of bolted connections and compare torque measurements with manufacturer's recommended values. " D. Verify continuity of each branch circuit conductor. ~ END OF SECTION 96531 -16123-3 SECTION 16130 " BOXES ' ,-., 1. PART 1 GENERAL 1.1 SECTIONINCLUDES "' A. Pull and junction boxes. 1.2 REFERENCES A. ANSI/NEMA FB 1 - Fittings and Supports for Conduit and Cable Assemblies. B. ANSI/NFPA 70 - National Electrical Code. C. NEMA 250 - Enclosures for Electrical Equipment (1000 Volts Maximum). ,- 1.3 PROJECT RECORD DOCUMENTS A. Submit under provisions of Division 1. "' B. Accurately record actual locations of all pull, and junction boxes. 1.4 PROJECT CONDITIONS A. Verify field measurements are as shown on Drawings. B. Vedfy locations of all outlets in all areas pdor to rough-in. C. Electrical boxes are shown on Drawings in approximate locations unless dimensioned. Install at location required for box to serve intended purpose. 2. PART 2 PRODUCTS "' 2.1 OUTLET BOXES ' A. Cast Boxes: NEMA FB 1, type FD aluminum. Provide gasketed cover by box ,,, manufacturer. Provide threaded hubs. 3. PART 3 EXECUTION 3.1 INSTALLATION ,_ A. Install electical boxes as shown on Drawings, and as required for splices, taps, wire pulling, equipment connections and compliance with regulatory requirements. B. Use cast boxes inextedor Ioca'dons exposed ~o weather. C. Other .Locations: Use surface or flush mounted cast metal boxes as required. ,, 96531 16130-1 3.2 INTERFACE WITH OTHER PRODUCTS A. Coordinate locations and sizes of required junction. boxes with structural engineer. B. Position outlet boxes to locate' luminaries as shown on plans. 3.3 ADJUSTING A. Adjust flush-mounting ou'dets to make front flush with finished material. END OF SECTION .. 96531 16130-2 SECTION 16195 ELECTRICAL IDENTIFICATION " 1. PART 1 GENERAL 1.1 WORK INCLUDED A. Nameplates and tape labels. B. Wire and cable markers. 1.2 SUBMITTALS ,_ A. Submit shop drawings under provisions of Division 1. 2. PART 2 PRODUCTS 2.1 MATERIALS ,, A. Nameplates: Engraved three-layer laminated plastic, White letters on a black background. B. Wire and Cable Markers: Cloth or tape markers, split sleeve or tubing type. 3. PART 3 EXECUTION 3.1 INSTALLATION A. Degrease and clean surfaces to receive nameplates and tape labels. B. Install nameplates parallel to equipment lines. ,, C. Secure nameplates to equipment fronts using screws or dvets. 3.2 WIRE IDENTIFICATION -- A. Indicate circuit number on each conductor at panel board gutters, pull boxes, outlet and junction boxes, and each load connection. _ B. Provide the necessary means to clearly and permanently identify each item of eqdprnent, each transformer, switch, relay and starter whose service and duty is not readily apparent, each feeder conduit, and individual parts of each spedal system. -- C. Identjfication shall be in addition to any color-coding which may be specified elsewhere, and shall funcljon independently of any other scheme. ,_ D. Provide designations on feeder and special conduit systems at 20-foot intervals, and closer in equipment rooms and elsewhere as required to provide adequate identification, using snap-on markers with service indication. 96531 16195-1 E. Pipe markers shall conform generally to ANSI A-13 "Scheme for the Identification of Piping Systems". 3.3 NAMEPLATE ENGRAVING SCHEDULE A. Provide nameplates to identify all electrical distribution and control equipment, and loads served. Letter Height: 114 inch. END OF SECTION 96531 16195-2 SECTION 16420 '- SERVICE ENTRANCE 1. PART 1. GENERAL 1.1 WORK INCLUDED A. Arrangement with Utility Company for installation of permanent electric service ,- including payment of Utility Company charges for service and special construction and conneclions. 1.2 RELATED WORK A. Division 3 - Concrete work ,- B. Section 16111 - Conduit. 1.3 SYSTEM DESCRIPTION ~ A. System Voltage: 240, single phase, 60 Hertz. 1.4 QUAUTY ASSURANCE A. Install service entrance modifications in accordance with Utility Company's rules regulations and recommended practices, including construction standards and as ,- specified elsewhere. 1.5 SUBMITTALS ,- A. Submit shop drawings and product data under provisions of Division 1. B. Submit Utility Company prepared drawings. 2. PART 2 PRODUCTS Not Used 3. PART 3 EXECUTION " 3.1 INSTALLATION A. Make arrangements with Utility Company to obtain permanent electric service to the ,-- Project. END OF SECTION 96531 16420-1 leme SECTION 16450 " SECONDARY GROUNDING '- I. PART I GENERAL 1.1 WORK INCLUDED A. Grounding eleetrodes and oonduoters. B. Power system grounding. C. Eleotrioal equipment and raoeway grounding and bonding. 1.2 SYSTEM DESCRIPTION A. Bond together servioe equipment enolosures, " exposed non-ourrent oarrying metal parts of eleotrioal equipment, metal raoeway systems, grounding oonduotor in raoeways and oables, ,- reoeptaole ground oonneotors, and plumbing systems. 1.3 QUALIFICATIONS A. Manufaoturer: Company speoializing in manufaoturing Products speoifled in this Seotion with -- minimum three years dooumented experienoe. 2. PART 2 PRODUCTS 2.1 MECHANICAL CONNECTORS " A. Material: Bronze. 2.2 WIRE A. Material: Stranded oopper. " 3- PART 3 EXECUTION 3.1 INSTALLATION A. The eleotrioal eervloe system neutral shall be grounded at the servioe entranoe equipment only. " C. Install Produets in aooordanoe with manufaoturer's instruotions. 96531 16450-1 D. Equipment grounding ~nduotor.- Provide separate, Insulated ~nduot~r ~vithin eaoh r~n-metalllo ~nduit. Terminate eaoh end on suitable lug, bus, or bushing. E. Install an Insulated ground ~nduotor In all ~nduits -- and ra~eways, sized per the NEC. 3.2 FIELD QUALITY CONTROL A. Inspect grounding and bonding system ~nduotors and ~nneotione for tightness and proper installation. END OF SECTION 96531 16450-2 SECTION 16470 PANEL BOARDS 1. PART 1 GENERAL 1.1 WORK INCLUDED A. Lighting and appliance branch drcuit PANEL BOARDS. '- 1.2 REFERENCES A. FS W-C-375 - Circuit Breakers, Molded Case, Branch Circuit and Service. B, NEMA AB 1 - Molded Case Circuit Breakers. C. NEMA PB 1 - PANEL BOARDS. D. NEMA PB 1.1 - Instructions for Safe Installation, Operation and Maintenance of PANEL BOARDS Rated 600 Volts or Less. 1.3 SUBMITTALS A. Submit shop drawings for equipment and component devices under provisions of -' Division 1. B. Include outline and support poi~ dimensions, voltage, main bus ampacity, integrated ,-- short circuit ampere rating, and circuit breaker arrangement and sizes. 2. PART 2 PRODUCTS 2.1 ACCEPTABLE MANUFACTURES - PANEL BOARDS A. General Electric B. Square D ,- C. Substitutions: Under provisions of Division 1. 2.2 BRANCH CIRCUIT PANEL BOARDS A. Ughting and Appliance Branch Circuit PANEL BOARDS: NEMA PB1; circuit breaker type. FS W-P-115; Type I, Class 1. -- B. Enclosure: NEMA PB 1; Type 1 or Type 3R as indicated on the drawings. C. Provide flush, or surface cabinet front with concealed trim clamps, concealed hinge and flush lock all keyed alike, as indicated on the drawings. Finish in manufacturers " standard gray enamel. D. Provide PANEL BOARDS with cooper or aluminum bus, ratings as scheduled on 96531 16470-1 Drawings. Provide copper ground bus in all PANEL BOARDS. E. rvinimum Integrated Short C, ircdt Raling: 10,000 amperes RMS symmetrical for 240 volt PANEL BOARDS; 14,000 amperes RMS symme~ical for 480 volt PANEL BOARDS, or as shown on Drawings. F. Molded Case Circuit Breakers: NEMA AB 1 FS W-C-375; bolt-on type thermal magnetic trip circuit breakers, with common trip handle for all poles. Provide drcuit breakers UL listed as Type SWD for lighting drcuits. Provide UL Class A ground fault interrupter circuit breakers where scheduled on Drawings. · - 3. PART 3 EXECUTION 3.1 INSTALLATION " A. Install panel in Hoffman enclosure as indicated on drawings. B. Provide filler plates for unused spaces in PANEL BOARDS. C. Provide typed circuit directory for each branch circuit panel board. Revise directory to reflect drcuiling changes required to balance phase loads. D. Stub two (2) empty one inch conduits through slab to below grade and cap for future use. -- 3.2 FIELD QUALITY CONTROL A. Measure steady state load currents at each panel board feeder. Should the _. difference at any panel board between phases exceed 20 percent, rearrange circuits in the panel board to balance the phase loads within 20 percent. Take care to maintain proper phasing for multi-wire branch circuits. -- B. Visual and Mechanical Inspedion: Inspect for physical damage, proper alignment, anchorage, and grounding. Check proper installation and lightness of connections for circuit breakers, fusible switches, and fuses. END OF SECTION 96531 16470-2 SECTION 16510 LIGHT FIXTURES " 1. PART 1 GENERAL 1.1 SECTION INCLUDES A. Luminaries and accessories. B. Ballasts. C. Lamps. ,, 1.2 RELATED SECTIONS A. Seclion 16130 - Boxes. " 1.3 REFERENCES A. ANSI C78.379 - Electric Lamps - Incandescent and High-Intensity Discharge ,, Reflector Lamps - Classification of Beam Patterns. B. ANSI/NFPA 101 - Life Safety Code. " 1.4 SUBMITTALS A. Submit under provisions of Division 1. B. Shop Drawings: Indicate dimensions and components for each laminar that is not a standard product of the manufacturer. " C. Product Data: Provide dimensions, ratings, and performance data. D. Manufacturer's Instructions: Indicate application conditions and limitations of use ,,, stipulated by product testing agency spedfled under Regulatory Requirements. E. Manufacturer's Instructions: Include instructions for storage, handling, protection, examination, preparation, and installation of product. 1.5 PROJECT RECORD DOCUMENTS ,, A. Submit under provisions of Division 1. B. Accurately record actual locations of each laminar. -- 1.6 OPERATION AND MAINTENANCE DATA A, Submit under provisions of Division 1, B. Maintenance Data: Include replacement parts list. 1.7 QUALiFICATIONS 96531 16510-1 A. Manufacturer: Company spedalizjng in manufacturing products specified in this Section with minimum three years documented experience. 2. PART 2 PRODUCTS ,- 2.1 All fixtures and components shall be designed for use on a bddge where there is a high level of vibration. 2.2 BALLASTS A. HID Ballast: 1. Advance. .- 2. General Electric. 3. Universal. 4. Substitutions: Under provisions of Division 1. 5. Description: ANSI C82.1, high power factor. 6. Provide ballast suitable for lamps spedfled. 7. Voltage: Match laminar voltage. 8. Source Quality Control: Certify ballast design and construction by Certified · -- Ballast Manufacturers, Inc. 2.3 LAMPS A. HID Lamp Manufacturers: 1. General Electric. 2. Sylvania. .- 3. Substitutions: Under provisions of Division 1. B. Provide lamp type spedfled for laminar. 3. PART 2 EXECUTION · -- 3.1 EXAMINATION A, Examine substrate and supporting gdds for luminaries. B. Examine each laminar to determine suitability for lamps spedfled. 3.2 INSTALLATION A. Install in accordance with manufacturers instructions. B. Install surface mounted luminaries plumb and adjust to align with bddge lines and " with each other. Secure to prohibit movement. C. Install accessories furnished with each laminar. D, Make widng connections to branch drcuit using building wire with insulation suitable for temperature conditions within laminar. " E. Bond products and metal accessories to branch drcuit equipment grounding conductor. 96531 16510-2 3.3 FIELD QUALITY CONTROL A. Operate each laminar after installedion and connection, Inspect for proper connection and operation. ' 3.4 ADJUSTING A, Adjust Work under provisions of Division 1. B. Re-lamp luminaries that have failed lamps at Substantial Completion. 3.5 CLEANING A. Clean Work under provisions of Division 1. ,_ B. Clean electrical parts to remove conductive and deleterious materials. C. Remove dirt and debds from enclosure. " D. Clean photometric control surfaces as recommended by manufacturer. E. Clean finishes and touch up damage. 3.6 DEMONSTRATION A. Provide systems demonstration under provisions of Division 1. B. Provide minimum of two hours demonstration of laminar operation. END OF SECTION 96531 16510-3 SECTION 16931 LIGHTING CONTROL DEVICES ,- 1. PART 1 GENERAL 1.1 SECTION INCLUDES "' A. Relays B. Photocells 1.2 RELATED SECTIONS A. Section 16130 - Boxes. 1.3 SUBMITTALS -- A. Submit under provisions of Division 1. B. Product Data: Provide dimensions, ratings, and performance data. " C. Manufacturer's Instructions: Indicate application conditions and limitations of use stipulated by product testing agency spedfled under Regulatory Requirements. -- D. Manufacturer's Inst~'uctions: Include instructions for storage, handling, protection, examination, preparation, and installation of product. 1.4 PROJECT RECORD DOCUMENTS A. Submit under provisions of Division 1. ,-- B. Accurately record actual locations of device. 1.5 OPERATION AND MAINTENANCE DATA " A. Submit under provisions of Division 1. B, Maintenance Data: Include replacement parts list. 1.6 QUALIFICATIONS A. Manufacturer: Company spedalizing in manufacturing products spedfled in this " Section with minimum three years documented experience. _ 2. PART 2 PRODUCTS 2.1 Relays " A. Shall be mechanically held. B. Rated at 20 amps of continuous load at 600 VAC. 96531 16931-1 ,, C. Number of poles and control voltage as indicated on drawings. D. Relay shall be Square D or equal. -= 2.2 Photocells A. Fully adjustable without tools from 2 to 50 foot candles. B. Shall be rated ate 2,000 watts. C. Voltage shall be as indicated on drawings. D. Photocells shall be Tork or equal. 3. PART 2 EXECUTION 3.1 INSTALLATION ,-- A. Install control devices as indicated on the drawings and per manufacturer's recommendations. 3.2 FIELD QUALITY CONTROL A. After devices are installed and systems are operational, check for proper operation and wiring using appropriate testing apparatus. 3.3 ADJUSTING A. Adjust photocells to owners satisfaction. 3.4 DEMONSTRATION · -- A. Provide systems demonstration under provisions of Division 1. END OF SECTION 96531 16931-2 "" DIVISION 4 LANDSCAPE AND LANDSCAPE IRRIGATION SPECIFICATIONS LANDSCAPE IRRIGATION SYSTEM -- DIVISION NO. 2 SECTION 02810 PART I - GENERAL ' 1.1 GENERAL PROVISIONS Applicable requirements of the General Conditions and other sections of the Project Manual apply to this section. 1.2 SCOPE OF WORK Provide a complete and operating lawn sprinkler installation as shown on the plans, including, but not limited to, the following items: A. Sleeving under paving. B. Tap, water meter, and double check valve assembly. _ C. Pipe and fittings. D. Sprinkler heads. E. Control system and connection to electrical supply. Coordinate with utility company and provide meter rack, conduit, and wiring as required. immmlm F. Trenching, installation of system, connection to water source, testing, and backfilling. mmmmm~ 1.3 RELATED WOE SPECIFIED ELSEWHERE " A. Section 02800 - Turf Establishment B. Section 02900 - Landscaping 1.4 APPLICABLE STANDARDS ASTIr[ Sections: D2241 - Poly Vinyl Chloride (PVC) Plastic Pipe (SDR-PR) _ D2464 - Poly Vinyl Chloride (PVC) Plastic Pipe Fittings, Threaded, Schedule 40 D2466 - Poly Vinyl Chloride (PVC) Plastic Pipe Fittings, Socket Type, Schedule 40 D2564 - Solvent Cements for Poly Vinyl Chloride (PVC) Plastic Pipe and Fittings LANDSCAPE IRRIGATION SYSTEM (02810) 1 of 12 LANDSCAPE IRRIGATION SYSTEM ' STANDARD RECOMMENDED PRACTICE FOR: D2855 - Maldng Solvent-Cemented Joints with Poly Vinyl Chloride (PVC) Pipe and Fittings 1.$ JOB CONDITIONS A. Irrigation Contractor shall note that rock may be encountered on some areas of _ the site. Irrigation Contractor shall examine the site thoroughly and examine geotechnical report. Rock excavation and trenching shall be included as part of bid. 1.6 (~ENERAL CQNDITIONS SPECIFICALLY FOR LANDSCAPE IRRIGATION _ A. The Contractor will flag the location of all heads, electric valves, quick coupler valves, gate valves, automatic controllers, backflow preventors, etc., prior to construction for the Landscape Architect or Owner's approval. The Contractor -- shall report to the Landscape Architect any deviations between the irrigation plan, specifications, and the site. Failure to do so prior to the installation of the equipment (which subsequen~y requires replacement or relocation of the -- equipment) will result in the work being done at the Contractor's expense. B. All local, municipal, and state laws, ordinances, codes and regulations relating -- to, or governing of, any pertion of this work are hereby incorporated into and made a pan of these specifications and will be carried out by the Contractor. The Contractor must have a valid license, as issued by the Texas Board of Irrigators, ' must carry sufficient insurance coverage, and must be active in irrigation installation for a minimum of 5 years. ' C. Any permits and impact fees needed for constniction of the work included in this contract, which is required by any legally constituted authority having _ jurisdiction, shall be obtained by the Contractor. The Contractor shall pay for all costs in connection with any inspections or examinations required by these authorities. The Landscape Architect or Owner's Representative will be notified _ when these inspections are required. Any necessary work needed to be done by the Contractor as a result of these inspections will be performed at the Contractor's expense. Copies of all permits and inspection reports shall be _ forwarded to the Owner's Representative. LANDSCAPE IRRIGATION SYSTEM (02810) 2 of 12 LANDSCAPE IRRIC~ATIQN SYSTEM ' 1.7 C~UARANTEE AND MAINTENANCE A. Material and workmanship shall be filly guaranteed for one year after the Date ' of Substantial Completion; replacement of defective material or repair of work shall be done at no expense to the Owner during the first year, except for repairs or replacements necessitated by damage of any kind not of the Contractor's ' maldng. Any reimbursement for repairs must have prior approval of the Owner's Representative. B. Raising and lowering heads to proper height, adjusting arc and radius, filling trenches that have settled, packing the earth firmly around the heads and quick _ couplers will all be considered part of warranty work and done at no charge to the Owner for one year after acceptance of system. --- C. The Contractor will extend to the Owner all of the warranties and guarantees provided by the manufacturer on all equipment used. Printed copies 'of such warranties and guarantees will be provided the Owner with final payment. D. Contractor will provide four (4) copies of service and maintenance manuals on all major items in the installation along with the request for final payment. E. The Contractor shall provide a minimum of three (3) hours of operating instructions to the Owner' s designated representative. The Owner' s representative -' will be notified at least one week in advance with a dam for such instruction. Demonstrate the proper operation of each and every head, each electric valve, and each controller. F. Maintenance and guarantee as stated above does not include alterations necessitated by relandscaping, addition of trees, regrading, or the addition and changes in walks, walls, driveways, or the like. Further, maintenance does not include trimming grass around heads or any service required due to lack of the Owner' s maintenance of lawns and plants. It is also expressly understood that the guarantee and maintenance, after final acceptance, does not cover any mechanical damage (breakage) or any repairs or service needed for causes beyond the control _ of this Contractor. G. Provide schedule indicating length of time each valve is required to be open to _ provide determined mount of water. LANDSCAPE IRRIGATION SYSTEM (02810~ 3 of 12 LANDSCAPE IRRIGATION SYSTEM 1.8 SUBSTITUTIONS Sprinkler material shall be as specified. The sprinkler system has been designed mmmm according to the operating characteristics of the specified equipment. Therefore, no substitutions of equipment will bc allowed except under provisions of Sustitution section of these specifications. mmm 1.9 RECORD DRAWINGS mmmm The Contractor is to provide record drawings on reproducible mylars as provided by the Owner. Information to be included will be the dimensional location of major -- components from permanent fixed points, such as buildings, walls, comers, sidewMk-% curbs, etc. At least two actual measurement dimensions will be shown with a minimum of 75 degrees between the lines of measurement to each major item of the system, such ~ as electric valves, quick couplers, main line shut-off valves, or wire splice boxes, etc. Single dimensions will bc shown at appropriate intervals from permanent features to the main line piping and to the wire routing. Dimensions are to be recorded on the drawings -- so that maintenance personnel can locate and service these items. Since pipe routing shown on the plan is schematic by nature, actual routing shall be clearly indicated on the record drawing. tamrot 1.10 DEVIATIQN FROM PLANS ' The Irrigation Contractor is cautioned to defend the hydraulics of this system by following the plans and specifications carefully. Particular attention should be given to operating controllers in alternate sequence, by not operating the system until flow controls or section valves have been adjusted to proper operating pressure, by not installing additional tees or elbows unless approved by the Landscape Architect or _ Owner's representative by following the manufacturer' s recommendations for installation of all items, etc. Prior to start of construction, the Contractor will confirm the static water pressure in writing to the Owner's representative. 1.11 SUBMITTALS ,.- A. Submit shop drawings and product data under provisions of Section 01340. B. Provide drawing showing proposed locations of electrical meters, poles, and -- meter racks (as required). C. Include piping layout to water source, list of fittings to be used, control system, -- and wiring diagrams and data. LANDSCAPE IRRIGATION SYSTEM (028101 4 of 12 LANDSCAPE IRRIGATION SYSTEM D. Provide one sprinkler head of each type, complete with housing. Accepted samples may be used in work. PART 2 - PRODUCTS 2.1 GENERAL A. "Sprinkler Mains" are that portion of piping from water source to operating valves. This portion of the piping is under constant pressure. ,_ B. "Lateral Piping" is that portion of the piping from operating valves to the sprinkler heads. This portion of the piping is under pressure during operation of ~= the system. C. "Quick Coupling Valve Lines" are considered a part of the sprinkler main. -- 22 PQLYVINYL CHLORIDE PIPE Polyvinyl chloride pipe (hereinafter referred to as PVC pipe) shall have been -- manufactured in accordance with the Product Standards as follows: A. Product Standard PS-22-70 shall apply and be the governing authority as " applicable to main line piping and shall be SDR-21 (Class 200) specification. B. Product Standard PS 22-70 shall apply and be the governing authority, as " applicable to PVC lateral piping, shall be per SDR-21 (Class 200) specification. 2 1/2" and smaller main line and lateral line piping will be solvent-weld joints. C. Marking and Identification: All PVC pipe shall be continuously and permanently marked with the following information: manufacmrer's name, pipe size, type of pipe and material, SDR number, Commercial Standard Number and NSF (National Sanitation Foundation) Seal. 2.3 PIPE FITTINGS _ A. 2 1/2" and smaller pipe fittings shall be PVC Schedule 40, as manufactured by the LASCO COMPANY, or equal. - B. All PVC fittings shall be of the same material as the PVC pipe specified and shall be compatible with the PVC pipe furnished. LANDSCAPE IRRIGATION SYSTEM (02810} 5 of 12 LANDSCAPE IRRIGATION SYSTEM -- C. Only solvent recommended by the manufacturer of the PVC pipe and the manufacturer of the PVC fittings shall be used. 2.4 WIRE All valve wiring shall be 14 gauge copper single-conductor wire with 4164" vinyl insulation as approved for direct underground burial in 30 volt AC or less service by the National FAectrical Code. Where valve wires from two or more controllers are in the same ditch, wires are to be color coded. This color coding to be noted on record drawings. _ 2.5 EXPANSION COILS Expansion coils, which are to consist of approximately 10 wraps of wire around 1" pipe, will be provided on each wire approximately every 100 feet. Wires are to be bundled and taped together every 10 feet. Provide expansion coil at each electric valve inside the valve box. 2.6 WIRE SPLICES ~ All wire splices shall be made with a mechanical connector and waterproofed according to the manufacturer's specifications. The wire splice shall be Spear's "DRY SPLICE," 3M "SCOTCH LOCK," or 3M DBY wire splice. ALL WIRE SPLICES SHALL BE IN · " VALVE BOXES, AND NO DIRECTLY BURIED OR UNDERGROUND SPLICES WILL BE ACCEPTED. ' 2.7 MAIN LINE SHUT-OFF VALVES All main line shut-off valves 2 1/2" and smaller shall be bronze hodled, bronze fitted gate valves with threaded connections and a 150# W.O.G. rating. Valve stems shall be equipped with a heavy cast bronze wheel handle. NIBCO gr113. 2.8 MATERIAL LIST ... See materials as designated on plans. All materials shall be installed as per the manufacturer's recommendation and as per the details shown on the plans. _ 2.9 DRAIN VALVES (ff apnHcable) A. All mainline drain shall be installed as per the detail on the plan using a bronze _ bodied globe valve with a wheel handle. NIBCO fr211 LANDSCAPE IRRIGATION SYSTEM (02810) 6 of 12 LANDSCAPE IRRIGATION SYSTEM B. Automatic drains shall be brass bodied, spring loaded valves that open with less than 3PSI. Automatic drains shall be located after the manual drain valves. 2.10 MAiL LI~T A. Refer to drawings for sprinkler data and requirements and other material requirements. Plans and specifications do not show all material required and do not show all installation details necessary for this installation. B. Provide six (6) No. C075 Quick Coupler Keys with No. 10 Hose Swivels as part of this contract. ,_ PART 3 - EXECUTION 3.1 INSTALLATION. GENERAL ~.. A. Before installation is started, the Contnctor shall place a stake where each sprinkler head, quick coupler valve, and electric valves are to be located in ,- accordance with the plans. The staking shall be approved by the Landscape Architect or Owner's representative before the installation is started. Should a discrepancy in the plans become apparent at this time, such discrepancy shall be ~ pointed out to the Landscape Architect or Owner's representative. Work must not proceed until the Owner' s representative approves any design changes made necessary by such discrepancy. Should such changes create extra cost to the -- Contractor, approval for extra compensation shall be obtained in writing from the Owner' s representative before commencing work. Should such changes create a savings in cost to the Contractor, a written reduction in the contract price shall " be approved by the Owner's representative in writing before commencing work. B. The Contractor is cautioned to provide adequate protection to those using the site. ' Provide barricades as necessary. C. All material shall be installed in strict accordance to the manufacturer's " installation specifications which shall be considered a supplement to these specifications. D. Piping layout indicated is diagrammatic only. Route piping to avoid plants and structures. Provide full and complete coverage. E. Review hyout requirements with other effected work. Coordinate locations and install sleeves (under paving) to accommodate system. LANDSCAPE IRRIGATION SYSTEM {02810) 7 of 12 LANDSCAPE IRRIGATION SYSTEM - 3.2 EXCAVATION. BACKFILL. AND PROTECTION OF SHRUBBERY. GENERAL A. All excavation in this contract shall be unclassi~ed and is to include earth, loose -- rock, rock, or any combination thereof, in wet or dry state. B. All Wenches shall be backf~led with the material removed, except that no rock or ..I debris which can damage the pipe shall be used as backf-lH. In this case, the special backfill specifications shall take precedence over this general specification. (See 3.7) C. All trench backf'~l shall be water settled and compacted in order to prevent _~ after-settiing. Use only the minimum amount of water necessary to settle ditches. Flooding of ditches without compaction will not be permitted. ~ D. All trenches and adjoining areas shall be hand-raked to finish grade. Remove rocks, excess dirt, and debris from the site. ,- 3.3 PIPE INSTALLATION Note: All pipe is to be inspected prior to the installation. Pay particular attention to · - mechanical damage resulting from shipment and storage and to defects which occur during extrusion. Such defective pipe shall be removed from the site at the end of each work day. The Owner' s representative shall have the option to accept or reject pipe that · - does not appear to be of good and uniform quality. A. MAIN LINE PIPING Pipe shall be installed in a 4" wide (minimum) trench with a minimum of 18" of cover. B. LATERAL PIPING All PVC lateral line piping shall be solvent-weld type. Install in 4-inch wide (minimum) trench deep enough to allow for installation of sprinkler heads and valves, but in no case with less than 12 inches of cover for rotary and/or spray zone laterals. C. PVC PIPE INSTALLATION 1. All lumber, rubbish and large rocks (over 2" diameter) shall be removed _ from the trenches. Pipe shall have a firm, uniform bearing for the entire length of each pipe line to prevent uneven settlement. Wedging or LANDSCAPE IRRIGATION SYSTEM (02810) 8 of 12 LANDSCAPE IRRIGATION SYSTEM blocking of pipe will not be permitted. Pad the trenches with sand if the trench is rocky. See 3.7 " 2. Never lay PVC pipe when them is water in the trench. Never hy PVC pipe when the temperature is 32 degrees F. or below. Pipe shall be snaked from side to side of trench bottom to allow for expansion and contraction. 3. ALl foreign matter or dirt shall be removed from inside of the pipe before welding and piping and shall be kept clean by approved means during and ' after laying of pipe. ,~ 4. Backfilling of Trenches: Because of the expansion and contraction of PVC pipe, bacla~lling shall be done in the cool part of the day. If this is not possible or practical, water setfling of trenches is necessary before ,- and during backfill. Selected fffi dirt or sand shall be used if soft condition is rocky or contains large clods. ,-. 5. After pipe installation is completed, flush system completely to remove any and all debris from piping prior to installation of adapters and sprinkler heads. 6. Replace and/or repair plant material, structures, and installations by others, damaged by work of this Section. D. pV(~ PIPE AND FITtING ASSEMBLY "' Contractor shall use only the solvent supplied and recommended by the manufacturer of the PVC pipe to be installed on this project site to make any solvent- welded joints. The pipe and fittings shall be thoroughly cleaned of dirt, " dust and moisture before applying solvent. PVC pipe and fittings shall be cleaned with PVC primer or sanded with plumber's cloth before solvent welding. The Contractor shall make solvent welds with a non-synthetic bristly brush in the foliowing sequence: ._ 1. Apply an even coat of solvent to the outside of the pipe. Then, apply solvent to the inside of the pipe, making sure that coated area on the pipe is equal to the depth of the fitting socket. 2. Insert pipe quickly into the fitting and turn the pipe approximately 1/4 turn to distribute the solvent and remove air bubbles. Check all tees and ells · -- for correct position; then hold joint for approximately 15 seconds so that pipe does not push out from the fitting. Wipe off any excess solvent with a clean rag. LANDSCAPE IRRIGATION SYSTEM (02810) 9 of 12 LANDSCAPE IRRIGATION SYSTEM -- 3. Allow at least fifteen (15) minutes set-up time for each welded joint before moving. " 4. On PVC to metal connection, the Contractor shall work the metal connections first. A non-hardening pipe dope such as Perrnatex/f2, or equal, Shall be used on all threaded PVC to metal joints, and light wrench ' pressure is all that should be used. Teflon tape or a liquid teflon paste can also be used on all threaded PVC to metal joints, and light wrench pressure is all that should be used. 5. Where threaded PVC connections are required, use threaded PVC adapters into which the pipe may be welded. Teflon tape will be used on threads. 3.4 AUTOMATIC CONTROLLERS A. Automatic controllers shall be supplied in accordance with the materials list and shall be located as shown on the plan. B. Contractor shall provide electrical service to the controllers as part of this contract. 3.5 ELECTRIC VALVES -- A. Electric remote valves shall be supplied in accordance with the specifications and sized according to the plan. -- 1. Valves shall be installed in a level position. Valves shall be installed deep enough so that there will be at least 10" of cover over the valve. ' 2. Manufacturer's specifications and installation instructions for the valve supplied shall become a part of these specifications. ' 3. A plastic valve box (with extension if necessary) shall be installed over the valve with the stem centered in the box to enable flow adjustment to be easily operated. A green plastic top shall be installed on the valve box ' flush with the final grade. 3.6 HEAD INSTALLATION A. IMPORTANT: Backfill shall be specially tamped tJnder the head flange and _ around the head for a distance of one foot by a suitable means, after trench backfill has dried from water settling. LANDSCAPE IRRIGATION SYSTEM (02810~} 10 of 12 LANDSCAPE IRRIGATION SYSTEM -- The purpose is to eliminate loose heads in the ground that would move when run over with mowers thereby creating a possible source of damage. ' B. CAUTION: Refer to Guarantee and Maintenance (1.6) regarding importance of back fill. " C. ALL SPRINKLERS 1. All sprinklers shall be located 4" from back of curb and checked for ' proper operation and proper alignment for direction of throw. 2. After system is thoroughly flushed and ready for operation, each section " of sprinklers must be adjusted to control pressure at heads. Use the following method, one section per time: Remove last head on section and ,- install a temporary riser above grade. Install tee with pressure gauge attached on top and reinstall head with nipple onto tee. Correct operating pressure at last head of each section - 40 lbs. for rotary heads and 20 to ,_ 25 lbs. for spray heads. 3. The system shall be flushed free of all din and debris prior to the _ installation of the heads. D. ROTARY HEADS Smmm 1. All rotary heads shall be installed 4" from back of vehicular curb using a full swing joint with schedule 40 PVC threaded fittings and Schedule 80 '- PVC nipples. The top of the head shall be no more than 1/4" above finished grade. Adjust part-circle arcs as required to complete coverage. ' E. SECTION VALVE WIRING 1. Section valve wiring shall be supplied in accordance with the ' specifications. Valve wires shall be bundled with plastic electrical tape every 10 feet. Wiring shall be inspected during installation to avoid any · - wiring with faulty insulation. All wire splices shall be made with mechanical connectors, which are then waterproofed, and a 10" valve box is to be installed over all splices. 3.7 SPECIAL BACKFILL SPECIFICATIONS _ A. If rock in encountered, the Contractor will remove the rock to a depth 2" below the bottom of the pipe. A minimum of 2" of sand bedding wffi then be installed completely around the pipe. LANDSCAPE IRRIGATION SYSTEM (02810) 11 of 12 LANDSCAPE IRRIGATION SYSTEM The next 4" of trench will then be backfilled with a select back~H free from rocks and debris and water settled. The remaining backfill will then be completed with the material remaining on site. No rocks larger than 2" in diameter will be allowed in this remaining backfill material. 3.8 FINAL CLEAN-Up Upon completion of the work and before acceptance and final payment will be made, the Contractor shall clean and remove from the site of the work, his surplus and discarded materials, temporaxy structures and discarded materials and debris of every kind. He shall leave the site of the work in a neat and orderly condition equal to that which originally existed. Surplus and waste materials removed from the site of the work shah be disposed of at locations satisfactory to the Owner's representative. 3.9 TESTS A. Prior to backfill, test system for leakage at furthest point of system to maintain 100 PSI pressure for one hour. System is acceptable if no leakage or loss of pressure occurs during test period. 3.10 SYSTEM DEMONSTRATION A. Instruct Owner' s personnel in operation and maintenance of system, including -- adjusting of sprinkler heads. Use operation and maintenance material as basis for demonstration. (See 1.6/Guarantee and Maintenance) LANDS;CAPE IRRIGATION SYSTEM (02810} 12 of 12 LANDSCAPING DIVISION NO. 2 SECTION 02900 PART 1 - GENERAL 1.1 GENERAL CONDITIONS ,-. The requirements of the 'General Conditions of the Agreement* shall apply to all work of this Section with the same force and effect as though repeated in full herein. -- 1.2 WORK INCLUDED Furnish all labor, material, equipment and services necessary to provide all landscape -- planting, and related items complete in place, as shown on the Drawings and specified, herein. " A. Work Specified in this Section: Fine grading, steel edging, soft preparation, planting, clean-up, and all other miscellaneous items related to landscaping as shown on the drawings. 1.3 RELATF-F} WORK A. Section 02245: Finish Grading for Landscape Areas B. Section 02810: Underground Irrigation System 1.4 QUAL1TY ASSURANCE A. Standards: _ 1. Standardized Plant Names, 1942 Edition, American Joint Committee on Horticulture Nomenclature. ,- 2. American Standards for Nursery Stock, Latest Edition, American Association of Nurserymen. LANDSCAPINC~ f02900) 1 of 16 LANDSCAPING _ B. Source OuaHtv Control: 1. Submit documentation to Landscape Architect within ten (10) days after award of Contract that all plant material to be supplied by Landscape Contractor is available. Any and all substitutions due to unavailability must be requested in writing prior to confirmation of ordexing. All materials shall be subject to inspection by Landscape Architect at any time after confirmation of ordering. 2. Plants to be supplied by Landscape Contractor shah be subject to inspection and approval of Landscape Architect at place of growth or upon delivery for conformity to Specifications. Such approval shah not impair the right of inspection and rejection during progress of the work. Inspection and tagging of plant material by the Landscape Architect is for design intent only and does not constitute the Landscape Architect's approval of the plant materials in regards to their health and vigor. The health and vigor of the plant material is the sole responsibility of the Contractor. Submit written request for inspection of plant material at place of growth to Landscape Architect. Written request shah state the place of growth and quantity of plants to be inspected. Landscape Architect reserves the right to refuse inspection at this time if, in their judgment, a sufficient quantity of plants is not available for inspection. 3. The Contnctor shah submit specifications of any item being used on site upon the request of the Landscape Architect. 1.5 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery: 1. Deliver packaged materials to site in original unopened containers bearing manufacturer's guaranteed chemical analysis, name, Wademark, and conformance to State Law. 2. Deliver all plants with legible identification labels. a. Label trees, evergreens, bundles of containers of like shrubs, or groundcover plants. b. State correct plant name and size indicated on plant list. LANDSCAPING (029001 2 of 16 LANDSCAPING , c. Use durable waterproof labels with water-resistant ink which will remain legible for at least 60 days. _ 3. Protect plant material during and after delivery to prevent damage to root ball or desiccation of leaves. ,- Bo 1. Store plant material in shade and protect from weather. 2. Storage at the site is allowed, however, Contractor accepts full responsibility for damage, theft, or vandalism. 3. Any plant material bailed or burlapped, not installed within 24 hours of delivery shall be healed in until such time as it is installed. 4. Maintain and protect plant material not to be planted within four (4) hours in a healthy, vigorous condition. C. Handlinff: The Contractor is cautioned to exercise care in handling, loading, unloading and storing of plant materials. Plant materials that have been damaged imms in any way will be discarded and if installed, shall be replaced with undamaged materials at the Contractor's expense. 1.6 JOB CONDITIONS _ A. Perform actual planting only when weather and soil conditions are suitable in accordance with locally accepted practice. -- B. Scheduling: Install trees, shrubs, and liner stock plant material before grassing is commenced. - C. Contractor shall note that rock may be encountered on some areas of the site. Rock excavation shall be included as part of bid. - D. Landscape Contractor shall note that some shrub, groundcover, and seasonal .color beds are bounded by a concrete edger provided by others. Areas specifically requiting steel bed edging are noted on plans. LANDSCAPING f02900~ 3 of 16 issms LANDSCAPING ,- 1.7 QUALIFICATIONS OF WORK1Wg~N Provide at least one person who shall be present at all times during execution of this -- portion of the Work, who shall be thoroughly familiax with the type of materials being installed and the propor materials and methods for their installation, and who shall direct all work performed under this Section. 1.8 SAMPLES AND TESTS Landscape Architect reserves the tight to take and analyze samples of matetiffs for conformity to specifications at any time. Contractor shall furnish samples upon request by Landscape Architect. Rejected matetiffs shall be immediately removed from the site at Contractor' s expense. Cost of testing of matetiffs not meeting Specifications shall be paid by Contractor. PLANT GUARANT~E A. All trees, shrubs, vines, and groundcovers will be guaranteed for a twelve (12) month period after Final Acceptance (including trees supplied by Owner). The Contractor will replace all dead or defective matetiffs upon notification (weather _ permitting) with plants of the same kind and size as those otiginally planted. Plants, including trees, which have partially died so that shape, size, or symmetry has been damaged, shall be considered subject to replacement, and the opinion of _ the Landscape Architect will be final. At the direction of the Landscape Architect, plants may be replaced at the staxt of the next planting or digging season, but in such cases, Contractor will remove dead plants within two (2) working days. B. All replacement work (including matetiffs, labor and equipment) will be done at no cost to the Owner. Any damage, such as ruts in lawn or bed areas, that occurs -- when Contnctor makes replacements, will be repaired immediately by the Contnctor. - C. The guarantee will not apply where plants die after Final Acceptance because of injury by storms, drowning, drought, hail, freeze, insects, disease, mechanical injury by humans or machines, and theft. LANDSCAPING 4 of 16 LANDSCAPING PART ~ - PRODUCTS 2.1 MATERIALS A. All materials shall be of standard, appwved and first-grade quality and shall be in prime condition when installed and accepted. Any commercially processed or packaged material shall be delivered to the site in the original unopened container bearing the manufacturer's guaranteed analysis. Contractor shall supply Landscape Architect with a sample of all supplied materials accompanied by analytical data from an approved laboratory source illustrating compliance or bearing the manufacturer's guaranteed analysis. B. Product Manufacturer's name(s) and/or model numbers are used herein to set a standard of quality and are not intended to be a restraint of wade or prevent submittals of other manufacturer's products of equal quality. C. $OH Amendment (Compost): 1. Compost Mix: "A Professional Bedding Soil" as produced by Living Earth Technologies, Inc., 1808 W. Northwest Highway, Dnlln.% Texas (phone: 214/8694332) composed of 45% Compost, 45% Composted Pine Bark, and 10% Sandy Loam, or approved equal. D. Tre~ B~Ck~H Fertilizer: 13.13.13 analysis bulk fertilizer. E. ~;hrub, Groundc0ver, and Seasonal Color Fertilizer.: Provide commercial balanced slow release fertilizer (Osmocote), delivered to the site in bags labeled with the manufacmrer's guaranteed analysis. If stored on the site, pwtect fertilizer from the elements at all times. LANDSCAPING (02900~ 5 of 16 LANDSCAPING _ F. Tree. Shrub. and Groundcover Plantin2 Tablets: a. Shall be slow-released type with potential acidity of not more than 5 % by _ weight containing the following percentages of nutrients by weight: 20% nitrogen -- 10% phosphoric acid 5% potash -- O. Plant Material: 1. Plant names indicated, comply with "Standardized Plant Names" as adopted -- by the latest edition of the American Joint Committee of Horticultural Nomenclature. Names of varieties not listed conform generally with names accepted by the nursery trade. Provide stock true to botanical name and ' legibly tagged. 2. Plant material shall meet and/or exceed grades and standards set forth by the ' Texas Association of Nurserymen. All plants shall have a normal habit of growth and shall be sound, healthy, vigorous and free of insect infestations, plant diseases, sunscalds, fresh abrasions of the bark, excessive abrasions, or ' other objectionable disfigurements. Tree trunks shall be sturdy and have well "hardened" systems and vigorous and fibrous root systems which are not root or pot-bound. In the event of disagreement as to condition of root system, the root conditions of the plants furnished by the Contractor in containers will be determined by removal of earth from the roots of not less than two plants _ or more than two percent of the total number of plants of each species or variety where container-grown plants are from several sources, the roots of not less than two plants of each species or the variety from each source will -- be inspected. In case the sample plants inspectext are found to be defective, the Landscape Architect reserves the right to reject the entire lot or lots of plants represented by the defective samples. Any plants rendered unsuitable -- for planting because of this inspection will be considered as samples and will be provided at the expense of the Contractor. -- 3. The size of the plants will correspond with that normally expected for species and variety of commercially available nursery stock or as specified on Drawings. The minimum acceptable size of all plants measured before - pruning with the branches in normal position, shall conform with the measurements, if any, specified on the drawings in the list of plants to be LANDSCAPING 6 of 16 LANDSCAPING furnished. Plants larger in size than specified may be used with the approval of the Landscape Architect, but the use of larger plants will make no change in Contract price. If the use of larger plants is approved, the ball of earth, _ container size, or spread of roots for each plant will be increased proportionately. _ 4. Provide *specimen" plants with a special height, shape, or character of growth. Tag specimen trees or shrubs at the source of supply. Plants may be inspected by the Landscape Architect and reviewed at the place of growth, _ for compliance with specification requirement for quality, size, and variety. Such approval shall not impair the right of inspection and rejection upon delivery at the site or during the progress of the work. 5. Field-selected or NUrSery Grown Bailed and Burlaooed Tree Stock (B&B): Dig batled and burlapped plants with, natural balls of earth of -- sufficient diameter and depth to encompass the fibrous and feeding root system necessary for full recovery of the plant. Provide 10" of root ball per 1" callper of trunk {measured 6" above grade level for trees 4" caliper and -- less and 12" above grade for larger trees). If a tree is of multi-trunk variety, the caliper of the tree is the average caliper of all its trunks. Cracked or mushroomed balls are not acceptable. Selectively remove 1/2 to 2/3 of twig ' growth. 6. Container-_k, rown Stock (General): Grown in a container for sufficient ' length of time for the root system to have developed to hold the soil together, fLrm and whole. a. No plants shall be loose in the container. _ b. Container stock shall not be pot bound. 7. Container-grown Tree Stock: Grown in a container from seedling stage and ,, complies with Paragraph 2.1 - G-6, Container-grown Stock requirements. 8. (~ontltinerized Tree Stock: Grown in a container for not less than one (1) _ year and complies with Paragraph 2.1 - G-6, Container-grown Stock requirements. -- 9. Plants planted in rows shall be matched in form, height and overall character. LANDSCAPING (02900) 7 of 16 LANDSCAPING 10. Shrubs and small planm shall meet the requirements for spread and height ' indicated in the plant list. a. The measurements for height shall be taken from the ground level to the average height of the top of the plant and not the longest branch. _ b. Single stemmed or thin plants will not be accepted. (1) Side branches shall be generous, well-twigged, and the plant as , a whole well-bushed to the ground. c. Plants shall be in a moist, vigorous condition, free from dead wood, _ bruises, or other root or branch injuries. 11. Pruning: At no time shall trees or plant materials be pruned, trimmed or -- topped prior to delivery and any alteration of their shape shall be conducted only with the approval and when in the presence of the Landscape Architect. -- 12. All plants not conforming to the requirements herein specified, shall be considered defective and such plants, whether in place or not, shall be marked as rejected and immediately removed from the site of the work and replaced -- with new plants at the Contractor's expense. The plants shall be of the species, variety, size and conditions specified herein or as shown on the Drawings. Under no conditions will there be any substitutions of plants ' sizes listed on the accompanying plans, except with the express consent of the Landscape Architect. H. Tree Paint: Morrison Tree Seal, Cabon Tree Paint, or equal. I. Water: Furnished by Landscape Contractor; transport as required. 1. Mulch Toodressin~: Shall be shredded, fine textured, hardwood mulch as _ pwvided by Living Earth Technologies, Inc. (phone: 214/8694332) or approved _ K. Steel Edging and Stakes: 1/8' x 4' Ryerson 'Estate' edging, as manufactured by Joseph Ryenon Co., Inc., Houston, Texas (phone 713-675-6111), or approved LANDSCAPING (029001 8 of 16 LANDSCAPING _ L. Soil Erosion Blanket: "Cudex" soil erosion netting. Install on all grass areas with slopes greater than 4: 1 slope. _ M. Soil Saver/Jl~t¢ M~h (if reeuired'}: Heavy weight (green) jute mesh as manufactured by Jim Walls Company, 12820 Hillcrest Road, Dallas, Texas 75230, or approved equal. Install on all slopes groundcover or shrub bed slopes greater _ than 3:1 slope. N. Guvin~ and Stakin~ Materials: 1. Metal "T" Posts: 6' length minimum metal stakes used for fencing. Painted green. Minimum two per tree in north/south axis. 2. Guyin_~ Hardware: -- a. Wire: Pliable and galvanized at the following sizes: Ornamental Trees ..................... 16 gauge ' Shade Trees ........................ 14 gauge b. Hose: 1/2" new rubber hose (black). film c. TUrnbuckles: Galvanized or dip-painted, size as required. Turnbuckle ,- openings shall be at least 3 ". O. Other Materials: All other materials, not specifically described but required for _ a complete and proper installation, shall be as selected by the Contractor subject to the approval of the Landscape Architect. PART 3 - EXECUTION -- 3.1 INSPECTION A. Obtain Landscape Architect's certification that final grades to +_0.10' have been - established prior to commencing planting operations. Provide for inclusion of all amendments, settling, etc. Landscape Contractor shall be responsible for shaping all planting areas as indicated on Plans or as directed by Landscape Architect. LANDSCAPIN(~ (029001 9 of 16 LANDSCAPING B. Inspect trees, shrubs and groundcover plant material for injury, insect infestation and trees and shrubs for improper pruning. C. Do not begin planting of trees until deficiencies are corrected or plants replaced. 3.2 PLANTING PREPARATION A. ~gH PreDaration for Groundcover. Shrub Beds: 1. Excavate existing soil, if necessary, and add to shrub, groundcover, and seasonal color areas the following: · 4" layer of Compost Mix · 14-14-14 slow release fertilizer (Osmacote) at amm of 5 lbs./lO0 s.f. 2. Spread over entire shrub and groundcover bed uniformly and cultivate -- thoroughly by means of a mechanical tiller. Till to a minimum depth of 8". B. F'mal Grades: 1. Modifications to grade may be required to establish the final grade. ' 2. Finish grading shall ensure proper drainage of the site as determined on Drawings. 3. All areas shall be graded so that the final grades will be 1" below adjacent paved areas, curbs, valve boxes, edging, clean-outs, drains, manholes, etc., _ or as indicated on Plans. 4. At time of planling, the top 6" of all areas to be planted or seeded shall be _ free of stones, stumps, or other deleterious matter 1" in diameter or larger, and shall be free from all wire, plaster, or similar objects that would be a hindrance to planting or maintenance. C. Disposal of Excess Soil: Disposal of any unacceptable or excess soil shall be the sole responsibility of the Landscape Contractor. Excess soil may be spoiled on-site -- per direction of Owner. LANDSCAPING (029001 10 of 16 LANDSCAPING PLANTING INSTALLATION A. General: 1. Actual planting shall be performed during those periods when weather and soil conditions are suitable and in accordance with locally accepted practice, , as approved by the Landscape Architect. 2. 0nly as many plants as can be planted and watered on that same day shall be _ distributed in a planting area. 3. Containers shall be opened and plants shall be removed in such a manner that -- the ball of earth surrounding the roots is not broken and they shall be planted and watered as herein specified immediately after removal from the containers. Containers shall not be opened prior to placing the plants in the -- planling area. B. Layout of Major Plantiny. s: Locations for plants and outlines of areas to be -- planted shall be marked on the ground by the Contractor before any plant pits are dug. All such locations shall be approved by the Landscape Architect. If underground construction or utility line is encountered in the excavation of planting ' areas, other locations for planting may be selected by the Landscape Architect. Layout shall be accomplished by flagged grade stakes indicating plant names and specified container size on each stake. It shall be the Contractor's responsibility to confirm with the Landscape Architect's superintendent and governing agencies the location and depth of all underground utilities, and obstructions. C. Excavation: _ 1. Excavation for planting shall include the stripping and stacking of all acceptable topsoil encountered within the areas to be excavated for trenches, tree holes, plant pits and planting beds. 2. Excess soil generated from the planting holes and not used as backf~l, or in establishing the final grades may be spoiled on-site per direction of Owner. 3. Protect all areas from excessive compaction when trucking plants or other material to the planting site. LANDSCAPING (02900} 11 of 16 I~ANDSC~FING 4. Tree and shrub pits shall be excavated to allow the root ball to set on ' undisturbed soft and excavated to the following diameters: Plant Size Pit Diameter Up to 5 gallon 12" greater than _ container root ball diameter 5 gallon container 2~$" greater than _ and greater root ball diameter (including trees) -- 5. All excavated holes shall have vertical sides with toughened surfaces. 6. All holes for trees and large shrubs shall be tested for water retention prior -- to tree or shrub installation. After hole is excavated, it is to be filled with water to the top of the excavation. If, after 24 hours, the hole still holds water, the Landscape Contractor shall excavate an additional 6" from the -- bottom of hole. The Landscape Contractor shall then install 6" of native washed gravel covered on the top (and up a minimum of 12" on the sides of the hole) with filter fabric. The Landscape Contractor shall also install ' a capped 3" diameter PVC sump which will extend from near the bottom of the rock layer to 3" above the proposed finish grade so the hole can be evacuated through mechanical means. D. Plantin~ Trees: 1. Container RemOval: a. Remove tree from plastic container or box carefully so container can be re-used. _ b. Do not injure root ball. 2. Center tree in pit. $$$$$m 3. Face plants with fullest growth into prevailing wind. -- 4. Set plant plumb and hold rigidly in position until soil has been tamped firmly around ball. LANDSCAPING (02900) 12 of 16 LANDSCAPING 5. Tree Pit Backfill: a. Tree backfiB should be composed of 2555 imported topsoil, 5055 soil taken from the hole and 25 55 Soil Amendment, thoroughly mixed. . 6. Set tree in upright position in the center of ~e hole and compact ~e backfill mixture around the ball or roots. Thoroughly water each plant after ' backfilling. After planting trees not in beds, surround the pits with a 3" height berrn. 7. Plant Tablets: _ a. After the water has completely drained from the plant pit, planling tablets shall be placed in the top 3" of the plant pit as indicated below: - · Four tablets per every foot of rootball diameter per tree. b. Planting tablets shall be set with each plant on the top of the rootball -- while the plants are still in their containers so the required number of tablets to be used in each hole can be easily verified by the Landscape Architect. 8. Pruning: Pruning shall be limited to the minimum necessary to remove injured twigs and branches or to limb-up trees as directed by the Landscape Architect. Pruning may not be done prior to delivery of plants. Cuts over 3/4" in diameter shall be painted with tree paint. E. Piantin9 Shrubs: l. Container Removal: a. Cut cans on two sides with an acceptable can cutter. Do not cut cans with spade or ax. b. Do not injure root system. 2.Center plant in pit or trench. 3.Face plants with fullest growth into prevailing wind. LANDSCAPING {02900} 13 of 16 m LANDSCAPING 4. Set plant plumb and hold rigidly in position until soft has been tamped ' firmly around ball or roots. 5. Fill holes with backfill composed of 50% soil taken from the hole and 50% Soil Amendment, thoroughly mixed. _ 6. Set plant in upright position in the center of the hole and compact the backfffi mixture around the ball or roots. Thoroughly water each plant after backfilllng. After shrubs not in beds, surround the pits with a 3' height _ berm. 7. Plant Tablets: a. After the water has completely drained from plant pit, planting tablets shall be placed in the top 3" of the plant pit as indicated below: · One tablet per one-gallon container and two-gallon container · Two tablets per five-gallon container b. Planting tablets shall be set with each tablet on the top of the rootball while the plants are still in their containers so the required number of -- tablets to be used in each hole can be easily verified by the Landscape Architect. ' 8. Pruning: Pruning shall be limited to the minimum necessary to remove injured twigs and branches. Pruning may not be done prior to delivery of _ plants. Cuts over 3/4" in diameter shall be painted with tree paint. F. Planting Groundcover: 1. Space the plants evenly as indicated on the Drawings, staggering. _ 2. After planting is completed, cover the bed uniformly with a minimum 2" layer of mulch topdressing. _ 3. Thoroughly water entire planling bed. LANDSCAPING (02900) 14 of Z6 LANDSCAPING 3.4 CLEAN-UP A. After all planting operations have been completed, remove all trash, excess soft, empty plant containers and rubbish from the property. All scars, ruts or other r' marks in the ground caused by this work shall be repaired and the ground left in a neat and orderly condition throughout the site. Contractor shall pick up all trash resulting from this work no less frequently than each Friday before leaving ' the site, once a week, and/or the last working day of each week. All trash shall be removed completely from the site. B. The Contractor shall leave the site area broom-clean and shall wash down all paved areas within the Contract area, leaving the premises in a clean condition. 3.5 MAINTENANCE ,- A. Maintain the tre~s, shrubs and groundcovers until Final Completion and Acceptance of the entire project. ,- B. Maintenance shall include pruning, cultivating, weeding, watering, and application of appropriate insecticides and fungicities necessary to maintain plant free of insects and disease. 1. Re-set settled plants to proper grade and position. Restore planting saucer and adjacent material and remove deal material. 2. Tighten and repair guy wires and stakes as required. ' 3. Correct defective work as soon as possible after deficiencies become apparent and weather and season permit. ' 4. Deep-water trees, plants, and groundcover beds within the ftrst 24 hours of initial planting, and not less than twice per week until final acceptance. 3.6 OBSERVATION SCHFJ3ULE A. When observations are conducted by someone other than the Landscape Architect, the Contractor shall show evidence in writing of when and by whom these observations were made. -- LANDSCAPING (02900) 15 of 16 LANDSCAPING B. No site visits shall commence without all items noted in previous Observation Reports either completed or remedied unless such compliance has been waived by the Owner and/or Landscape Architect. ' LANDSCAPING 16 of 16 FINISH GRADING FOR LANDSCAPE AREAS DIVISION NO. 2 SECTION 02245 PART 1 - GENERAL 1.1 DESCRIPTION A. Perform topsoil grading work as shown and specified. The work includes: 1. Topsoil Phcement: Provide and install minimum 6" topsoil to areas overgrade as necessary for landscaping. 2. Site fine grading (raking and bed preparation of new shrub, groundcover, and grass areas) of topsoil. 3. Removing debris and waste materials. B. Related Work. 1. Section 02900 - Landscaping 1.2 QUALITY ASSURANCE Comply with applicable city, state and federal requirements regarding materials and methods of work and disposal of waste materials. 1.3 SUBMITTALS A. Submit topsoil material sample (imported topsoil) for Landscape Architect's approval. B. Provide and pay for material testing. Testing agency shall be acceptable by the Owner. Provide the following data: 1. Test representative material sample proposed for use. a. pH factor (range of 6 to 8). FINISH GRADING FOR LANDSCAPE AREAS (022453 1 of 4 FINISH GRADING FOR LANDSCAPE AREAS b. Mechanical analysis (Plastic Index of 7 to 20. Minimum laboratory dry weight at optimum moisture content of 110 lbs./cu. ft.). c. Percentage of organic content. d. Recommendation on type and quantity of adclitives required to establish satisfactory pH factor and supply of nutrients to bring nutrients to satisfactory level for planting. 1.4 WORK SCHEDULE A. General: Work continuously on the site with the exception of bad weather delays until the work is complete. B. The Contractor shall be ready to tentatively begin work within seven (7) working days of notice to proceed from Owner. 1.5 JOB CONDITIONS A. Protect existing utilities, pavement and other facilities from damage caused by earthwork operations. Verify utility locations prior to start up of project. B. Locate, protect and mainthin bench marks, monuments, control points and project engineering reference points. PART 2 - PRODUCTS :2.1 MATERIALS A. T~psoil fireDotted): Fertile, friable, natural topsoil of sandy loam character, without admixture of subsoil material, obtained from a well-drained, arable site, reasonably flee from clay clods, stones, plants, roots and other foreign materials. 1. Provide imported topsoil free of substances harmful to the plants which will be grown in the soil. _ FINISH GRADING FOR LANDSCAPE AREAS (022a,~ 2 of 4 FINISH GRADING FOR LANDSCAPE AREAS PART ~ - EXECUTION 3.1 PREPARATION A. Contractor to rough grade site prior to landscaping with + 1" tolerance according to the following: * Grassed areas - 1/10" of finished grade · Shrub and groundcover beds = -4" of finished grade (excluding topmulch). B. Examine proposed rough grading area and conditions of installation prior to landscape construction. Do not start grading work until unsatisfactory conditions are corrected. C. Notify the Owner of unexpected subsurface conditions. D. Establish extent of grading by area and elevation. 3.2 FINE GRADING A. Fine grade topsoil eliminating rough and low areas to ensure positive drainage. B. Remove stones, roots, weeds, and debris while spreading topsoil materials. Rake surface clean of stones 1" or larger in any dimension and all debris. Provide surfaces suitable for soil preparation provided under lawn and planting work. C. Leave all graded areas approximately 1/2" below finished paved surfaces at edges only. 3.3 MAINTENANCE A. Protect graded areas from traffic and erosion. Keep free of trash and debris. Repair and re-establish grades in settled, eroded and damaged areas. B. Where completed areas are disturbed by construction operations or adverse weather, scarify surface, reshape and compact to required density. _ FINISH GRADING FOR LANDSCAPE AREAS (02245) 3 of 4 FINISH GRADING FOR LANDSCAPI~ AREAS WASTE MATERIALS Haul from site and legally dispose of waste materials, including excess topsoil used for this project, rock, trash and debris. C~ UP Upon completion of filling and grading work, remove equipment and tools. Leave site clear, clean, free of debris and ready for landscaping work. _ FINISH GRADING FOR LANDSCAPE AREAS (02245~ 4 of 4 TURF ESTABLISHMENT (02820) DIVISION NO. 2 SECTION 02820 ]'ART 1 - GENERAL 1.1 DESCRIFFION Work Included: This work involves various operations necessary to provide and establish a turf-bed in accordance with the plans and specification contained herein. 1.2 RELATED WORK A. Section 02245: Finish Grading for Landscape Areas B. Section 02900: Landscaping 1.3 QUALITY ASSURANCE A. Qualifications of Workmen: Provide at least one person who shall be present at all times during execution of this portion of the work, who shall be thoroughly familiar with the type of materials being installed and the proper materials and methods for their installation, and who shall direct all work performed under this section. B. Equipment: Hydromulching equipment shall be suitable for the project and in good repair. C. Inspection: Provide for inspection by Landscape Architect of materials used. Materials shall be delivered to project in standard sealed container. Keep empty packages to verify quantifies used, then dispose as directed. D. Standards: All plants and planting material shall meet or exceed the specifications of Federal, State and County laws requiring inspection for plant disease and insect control. E. Materials Lists: Within l0 days after award of the Contract, submit a complete list of all materials proposed to be furnished and installed under this section, demonstrating complete conformance with the requirements specified. TURF ESTABLISHMENT (02820) Page i of 7 TURF ESTABLISHMENT (02820) imam F. Certificates: Deliver all certificates to the Landscape Architect. G. Deliver Receipts and Invoices: All delivery receipts and copies of invoices for materials used for this work shall be subject to checking by the Owner or his _ representative and shall be subsequently delivered to the office of the Owner. It. Samples and Producers' Specifications: Various samples, certificates, and _ specifications of seed, fertilizer, sand, compost, other soil amendments, and other materials shall be submitted for approval as required by subsequent sections of this specification. 1.4 PRODUCT HANDLING - A. Deliver and Storage: 1. Deliver all items to the job site in their original containers with all labels - intact and legible at time of Landscape Architect's inspection. 2. Use all means necessary to protect materials before, during, and after ' installation and to protect the work and materials of all other trades. 3. Immediately remove from the site all materials which do not comply with ' the specified requirements. B. Replacements: In the event of damage, immediately make all repairs and replacements necessary to the approval of the Landscape Architect and at no additional cost to the Owner. 1.5 JOB CONDITIONS _ A. Areas to be grassed will be under automatic irrigation. Locations of irrigation heads and valves, electric junction boxes, wffi be determined by Contractor and flagged to prevent damage. B. Bermudagrass hydromulch shall not be applied prior to May 15 nor after August 15 nor at any time the soil temperature is less than 70°F. Contractor shall - guarantee a full stand of grass. If bermuda hydromulch is not done during specified time period, due to the Contractor's lack of performance, Contractor shall provide, at no additional expense to Owner, solid sod Bermuda grass. If TURF ESTABLISttlVIE._~NT _ Page 2 of 7 TURF ESTABLISItMENT (02820} Bermuda hydromulch is not done because of circumstances beyond the _ Contractor's control, the Contractor shall substitute hydromulch perennial Ryegrass for the Bermuda at no ad~tional cost to the Owner. The Contractor shall provide an alternate cost to return after May 15 to scalp the Ryegrass and _ overseed with Bermuda. 1.6 GUARANTF~E A. Coverage will be complete; areas of ungerminated seed 12" square and larger will be rehydromulched. B. Repair any damage made during reshooting immediately. PART 2 - PRODUCTS ' 2.1 MATERIALS A. Bermudagrass Seed: Turfgrass seed shall be "Cynodon dactylon" (Common ' Bermudagrass). The seext shall be harvested within one (1) year prior to planting, free of Johnsongrass, field bind week, dodder seed, and free of other weed seed to the limits allowable under the Federal Seed Act and applicable seed ' laws. The seed shall notbe a mixture. The seed shall be hulled, extra fancy grade, treated with fungicide, and have a germination and purity that will _ produce, after allowance for Federal Seed Act tolerances, a pure live seed content not less than 85%. Seed shall be labeled in accordance with U.S. Department of Agriculture rules and regulations. 1. Certificate Submittal - Prior to planting, provide the Landscape Architect with the State Certificate stating analysis of purity and germination of ilml Seed, 2.2 MULCH Conwed Regular wood fiber mulch, or approved equal. TURF F_.STABLI~HMENT (028201 _ Page 3 of 7 TURF ESTABLISHMENT (02820) 2.3 FERTILIZER ' Mississippi Chemical 18-18-5, 'water soluble, or an approved equal. Delivered to the site in bags labeled with the manufacturer's guaranteed analysis. If stored at the. site, _ protect fertilizer from the elements at all times. 2.4 H'F~RBICIDE Monsanto Roundup applied.at 3 ounces active ingredient per 1000 square feet or other approved post-emergent herbicicle. 2.5 Apply Fiber Tack with hydromulch on all slopes and herins at the rate of one and one-half (1-1/2) pounds of Fiber Tack per one thousand (1,000) square feet. PART ~ - EXECUTION 3.1 INSPECTION -- A. Examine the areas and conditions under which work of this section will be performed. Correct conditions detrimental to the proper and timely completion of the work. Do not proceed until unsatisfactory 'conditions have been ' corrected. B. Contractor shall inspect existing automatic irrigation systems with Landscape ' Architect prior to commencing the work. Any problems with the system shah be noted by the Landscape Architect and repaired by Contractor prior to _ proceeding with the tuffgrass operations. C. After soil preparation and prior to planting, Contractor shah re-inspect irrigation _ system to ensure system is operating properly in every respect. Contractor shah raise, lower and make all head adjustments as necessary prior to planting. _ 3.2 PREPARATION A. Herbicide: Two weeks prior to planting, the area to be hydromulched is to be -_ treated with post-emergent herbicide at a rate of 3 ounces active ingredient per 1000 square feet of.planted area. TURF ESTABLISHMENT (02820~ Page 4 of 7 TURF ESTABLISHMENT (02820~ B. Contractor shall inspect treated areas with Landscape Architect for approval prior to tillage and planting. C. Any treated areas which are deemed unacceptable shall be re-treated by Contractor at no additional expense to Owner. D. Tillage: Tillage shall be accomplished to loosen the soft, destroy existing vegetation, and prepare an acceptable seed bed. All areas shall be tilled to a depth of two inches. E. Cleaning: Soil shall be further prepared by the removal of debris, building materials, rubbish, weeds, and stones larger than one and one-half (1-1/2") inches in diameter. F. Fine Grading: After tillage and cleaning, all areas to be planted shall be leveled, fine graded, and drug with a weighted spike harrow or float drag. The required result shall be the elimination of ruts, depressions, humps, and objectionable soil clods. This shall be the final soil preparation step to be completed before the commencement of fertilizing and planting. G. Rock Removal: During the soil preparation process, a "Rock Pick" or "Rock Rake" shall be used to gather surface stones as small as one and one-half (1-1/2) inch in diameter. The Contractor shall be responsible for the disposal of collected materials. H. Install either solid sod or hydromulch in areas as designated on plans. 3.3 APPLICATION (HYDROMULCH) A. Typical mix for 800-gallon tank with coverage not to exce. P. xl 6000 s.f. shall consist of 15 lbs. of grass seed, 360 lbs. of Conwed mulch, and 150 lbs. of 18- 18-5 fertilizer. Add tacki~er at manufacturer's recommended rate. B. Apply in a uniform manner over all areas to be hydromulched. 3.4 PROTECTION A. No heavy equipment shall be moved over the planted lawn areas unless the soil is again prepared, graded, leveled, and replanted. It will be the responsibility of TURF ESTABLISHM'F~NT f02820) Page 5 of 7 TURF ESTABLISFI~IENT f(128Z0) this Contractor to protect all paving surfaces, curbs, utilities, plant materials, and any other existing improvements from damage. Any damages shall be repaired or replaced at no cost to the Owner. Contractor will also locate and stake all irrigation heads, valve risen, etc., prior to beginning any soil preparation work. 3.5 ESTABLISHMI~NT AND ACCEPTANCE A. Regardless of unseasonable climatic conditions and other adverse conditions affecting planting operations and the growth of the turfgrass, it shall be the sole responsibility of the Contractor to establish a uniform stand of turfgrass as herein specified. When adverse conditions such as drought, cold weather, high winds, excessive precipitation, or other factors prevail to such an extent that satisfactory results are unlikely, the Owner may, at his own discretion, stop any phase of work until conditions change to favor the establishment of turfgrass. B. Uniform Stand of Turfgrass: A uniform stand with complete coverage of the specified grass shall be defined as not less than one hundred fifty (150) growing plants per square foot for seeded areas. Growing plants shall be defined as healthy grass plants of two blades or more at least 1-1/2 inches tall. 3.6 POST-PLANTING MAINTENANCE A. Maintenance shall begin immediately after each portion of grass area is planted. All planted areas will be protected and maintained by watering, weed control, and replanting as necessary after initial planting and for as much longer as necessary to establish a UNIFORM STAND WITH COMPLETE COVERAGE. B. Watering: Use the automatic irrigation system to apply at least one-half (1/2~) inch of water over the entire planted area every three days. If necessary, watering equipment (other than the automatic irrigation system) required to establish and maintain a uniform stand of grass will be furnished by the Contractor. Contractor shall water thoroughly and infrequently once grass is established to encourage deep root growth. C. Mowing of Grass: 1. It is anticipated that a minimum of one (I) mowing will occur before the grass areas are accepted by the Owner and start of one-year Landscape TURF ESTABLISHMENT (02820~ Page 6 of 7 TURF ESTABLIS~ (0~820) · e Con~c~r un~ F~ A~~ of ~c ~i~ ~ns~on for ~e en~e proj~t is ac~ by ~e O~ ~d ~e on~y~ ~n~ ~fi~ be~s. 2. ~ ~s is ~Hsh~ ~e pl~t~ ~ sh~ be mow~ at l~t on~ a w~k dung ~e gro~g ~on. G~s ~ be mow~ ~ a hei~t of one (I ") ~ch. Mow~g during do~t ~n ~ ~ done ~ n~~ (~ Con~tor h~ not ~iv~ F~ Ac~p~). D. W~ Con~ol: K~ ~ ~ ~ of w~s by 'pu~g* w~s ~ ~s h~ b~n ~sh~. 3.7 ~OSION COBOL A. ~oughout ~e p~j~t ~d ~e m~n~ ~fi~ for mffg~s, it is ~e Con~ctor's re~nsib~ to m~ ~e top~ ~ place at ~i~ ~. Top~fl ~d mffg~s loses due ~ ~osion ~ be replac~ by ~e Con~mr un~ ~bHshment ~d ~p~ is ac~ev~. B. ~ ~ mff ~ ~ slo~s grater ~ 4: 1, ~s~ mesh-~ erosion ~n~ol ma~ to be app~v~ by ~ds~ ~c~t. 3.8 CL~ A. Con~c~r sh~ ~move ~y excess matefi~ or debris brought onto ~e si~ or un~ E a r~ult of ~s mffg~s o~n~ons. 3.9 GU~E A. Con~ctor sh~l g~~ ~ ma~fi~s us~ for ~is work to ~ ~e ~, q~, ~d qu~W s~i~. TURF ESTABLISHMENT (02820) _ Page 7 of 7 DIVISION 5 HIKE AND BIKE TRAIL SYSTEM STANDARDS City of Coppell Trail System Standards - · Bicyclist Types - · Primary Corridors - * Secondary Corridors - * Access Points - · Detail Design Standards Hike and Bike Trails · On-Street Connectors _ · Bicycle Route System , · Bicycle Parking ,... City of Coppell TRAIL SYSTEM STANDARDS This section will outline the design standardsfaster riders have stricter design criteria which and guidelines for proper implementation of a also meet the needs of the slower riders. trail system. This includes: The goal for the city is to improve the · Design Development Standards that estab- conditions for all cyclists. Using the more lish suitable primary and secondary trail experienced cyclists as the design guideline corridors and required access to those accomplishes this objective. One can see that corridors. the opposite is not true by picturing a high speed rider on an off-road trail which, at least · Detailed Design Standards for bike routes, when compared to roads, is relatively narrow hike and bike trails, greenwalks and and winding. This high speed trail rider could sidewalks. increase the trail's accident potential. Bicyclist Types From a design point of view, cyclists fall into two broad categories. The first group of cyclists ride at slower speeds. Generally, they have less road experience and avoid automo- ,,, ~-,...~ bile traffic because of a fear of being hit by a/ " car. Slower speed riders prefer residential ' ~, .. The second group of cyclists are typically ~, higher speed riders. They generally have more road experience and thus, are more i willing to fide on most streets. The higher speed riders, like the first group, choose the{ : ."" .~..,~~_ roads less traveled when they have a choice, ' ' ' but will use the major roads when necessary -- to get where they want to go. (See Figure 2 - Bicyclists Types.) ........ t ~ _- _ - ..... "l""""""~' ~"' ~ ~t By using the needs of the generally more ..... -- OFF 57'R~-~T Tg, AIL- 4 ~d~/u,t ,¢'t~,O Ctpste/F-A/r-~ experienced transportation riders, standards < t~¢ ~,ss~ ~'/or:ts ,,,'/~He, e ee~z:, ,e/t,t-t~}' for roads and bicycle facilities which meet the criteria of all cyclists were developed. The Figure 2 - Bicydists Types 25 City of Coppell General StandardsFor · ,- Primary Corridors . '. '- The following general standards were devel- : oped to guide the creation of primary trail corridors through private development: · Continuous access needs to be provided at the property lines of undeveloped property to maintain the integrity of the primary trail corridor. (See Figure 3 - Access Points.) Figure 4 - School Sites Imm ° *'t' " /. ,, ** . · - Figure 3 - Access Points · To accomplish a more integrated open _ space system, primary corridors need to be located through or adjacent to neighbor- 'X~ hood parks and school sites. (See Figure , -n, _ 4 - School Sites and Figure 5 - Parks.) . Figure 5 - Parks -. Ci~ of Co~peH · Existing drainage ways, as well as natural wooded creek areas, should dictate the location of primary corridors. (See Figure 6 - Drainage Ways and Natural Fea- tures.) '~ITERESTING INTE Figure 7 - Fluid Alignment Figure 6 - Drainage Ways and Natural Features · Access points should be connected in a meandering form to provide more interest " along the trail. (See Figure 7 - Fluid (. .--~/..~ AHgnment and Figure 8 - Straight _ Alignment.) The meandering nature of the . ~_~ trail will use curves gentle enough to '(~ BORING BOFIING comply with an AASHTO design speed of _ 25 miles per hour. Rationale for this ' criteria is further explained in the section that stipulates "Design Speed" under I'so ING eO _ "Detail Design Standards" Section. /4ogorogou~ '. -- Figure 8 - Straight Alignment mmm City of Coppell "' · Within the master planning of private development, primary corridors should be located to enable as much public access as DeNToAt possible. Refer to the general standards for access points to corridors on Page 26. (See TRAIl, Figure 9 - Trail Accessibility.) " Primary Hike and Bike Corridor Right-of- Way. The primary trail corridor should meander, following natural vegetation and ' creek corridors to provide more interest along Figure 9 - Trail Accessibility the trail. The width of the trail portion right- of-way should be an average of 40 feet wide " Graphics. To aid an inform the users on how and a minimum of 20 feet wide. If the trail is to use the system, special identification going through land where there are not and signage should be introduced. (See Figure will not be any adjacent uses (e.g., home- ' 10, Primary Trail Graphics.) owner association common land), the mini- mum can be reduced to 18 feet (12 feet paved ,_ and two 3-foot grass shoulders). (See Figure 11 - Right-of-Way.) ,-- City of Coppell Figure 11 - Primary Corridor Right-of-Way Primary Corridor Elevations. A new development which has a corridor pathway through it, should consider keeping the hike and bike trail at a lower elevation than the surrounding neighborhoods. This would allow for screening the trail from residential adjacencies where roads cannot be aligned to parallel these corridors. (See Figure 12 - Corridor Elevations and Figure 19 - Trail Access Points.) City of Coppell / ~51~ED Tr, A/L Figure 12 - Corridor Elevations General Standards for Secondary Corridors Secondary corridors are feeder trails to the primary corridor. They are less frequently used when compared to the primary corridors. Secondary corridors should be located to provide improved access to the primary trail. Like the primary corridors, secondary corridors should be placed to allow ease of public access as much as possible within the master planning of private development. (See Figure 13 - Secondary Corridors.) Figure 13 - Secondary Corridors City of Coppell Graphics. Route direction signs need to be Secondary Hike and Bike Corridor Right- provided along the secondary corridors to of-Way. Secondary trail corridor fight-of- _ show connections to the primary corridors. way should be an average of 30 feet wide with (See Figure 14 - Signs.) a minimum of 20 feet (as for primary trails). (See Figure 15 - Corridor Widths.) Secondary Corridor Elevation. The elevation of secondary pathways should follow the _ criteria of the primary pathways. Where possible, the trail should be at a lower elevation than the surrounding residential -- properties to allow for a buffer zone from the · · ~::"~ trail. (See Figure 12 - Corridor Elevation.) Figure 14 - Signs Figure 15 - Secondary Corridor Right-of-Way ,- City of Coppell General Standards for Suggested Examples of Access Point Types: Access Points To ~. Access Point- Parallel Drainage Corridors at ' Corridors msor Streets _ Location. Access points should be located along the frontage of the corridors and at even intervals. Attention must be given to assist in -- providing safe and convenient access to the \ \ \ I I I \ corridors. This can be accomplished by ~..-." k----- } L--"k---L""~N ..... careful layout of developments so that there is ,<.:~:~""' " "" "' *' an appropriate mix of public and private ' .... exposure to the corridor. ' Quantity. The quantity of access points can be determined by one of two ways: providing ; 'i · a minimum of one access point per residential "' " " ' subdivision or commercial development or supplying an access point every 750 linear feet of corridor frontage, whichever is greater. (See Figures 16 to 20 - Trail Access Points.) !. Access Point - End of CubDe-Sac (2 Lots) ,, City of Coppell 3. Access Point- Perpendictnar to Major Streets.Detail Design Standards - Hike and Bike Trail This section of this report documents con- ' ~- struction guidelines and issues to consider ,4.mgsec. no~4 related to the implementation of the trail ~A~-~.c=~. system. The issues discussed here and the ' recommendations presented should be re- A~ mll, n' viewed carefully as each specific project is designed and constructed to ensure that a safe, well constructed facility is achieved. ~' : The American Association of State Highway and Transportation Officials (AASHTO) has published nationally accepted standards for the design and construction of trails. With a few ' / modifications, the city should follow these design standards. As with any set of design _ standards, there will be cases where they Figure 19 - Access Point cannot be met. In such cases, design excep- tions will be necessary in order to implement -- the plan. Signing is typically used to notify 4. Access Point - End of Cul-De-Sac (1 Lot) trail users where these exceptions are located. (See Figure 21 - Development Guidelines.) of Bicycle Facilities Access Cv~r~tOo~ Figure 10 - Acc~ Point Figure 21 - Development Guidelin~ City of Coppell " Trail Structure. The primary and secondary walks along roads with wide outside lanes), hike and bike trails should be a minimum of existing conditions permitting. 12 feet in width'. (Trails in greenwalks ' parallel to roadways with wide outside lanes Warning devices must be used where the should be 10 feet in width.) The trail thick- combined trail and shoulder cannot be 18 feet hess should be 5 inches of reinforced con- in width (or 16 feet for greenwalks along crete with a non-skid finish. The concrete roads with wide outside lanes). Reference the should be placed on a compacted stabilized MUTCD (Manual of Uniform Traffic Control base which should extend into the grass Devices) for signage to use where these shoulders on either side. The 3 foot wide exceptions occur. shoulders on each side of the trail are primar- ,_ ily for joggers and to ensure proper sight Design Speed. A design speed of 25 miles distances to help avoid crashes. The shoul- per hour will provide a safe layout for the ders also serve as a space for bicyclists to use hike and bike trails. Designing for a 25 mph _ when they are avoiding an accident. The speed does not mean that users must or even shoulders shall be flush with the trail to help can ride the trail at that speed. Very few eliminate user safety hazards. The shoulders cyclists can ride at 20 mph, much less at 25 -- are mowed to keep them in a useful state. mph. Even though almost no one can ride at (See Figure 22 - Hike and Bike Trails.) 20 or 25 mph, there are, however, significant reasons for using the 25 mph figure: · ,~' '~. · the curves along the trail will be more , gentle, t,r~,.,,/r ~/r~.,e~ · the sight distances will be increased, and · ~ sr,~mMz.~r/a/ · hazardous intersections, maneuvering difficulties, and steep slopes will be . reduced. ..... .""L..''!:''.~. :~'~ ":~'.i :.'~ .'.~.i..-.~-~.::. C'7 ..' ....' ...........,'The above effects reduce trail accidents and .~.~:.~....,~..~,:o~.c~..,,~:~.?~~ increase user security (by giving criminals _ The following information sets forth the Figure 22 - Hike and Bike Trails minimum standards for curve radii, vertical curves (hills), lateral clearances on horizontal _ Where the trails run parallel with a linear curves, and stopping sight distances. obstacle, such as a street or drainage ditch, a minimum separation of 5 feet should be placed _ between the trail's hard edge and the obstacle. All underpasses and bridges should have a full trail width of 18 feet (or 16 feet for green- 34 City of Coppell " Minimum Curve Radii. The minimum design Vertical Curves. A path should be designed radius of curvature can be established by the with adequate stopping sight distances in following formula: mind. The chart from AASHTO shows the minimum length of vertical curve necessary to provide minimum stopping sight distance at _ various speeds on the crests of vertical curves R = V2 (e.g. hills). (See Figure 23 - Minimum 15 (e+f) Length of Vertical Curves.) -- where: R = Minimum radius of curvature (feet) s = S+oDolnq Slant- Dls~'<:nce -- V = Design Speed (mph) A = AlgeOrolo Oifference In hi: E~e Nel~t o~ Blc~cll~ (4.5 FeeT) e = Rate of super elevation (cross slope) h2: Hel~t of Object t0 Fee?) k: MInimum-VertIcal Curve f = Coefficient of f~cfion (from AAS~O) _ Designing for a speed of 25 mph at a cross , / slope of 2 %: R= 25= 15(.02 + 0.25) ~ o ~ I " i zcc- ! ----- ~'~ ...... R = 625 -- 15 (. 27) ~ ,oo ' " R = 625 -- 4.05 o R = 155 ft. Fig~e ~ - ~fi~m Le~th of Ve~ Cm~ City of Coppell Lateral Clearances. Figure 24 - M, inimal Lateral Clearance on Horizontal Curves is from the 1991 AASHTO Bicycle Guidelines. Either the formula or the graph can be used to obtain the lateral clearance needed to mainta.in the desired sight distance in a horizontal curve. SZQnt distance IS)measured alonQ this line ---- S: Sl~r~r ~Is,'ance In feet. . ,R: Ra~lu~ of ~ I~al~e ~cne In feet. ; ,m: DIstance ~gm ~ ln~td~ la~ In eet, V S 01 = Design ~peed for S n mDh AnGle I$ e~pre~sed In deqree~ LIne of sl~ht Is 2.0' above ~ Inside. Formula CDD[Ie~ Only when S I~ m lane at point Of ODstrucTion. equal to or te$5 ~hon tengTn of c~ve. - 30 ~"~ ~ 20 C, ~ ~ 0 1OO 200 300 SI~? DIsuse (S) - Feet e ~ (~t~lC Conve~slom I Ft. , O. ~ m. ) e L~ter~l~ear~nces on horlZontcl~rves ~o~ De Calcul~te~ Da~e~ On the ~um o~ the $foPOlnq sight dts~nce~ ~ar blcycll~t$ frovellln~ In opposite dlrectlOn5 around the curve. See text far Fig~e 24 - ~n~m Late~l Cl~ranc~ on HoHzon~ C~ (from 1991 AA~O Bicycle G~delin~) City of Coppell "' Stopping Sight Distances. Based on slope and Trail Mar'king. There are several ways to speed, Figure 25- M. inimum Stopping Sight mark the hike and bike trail. A solid stripe _ Distances gives the minimum standard should be used to indicate a no-passing zone stopping sight distances. The graph indicates on steep hills, intersections and tight curves. ascending as well as descending minimum A dashed yellow stripe down the center should _ stopping distances. indicate 2-way traffic. The paint used in marking the trail should be non-skid and Bicyclists have a tendency to ride near the reflective for night-time riding visibility. A _ center of the path as well as side-by-side. standard used by the Texas Department of Because of these reasons and seriousness of Transportation is glass beads sprinkled on wet head-on collisions, lateral clearances on paint as it is applied. This makes the paint _ horizontal curves should be calculated as the reflective and gives it a sandpaper-Eke non- sum of the stopping distance for bicyclists slip surface. White strips at the edges of the traveling in both directions. If this is not trail are not recommended because they have -- possible, then a combination of alternatives a tendency to narrow r. he usable trail space. can be used, for example, widening the path Reflectorized tiles are also not recommended through the curve, placement of warning due to the fact that they create a hazard by ' signs, or installing a yellow solid center acting as miniature speed bumps and are stripe. slippery when wet. (See Figure 26 - Trail Markings .) - ,o I .X.. i / .. .-" !:::' 0 Mlnln'~.tn Stooolr'~ OlS?CnCe - Ff. P'IR T.~,4 p,~ / ~ . Solid = Descendhtl Dash = Ascen~z~ -. Figure 2S - M~r~mum Stoppir~ Sight Distances Figure 26 - Tra~! Markings Slopes. Trails should have a cross-slope of 2 3'7 Ci,ty of Coppell .'- Slopes. Trails should have a cross-slope of 2 Water fountains, faucets, and other water percent. Greater cross-slopes make it difficult sources should be located on the downhill side for bicyclists and wheel chair users to of the trail. (See Figure 28- Trail Drain- ' maneuver on the trail. Smaller cross-slopes age.) Placing these water sources on the hinder trail drainage. (See Figure 27 - Trail downhill side of the trail will help eliminate Slopes.) water flow across the trail which could create a slipping hazard. The hazard develops in the The longitudinal slope on a trail should not be case where uphill drains become blocked and ,- greater than 5 percent, especially on long a regular water overflow results in a wet trail inclines. When a higher design speed is used surface. A constantly wet trail surface is and additional trail width is provided, grades conducive to algae growth. (See Figure 29 - greater than 5 percent and running less than Drainage How Problem.) 500 feet are acceptable. Slopes greater than 5 ' percent are undesirable because the ascents are _ difficult to climb (causing some bicyclists to wobble left and right) and the descents cause ' some bicyclists to exceed the speed they are _ capable of handling. ,.,.r' Figure 28 - Trail Drainage Figure 27 - Trail Slopes Drainage. To minimize storm water run-off from flowing across the trail, drainage swales ' ' can be placed on the higher side. Swales are 0,~ ... used where the sheet flow drainage across the ,- trail surface might be great enough to increase trail maintenance. Using swales in this .,.=-- · .-.'.'.'.:;. situation will also require culverts that are [ _ _ _ ._ designed to handle the water flow, are safe (relative to the trail users), and have low maintenance. Figure 29 - Drainage Flow Problem 38 City of Coppell " Water Fountains. Water fountains should Typically, in any place where people will occur every 0.5 mile for trails in parks. The gather (e.g., parking lots, trail maps, bike water fountains should be freeze-proof with a parking areas, water fountains) should be set top spigot and a lower faucet for water bottlesback from the trail edge 25 or more feet. and animals. The lower faucet needs to be spring-loaded to ensure that it shuts off after ' use. (See Figure 30 - Water Fountains.) '° ,- Lower faucet I ,~ '~ Upper spigot Figure 31 - Obstacle-Free Area ~.:[!~:.:.;.:.:.:.:.:.:.:.~.:.:.:.:.:.:.:.:.:.:.:.:.:.:.:.:.:~..:.~.~.:.`.~.~.:.: .........-.-.-,.-.-.-.-.-..-.-. .........-.-.-.Lighting. Lighting the hike and bike trail is _ grade street crossings and considered where night-time use is expected. The horizontal illumination levels should maintain an average ,-- Figure 30- Water Fountains between 0.5 and 2 foot candies. Where special security concerns exist (e.g., tunnels, underpasses), a higher illumination is recom- -- mended. The light pole and fLxture should be Obstacle-Free Area. To provide a safer trail, in scale with bicyclists and joggers except at an obstacle-free area should be maintained. at-grade street crossings. Full-sized poles and ' This zone shall have no signs, trees or light fixtures are used at street crossings.(See fixtures located within it. (See Figure 31 - Figure 32 - Lighting:) Obstacle-Free Area.) Any existing condition (e.g., an overpass) within the 10 foot vertical clear space must be signed as to its height. City of Coppell Railings. Railings for bridges, steep drop- ' offs, and separation from thoroughfare traffic should be a minimum of 4.5 feet in height and have a smooth "rub rail" attached to it. The ~" rub rail should be of 2 inch x 6 inch rectangu- lax tubing (12 gauge steel) placed so the "":" ....":' .. railing's center is 3.5 feet above the surface. The 6 inch rub railing vertical dimensions is a minimum. Chain-link fencing is not _ recommended. (See Figure 33 - Rub Rail.) Figure 33 - Rub Rail CRy of Coppell " Signage. Adequate signage is critical on hike Directional Markers. Directional markers use and bike trails to communicate to trail users arrows or wording to indicate which direction and motorists the appropriate regulatory to travel. These signs are important when messages and to warn of potential conflicts. multiple trails come together. (See Figure 35 There are five basic types of sign groups: - Directional Signs.) ·warning signs · directional markers · information signs · regulatory signs · identification markers Warning Signs. These signs alert trail users of a safety threat such as sharp curves, _ approaching intersections, or steep drop-offs. Typically, these signs are yellow and diamond-shaped with black lettering. (See -- Figure 34 - Warning Signs.) Figure 35- Directional Signs ,- Information Signs. These signs can be in any form or style and typically provide the trail user with useful or important information. " (See Figure 36 - Information Signs.) DENTON CREEK TRAIL -- Length: 4.4 Miles " !NARROW I BRIDGE I ,..- Figure 34 - Warning Signs Figure 36 - Information Signs ,_ City of Coppdl white and rectangular with black lettering. DENTON _ Regulator), signs give instructions on trail use CREEK OVERLOOK and etiquette. (See Figure 37 - Regulatory 'TRAIL Signs-) SLOWER ' T RA F F I O Figure 38- Identification Markers KEEP ,.- RIGHT Mow Pads, To help minimize trimming , . , during the mowing season, mow p~ds should ' F .. . be placed around all signage, furniture and '~ (~ water fountains. The pads should be designed TWO so that a tractor can easily mow around these -- objects without hitting them. mow pads shall W~l]ky be poured-in-place, reinforced concrete with a ,.- TRAFFIC broom or non-skid finish. (See Figure 39- (2~ Mow Pads.) Figure 37 - Regu/atory Signs Identification Markers. These signs identify /5 zt ,_ trails and streets that cross the trails. All intersections and street crossings should have a sign identifying the street for trail users and -- a sign identifying the trail for road users. Overhead name blades should be located on underpasses and should include the street -- name and block number. Trail maps and the name of the trail should be located at the beginning and end of each trail. Mile markers --.1111 ' should be located every 0.25 miles. The identification markers are important to trail litill' - users, maintenance forces, police, and ' emergency personnel. (See Figure 38 - Identification Markers.) Figure 39 - Mow Pads 42 ,.-, Cit~ o1" Coppell Intersections. In hike and bike trail design, Mid-Block Crossings. The mid-block crossing intersections with roadways are very impor- is the preferred method of crossing a low- _ rant. When intersections occur at-grade, some traffic street at-grade. User safety is a major type of traffic control needs to be used concern when there are at-grade intersections. (signal, stop sign, yield sign, etc.) and done in For this reason, a very detailed design ,. accordance with the Manual of Uniform crossing must be done. (See Figure 40 - Traffic Control Devices (MUTCD). The Mid-Block Crossings - Possible Treatment.) location of the crossing should be away from ,- the influence of street intersections (e.g., a · Where medians are in use and the trail mid-block crossing is best when crossing a crosses the street at-grade, the median low traffic road). Where trail crossings at islands on trail crossings need to be wide -- street intersections are best used (e.g., when enough for street sweepers to clean the crossing busy streets), the trail crossing needs debris that will collect on the depressed to be located at the pedestrian crosswalk. median island. T' ,~ - road table ' X~,eG / dasr~ed stripe bo a~ds ~ solid str~pe ' \' i ~. S~ed tablos, noise makers, painted road table pavement, and udt payors can ~e us~ to warn and slow appmacNn~ e -:~:- I~t s~ard traffic. Special marking or paving with centerfine marker or stripe I Figure 40 - blid-Block Crossing - Possible Treatment 43 Bicyclist "A" is at the greatest risk of The concerns presented above will be having an accident with motorist number addressed by the Standard Treatments for "1". Motorist number "1" is concerned Signalized and Non-Signalized Intersections. with finding an opening large enough to get (See Figure 44 - Non-Signalized Intersec- through and past car "5." He does not look tion and Figure 45 - Signalized Intersee- for (or expect) a bicyclist to be crossing the tion.) side street at 5 to 15 mph. Bicyclist does not expect to have car "1" turning left - from his right (an analogy would be a .' 5' ;" motorist turning left from the right lane). ... Trail user "B" is at greatest danger with car _.y:..,.-:...'.......'..~' ~~"Z.:::.~.'~'.-.....'..?.. number "1." Motorist number "1" is ~~l~~ ' concerned with cars "4" and "1." When . motorist number "2" comes to a rolling stop . or a quick right-on-red and completes his .:~......~ right turn, bicyclist "B" is crossing the road at 5 to 15 mph. This is, from the bicyclist's~ ~ - :""':'®:.':'., 'left-most lane. It does not happen often and ;5 .' it is a big surprise when it does. Motorist number "3" will impact both trail users "A" and "B" by stopping within the trail space. Figure 43 - Conflicts at a Four-Way Intersection 45 ,_ City of Coppell · A double head street light in the median or ~ T two single head fixtures on each side of the , ~, [ r street are needed on a six-lane street with a ----f ;,.- . , mid-block trail crossing. -,. · The sidewalk users will have WATCH [-- 4' relddy] ~-r~/~,~: FOR BIKES signs of pedestrian scale. · The trail users will have a stop bar painted (gs/,~v,~sLs) at the extended outside sidewalk line. If there is no sidewalk, the stop bar is placed Figure 41 - Bollard Post Striping at the extended curb line. and bike trail users that they are approach- , The bollards are intentionally located inside ing a street intersection. the trail obstacle-flee area to keep motor · Road tables, along with bike crossing signs, traffic off the hike and bike trail. let motorists know there is a hike and bike · The bollards are placed far enough from trail crossing. Extending the full width of the road that they will not make the "road the street, road tables are used to alert and crossing maneuver" more complicated for slow the motorists at the trail crossing. Road tables are either painted or made of trail users. special paving material. The section · The trail crossing can also be made into a drawing in Figure 42 - Road Table shows road table. In other words, the road rises a rise of 3 inches over 6 feet and then a to meet the trail rather than the trail drop back to grade over the next 6 feet. dropping to meet the road. Signage for the road table is placed on both sides of the street for each road table. · The bollards are painted with a bright Along with this sign, a bike crossing sign reflective paint for day and night visibility. is placed which includes the name of the The bollard in the center should be remov- trail being crossed. able to allow for maintenance and emer- gency access to the trail, but be locked in Trail Conflicts At A Four-Way Intersection. place to prevent unauthorized vehicles from Bicycle trail users need to watch for conflicts with vehicles from all four directions. The entering the trail. The pavement is marked as shown in Figure 41 - Bollard Post direction of greatest concern changes with the Striping. (Also see Figure 40 - Mid location from which the bicyclist approaches. Block Crossings - Possible Treatment.) .Although the trail users will have a stop sign, the concerns apply to cyclists starting from a · Signs are always placed outside of the stop, as well as those who ignore the stop "obstacle-free area". Warning signs (e.g. sign. (See Figure 43 - Conflicts At a Four- STOP AHEAD) are used to alert hike Way Intersection.) 44 Ci,tv of Coppell " Standard Treatment for Non-Signalized traffic light standard on the right side of the Intersections. The trail should cross this trail. Detector loops are also placed in the type of intersection in the pedestrian cross- right side of trail pavement and are marked walk (which is between the extended curb with a painted bicyclist logo. The trail line and the stop bar). buttons and loops will reduce the intersec- tion light timing changes to a minimum by Signs are posted to alert cyclists to possible only being "active" when the trail is in use. motorists in their blind spots; e.g., TURN- Since trail traffic is lower than road Irafile, _ ING TRAFFIC TO RIGHT (on the left side) the decision to signalize or not is almost and TURNING TRAFFIC TO LEFT (on the always decided by the road traffic. Signal right side) of the figure. These kinds of timing will need to be adjusted to allow _ conflicts are the most dangerous to the bicyclists to cross the street based on a start cyclist crossing this type of intersection. up time of 2.5 seconds and a traveling speed (See Figure 44- Non-Signalized Intersec- of 10 mph. An all-red interval may be -- tions- Possible Treatment.) required. (See Figure 45 - Signalized Intersection - Possible Treatment.) BIKE CROSSING signs are placed on all -- motor vehicle approach directions. Also on this sign is the name of the trail that crosses the street. Where the motorist is likely to " stop in the bike trail, a STOP HERE sign is placed to remind the motorists of the trail. Standard Treatments for Signalized Intersec- tion. Cyclists crossing at this type of intersection are in the most danger from the motorists within their blind spot. Regula- tory signs are used to alert bicyclists of the _ possibility of motorists within this zone. These signs read TURNING TRAFFIC TO RIGHT and TURNING TRAFFIC TO ,_ LEFT. Next to the motor vehicle stop bar, signs are .- placed that read STOP HERE ON RED to alert motorists not to stop in the bike trail crossing. These replace the STOP HERE . -- signs used in the non-signalized intersec- tions. -- As the trail approaches an intersection, pedestrian push buttons are mounted on the 46 City of Coppell Special marking or paving with centerline marker or stripe i!E!!:!.::~::::J · Bar ...... NOTE: All Intersectionst. .: slqoula have leequite I . Pole mount~ I Pole mounted pedestrian huron ~pedestrlan huron a~d loop detector~ and loop dete=tor ~ Special markin~ o~ -;-e ~ t paving with centerline marker or stripe , I -- Pedestrian crossing signals .~.. Note: Rcad ~affic ~gn~ ~ming r. eeds ~ ~t fcr s~e( bi~e ~ssing brae. (t~l ~me ~ 10 mph · I 25 ~.) ~ il r~ ~te~ may ~ r~uit~. ~g~e 45 - Sig~i~ ~te~tion - Po~ible Trident ,, City of Coppell " Freeway Intersections. A grade separation is Key Trail Spots. TraiI map markers, rest the only solution for freeway crossings. The stops, overlooks, and creek scenic areas are most realistic opportunity for crossing the all examples of trail points of interest. These " freeways are by using existing underpasses points should be integrated into the trail. (See Figure 46 - Freeway Underpass) or Trail maps and guides give users directions. ,- bridges. (See Figure 47 - Trail Maps.) The ultimate (and most expensive) solution is Saw cut all joints 0.25 inches wide to help ,, to construct a tunnel or bridge dedicated to eliminate hazards to skaters. Different getting the trail across the freeway. It is materials and forms can be used on special usually more economical to cross the freeway areas such as overlooks and rest stops, ,- as part of an extra wide road bridge (designed depending on its function and location. (See and built from the start with the extra width Figure 48 - Trail Joinring and Figure 49 - for the trail on one side). Special Overlooks.) · "L · .:' ': :~..' ~::..'..' -- ~,: ." ~ ::'... :.. ~..: ::':..~. :'. :-"-: ::. :'.-',....:. -: '. ':: .-.: .,':'.: .', -': .;-. Steps Up '"" I~ 25 · ~ "- t Trail ~" " - .. . - .... = :" .....L'-:'.-: ........." ,, T~,All.-- " ~ '~ 'r' ' )' " Figure 46 - Freeway Underpass ....... .. "' Sight Triangles. It is important to eliminate ' - blind spots at intersections where multi-use SpecilPavin. g _ paths intersect with streets. Clear zone sight line triangles must be defined to eliminate blind spots. Landscape improvements ,. designed within this zone must be below 2.5 feet and above 9 feet in height to provide SECTION unobstructed cross-visibility. Additional _ intersection visibility requirements are given in the Coppell Subdivision Ordinance starting on page 78. Figure 47 - Trail Maps Illel 48 ,-. City of Coppell .al. I Troweled Edge _,."-:: ;.j,'-- , ..... -~.. .... ; .... ,,,.,~,.- ~ ']'. ;-.~ ~ ~~f't. Graduated . . .....'-.~ ..'.:. ,.:...;.;t ~,'. ...... ~..J.oi..nti.ng .... ' ' .score joint ~ ' ~lP J ~ ial _ . Standard Jointing vi g - -F ~5o ~t. Isame on oth~'r side). _ Special Joinring at Key Trail Spots Figure 48 - Trail Jointing City of Coppell ~ Alternative Trails. Special historical and Kiosks. Information bulletin boards or kiosks -visual points of interest along the trail should should be located near parking areas, water have spin-off trails for pedestrians and fountains, and restrooms where people have a -- joggers. Cyclists should have parking for reason to stop. Locating them at the begin- bicycles. Spin-off trails should include ning or end of the trail and adjacent to the appropriate signage to discourage bicycle use parking areas are effective because people are · ' on them. (See Figure 50 - Spin-Off Trails.) stretching or unloading bicycles. These locations are also good for placing the Trail Guidelines (which should be brief and clearly " posted). Informed trail users are more likely o to be courteous and behave safely on multi-use ~ trails. (See Figure 51 - Kiosks.) .,- ; Figure 51 - Kiosks Water Crossings. Single span bridges are a better solution than low water crossings. High maintenance costs and trail closures are associated with low water crossings. The trail will have to be closed during periods of high water and remain closed until the mud and branches are cleared away· The time needed for post-rain cleanup will reduce the trail's availability. There is also a safety problem when frequently wet spots, like low water Figure 50 - Spin-Off Trails crossings, develop a slippery, algae growth. City of Coppell On-Street Connectors the travel lane should have wide outside lanes as specified in Appendix A. On-street connectors are trail connections utilizing low-traffic residential streets. On- Where a bicycle-friendly wide outside lane street connectors can be used where drainage approaches and intersecting street, the wide corridors and other trail corridors cannot lane is always carried through the intersection naturally connect. Proper signage and trail as a part of the right-most straight-through markings are very important because these lane. connectors are not dedicated to trail use. They are shared with automobile traffic. A Right- and left-turn pockets are only widened trail identification sign should be placed every to include a wide lane where a large volume time the "on-street" trail turns or changes of bicycle traffic is expected (e.g., a turn lane direction to show trail users where to go. leading to a school or park). Where a double lane turn pocket is provided, the right-most Bicycle Route System one is the lane to widen. Providing a complete off-road trail transporta- Signage. Route identification signs are the lion system would be expensive to build and main signage type for on-street bike routes. maintain. Such a system would require the The following criteria should be used to complete duplication of the road network - a develop these signs: cost prohibitive proposition. · The bike route number and current direc- Since cyclists have the same trip origin and tion of travel is shown on a bike route sign destination needs as motorists, a major focus with a single letter suffLx. For example, of the city's bicycle facility efforts is directed "10N" would be used for bike route "10" toward the existing and future road network. when heading north. The bike route letters and numbers should be 5 inches tall so they Wide outside lanes of 14 feet are the preferred can be read by cyclists traveling at 15 to 20 bicycle accommodation on urban and/or mph. (See Figure 52 - Route Signage.) curbed roads. To lower the costs of wide · The sign is 18 inches wide and 24 inches outside lanes, this master plan recommends tall. The background is a single color such restriping the multi-lane roads such that the as royal blue. The white areas are reflex:- inside lanes are 11 feet wide instead of the torized. current 12 feet (this technique is suggested in the 1991 AASHTO Guidelines for the Development of Bicycle Facilities). · To help minimize the chance of vandalism or damage to the sign, it is always oriented All four- and six-lane urban roads, curbed vertically. roads and roads with parking to the right of ,. Ci.ty of Coppell "' The signs are always placed on the fight side of the road. If a sign is placed on the left side of the road due to sight line " considerations, a duplicate sign is still placed on the fight side because that is where vehicle operators expect them to be. · Bike route signs are placed wherever bike routes cross each other and/or major thoroughfares. Signs are also located at the beginning and end of each route. At bike ._ route ends the words "BEGIN" and "END" are used, as appropriate, instead of direc- tional arrows. · To confirm that the bicyclist is still on the bike route, signs are provided every 0.5 to X INGi · - 1 mile. Figure 52 - Route Signage · Missing signs along the bike route should '- be replaced as soon as possible because Assurance Stickers. "Assurance" stickers missing signs make the routes unusable. should be placed on stop and speed limit sign Once a bicyclist is off the route, there is no poles that are along bike routes where the " way to get back on the route. route goes straight and a bike route sign is not already planned. The top of the stickers are · Advance warning of a left turn option is placed approximately 6 inches below the " given before the turn on four- and six-lane bottom edge of the stop or speed limit sign. roads because cyclists need time to safely "Assurance" stickers are 3 by 4 inches and are _ change lanes when they intend to turn left. re~ectorized. The stickers give assurance to the bike route users that they are still on the · Large arrows (5 inches wide and as tall as right route without adding to sign clutter. As ,_ needed) are used to show the direction of an added benefit, they cost almost nothing. the bike route the cyclist is currently using. Since bike route signs are used at every bike Slightly smaller arrows can be used to route turn, assurance stickers are only used _ show the directions of travel for a bicycle where the route goes straight. (See Figure 53 route crossing the current bike route. - Bicycle Route Assurance Sticker.) City of Coppell ' _~, 9" 4' Railroad Crossings A smooth surface is also important at railroad ' crossings. The use of rubber mat crossing materials in new installations and provision of _ road flare-outs at dangerous angled railroad crossings are also important. Extra wide spots in the road at railroad crossings can ,1 speeds are low and perpendicular crossings ' 4' allow a cyclist to swing to the fight or left as needed to cross the tracks at nearly a fight angle. (See Figure 54 - Acute Angle _ Bikeway/Railroad Crossing and Figure 55 - Obtuse Angle Bikeway/Railroad Crossing.) Flangeway fillers should be used where train -~r cannot be achieved through other techniques. -- The gap between the road edge and track bed edge should be repaired or filled as needed to Figure 53 - Bicycle Route Assurance Sticker compensate for uneven settling rates. Drainage and Manhole Requirements. Where drainage conditions occur, recessed -- curb inlets are preferred over drain grates. If grates must be used, they must be bicycle- and wheelchair-safe with openings no wider than -- 1 by 2 inches. !.qZ~] . ~ ~ Large radii Grates and manhole covers should be flush I preferred ' with the surface (and be maintained in a flush state when the roadway is resuffaced). i~ Direction of bike travel " After completion of any road work (e.g., Widen to permit utility cuts or street repairs), the roadway right angle _ surface should be returned to a smooth, flush I crossing. condition. i! . railroad tracks , Figure 54 - Acute Angle Bikeway/Railroad " Crossing City of Coppell railroad tracks .. . m · '. - . ' Large radii . preferred : Direction of ~,~r3 bike travel "" Widen to permit . right angle "- ' -.. .. ' ' crossing. . ' .. femm . ! ' Figure 55 - Obtuse Az~le Bikeway/i~ijroad Figure 56 - Detector f-oops Crossing -- Bicycle Parldng Detector Loops. Existing traJ'~c detector loops should have their sensitivity adjusted to Lack of convenient and secuntble bicycle m a level high enough to detect bicycle traffic. parking at schools, employment, shopping, Detector loop replacement should be sched- cultural facilities, etc., has been shown to be uled where unacceptable cross-lane detection one of the greatest impediments to increased · ' results from increasing the sensitivity. bicycle use. Bicycles that are unsecured or improperly secured are an invitation to thieves Bicycle logos should mark the loop detector's who know how easily bikes can be converted "' "sweet spot" if the entire lane isn't sensitive into cash. It has been estimated that millions enough to detect a bicycle. of bicycles are stolen each year - this makes bikes the most frequently stolen item in the ' Pedestrian-style push buttons are not adequate United States. To encourage more people to for on-road bicyclists use as they require the use their bicycles as an alternative to automo- _ bicyclists to leave and then re-enter the travel biles, provisions must be made for secure lanes. Quadruple, diamond and power head bicycle parking. designs are the best to reliably detect bicycles. _ (See Figure 56 - Detector Loops.) The ordinance detailing off-street parking requirements needs to be changed to include ' bicycle parking requirements for both long- ' and short-term users. Long-term bike parking is typically used by employees and transit commuters, while short-term bike parking is ' mostly for customers and clients. City of Coppell " be developed that explains the ordinance * Placement and design of bike parking requirements and provides detailed guidelines signage. (See Figure 58 - Bicycle Parking for the development for bike parking facilities. Signage.) " The Bicycle Parking Manual will work hand- in-hand with zoning ordinances and off-street · Standards for bike parking construction and parking requirements and should detail the access. " following: .-- · Long-term and short-term bicycle parking devices, e.g., rocks, lockers, hitching posts, etc. (See Figure 57 - Bicycle _ Parking Devices.) '~- :; ~ ' ~ Figure 58 - Bicycle Parking Signage ' V Sidewalks ...... ~x. ~ Sidewalks should be a minimum of 5 feet in lt ~--~lt JIl ~L~"':': ~ :, 1 'width and constructed of reinforced concrete -- in accordance with the standards set forth in ~ ~ the city's subdivision ordinance. Figure 57 - Bicycle Parking Devices DIVISION 6 NPDES GENERAL PERMIT ,- REGULATIONS AND FORMS ""~G DEPARTMENT OF THE ARMY FORT WORTH DISTRICT. CORPS OF ENGINEERS { ~ P.O. BOX 17300 FORT WORTH, TEXAS 76102-0300 REDLY TO -- ATTeNTiON OF February 27. 1998 Environmental Division ' Reg latory Branch RECEIVe.r! SUBJECT: Project Number 199600765 WI~R l A6$OC' ' ARL ,- Mr Ulys Lane III, P.E. Wier & Associates, Inc. 4300 Beltway Place, Suite 130 Arlington. Texas 76018-1097 Dear Mr. Lane: Thank you for your initial letter of October 22, 1996, and subsequent information of _ January 23, 1998, concerning the proposed improvements to Denton-Tap Road including the replacement of the existing bridge crossing of Denton Creek in the City of Coppell, Dallas and Denton Counties, Texas. This project has been assigned Project Number 199600765. Please _ include this number in all future correspondence concerning this project. Failure to reference the project number max, result in a delay. -- We have reviewed this project in accordance with Section 404 of the Clean Water Act and Section 10 of the Rivers and Harbors Act of 1899. Under Section 404, the U. S. Army Corps of Engineers (USAGE) regulates the discharge of dredged and fill material into waters "' of the United States, including wetlands. Our responsibility under Section 10 is to regulate any work in. or affecting, navigable waters of the United States. Based on your description of the proposed work, and other information available to us, we have determined that this project will not involve activities subject to the requirements of Section 10. However, this project will involve activities subject to the requirements of Section 404. Therefore, it will require _ Department of the Army authorization. It appears that this project is authorized by nationwide permit 14 for Road Crossings. To _ use this permit, the person responsible for the project must ensure that the work is in compliance with the specifications and conditions listed on the enclosures. Failure to comply with these specifications and conditions invalidates the authorization and may result in a -- violation of the Clean Water Act. Our verification/br the construction of an activity under this nationwide permit is valid -- for two years from the date of this letter, unless prior to that date the nationwide permit is suspended or revoked, or modified such that the activity would no longer comply with the -- terms and conditions of the nationwide permit on a regional or national basis. Continued confirmation that an activity complies with the specifications and conditions, and any changes to the nationwide permit, is the responsibility of the permittee. Our review of this project also addressed its effects on endangered species. Based on the information provided, we have determined that this project will not affect any species listed as threatened or endangered by the U.S. Fish and Wildlife Service within our permit area. However, please note that you are responsible for meeting the requirements of general condition 11 on endangered species. The permittee must sign and submit to us the enclosed certification that the work, ., including any required mitigation, was completed in compliance with the nationwide permit. You should submit your certification within 30 days of the completion of work. ,- This permit should not be considered as an approval of the design features of any activity authorized or an implication that such construction is considered adequate for the purpose intended. It does not authorize any damage to private property, invasion of private rights. or · ' any infringement of federal, state, or local laws or regulations. Thank you for your interest in our nation's water resources. If you have any questions concerning our regulatory program, please contact Mr. David Madden at the address above or telephone (817)978-4622. If you would like more information about our nationwide permit ,- program, please contact us and we will furnish you with a copy of the nationwide permit regulations. ,, Sincerely, Wayne A. Lea Chief, Regulatory Branch Enclosures Copy Furnished: Mr. Rollin MacRae Texas Parks and Wildlife Department 4200 Smith School Road NATIONWIDE PERMIT 14 Road Crossings p,,, Effective Date: February 1 I, 1997 Fills tier roads crossing waters of the United States (including wellands and other special aquatic sites) provided the activity meets ,,- all of the following criteria: a. The width of the fill is limited to the minimum necessary for the actual crossing; b. The fill placed in waters of the United States is limited to a filled area of no more than I/3 acre. Furthermore. no more than a total of 200 linear feet of the fill lbr the roadway can occur in special aquatic sites, including wetlands; c. The crossing is culverted, bridged or otherwise designed to prevent the restriction or2 and to withstand. expected high flows and tidal flows, and to prevent the restriction of low flows and the movement of aquatic organisms: d. The crossing, including all attendant features, both temporal. and permanent. is part of a single and complete project tbr crossing of a water of the United States; and, e. For fills in special aquatic sites, including wetlands. the permittee notifies the District Engineer in accordance with the "Notification" general condition. The notification must also include a delineation of affected special aquatic sites, including wetlands. This NWP may not be combined with NWP 18 or NWP 26 for the purpose of increasing the footprint of the road crossing. Some road fills may be eligible for an exemption from the need tbr a Section 404 permit altogether (see 33 CFR 323.4). Also, where local ,,, circumstances indicate the need. District Engineers will define the term "expected high flows" for the purpose of establishing applicability of this NWP. (Sections I0 and 404) NATIONWIDE PERIMIT CONDITIONS GENERAL CONDITIONS: The following general conditions must be followed in order for any authorization by a NWP to be valid: 1. Navi=ation: No activity may cause more than a minimal adverse effect on navigation. 2. Proper Maintenance: Any structure or fill authorized shall be properly maintained, including maintenance to ensure public "" safety. 3. Erosion and Siltation Controls: Appropriate erosion and siltation controls must be used and maintained in effective operating condition during construction. and all exposed soil and other fills. as well as any work below the ordinary. high water mark or high tide line. must be permanently stabilized at the earliest practicable date. 4. Aquatic Life Movements: No activity may substantially disrupt the movement of those species &aquatic life indigenous to ,.. the waterbody, including those species which normally migrate through the area, unless the activi~' s primary purpose is to impound water. 5. Equipment: Heavy equipment working in wetlands must be placed on mats, or other measures must be taken to minimize ,.. soil disturbance. 6. ReE;ional and Case-by-Case Conditions: The activity must comply with an>, regional conditions which may have been added by the Division Engineer (see 33 CFR 330.4(e)) and with any case specific conditions added by the Corps or by the state or tribe in -- its section 401 water quality certification. 7. Wild and Scenic Rivers: No activity may occur in a component of the National Wild and Scenic River System; or in a river officially designated by Congress as a "study river" for possible inclusion in the system. while the river is in an official study status: unless the appropriate Federal agency. with direct management responsibility for such river. has determined in writing that the proposed activity will not adversely effect the Wild and Scenic River designation. or study status. lnti3rmation on Wild and Scenic Rivers may be obtained from the appropriate Federal land management agency in the area (e.g., National Park Service. U.S. Forest Service. Bureau of Land Management. U.S. Fish and Wildlife Service.) 8. Tribal Rio. e, hts: No activity or its operation may impair reserved tribal rights. including, but not limited to, reserved water rights and treat)' fishing and hunting rights. ,,-. 9. Water Quality Certification: In certain states. an individual Section 4(11 water quality certification must be obtained or waived (see 33 CFR 330.4(c)). 10. Coastal Zone Management: In certain states, an individual state coastal zone management consistency concurrence must be " obtained or waived (see Section 330.4(d)). 1 I. Endangered Species: "' A. No activity is authorized under any NWP which is likely to jeopardize the continued existence of a threatened or endangered species or a species proposed for such designation. as identified under the Federal Endangered Species Act, or which is likely to destroy or adversely modify the critical habitat of such species. Non-ti:deral permittees shall noti~' the District Engineer if anv listed species or critical habitat might be affected or is in the vicinity' of the project. and shall not begin work on the activity until notified by the District Engineer that the requirements of the Endangered Species Act have been satisfied and that the activity is authorized. B. Authorization of an activ it}.' by a nationwide pertnit does not authorize the take of a threatened or endangered species as '- defined under the Federal Endangered Species Act. In the absence of separate authorization (e.g., an ESA Section 10 Permit, a Biological Opinion with incidental take provisions, etc.) from the U.S. Fish and Wildlife Service or the National Marine Fishcries Service, both lethal and non-lethal takes of protected species are in violation of the Endangered Species Act. Information on the ,,- location of threatened and endangered species and their critical habitat can be obtained directly from the offices of the U.S. Fish and Wildlit~: Service and National Marine Fishcries Service or their world wide web pages at http://www.fxvs.gov/~r9endspp/endspp.html and http://kingfish.spp.mnfs.gov/tmcintyr/prot_res.html#ES and Recovery,, respectively. 12. Historic Properties: No activit2:' which may affect historic properties listed. or eligible for listing, in the National Register of Historic Places is authorized, until the DE has complied with the provisions of 33 CFR Part 325. Appendix C. The prospective permittee must notit},' the District Engineer if the authorized activity may affect an>' historic properties listed. determined to be "' eligible. or which the prospective permittee has reason to believe may be eligible for listing on the National Register of Historic Places. and shall not begin the activit2:' until notified by the District Engineer that the requirements of the National Historic Preservation Act have been satisfied and that the activity is authorized. Inlbrmation on the location and existence of historic resources can be obtained from the State Historic Preservation Office and the National Register of Historic Places (see 33 CFR " 330.4(g)). 13. Notification: A. Timing: Where required b) the terms of the NWP. the prospective permittee must noti~' the District Engineer with a Pre-Construction Notification {PCN) as earl>' as possible and shall not begin the activit2,.': I. Until notified by the District Engineer that the activity may proceed under the NWP with an)' special conditions imposed by the District or Division Engineer; or 2. If notified by the District or Division Engineer that an individual permit is required: or 3. Unless 30 days (or 45 days for NWP 26 only) have passed from the District Engineer's receipt of the notification and the prospective permittee has not received notice from the District or Division Engineer. Subsequently. the permittee's right to proceed under the NWP may be modified. suspended. or revoked only in accordance with the procedure set t~rth in 33 CFR -- 330.5(d)(2). B. Contents of Notification: The notification must be in writing and include the following information: " 1. Name address and telephone numbers of the prospective permittee: 2. Location of the proposed project; " 3. Brief description of the proposed project; the project's purpose: direct and indirect adverse environmental ef/i:cts the project ~ould cause: any other N~,VP(s). regional general permit(s) or individual permit{s} used or intended to be used to authorize an)' part of the proposed project or an)' related activity: and 4. For NWPs 14, 18, 2 I, 26. 29.34, and 38. the PCN must also include a delineation of affected special aquatic sites. including wetlands (see paragraph 13(t)): 5. For NWP 21 - Surti~ce Coal Mining Activities. the PCN must include an OSIVl or state approved mitigation plan. 6. For NWP 29-Single-Family Housing, the PCN must also include: i. Any past use of this NWP by the individual permittee and/or the permittee's spouse: ii. A statement that the single-tb. mily housing activity is for a personal residence of the permittee: iii. A description of the entire parcel, including its size. and a delineation of wetlands. For the purpose of this NWP. parcels of land measuring 0,5 acre or less will not require a formal on-site delineation. However, the applicant shall provide an indication of where the wetlands are and the amount of wetlands that exists on the property. For parcels greater than 0.5 acre in ,--. size. a/brmal wetland delineation must be prepared in accordance with the current method required by the Corps. (See paragraph 13(1')): iv. A written description of all land (including. if available. legal descriptions) owned by the prospective permittee and/or the prospective permittee s spouse. within a one mile radius of the parcel. in an>' form of ownership (including any land owned as a partner. corporation. joint tenant, co-tenant. or as a tenant-by-the- entirety) and any land on which a purchase and sale agreement or other contract for sale or purchase has been executed: 7. For NWP 31 - Maintenance of Existing Flood Control Projects. the prospective permittee must either notif.v the District Engineer with a Pre-Construction Notification (PCN) prior to each maintenance activity or submit a five >'ear (or less) maintenance plan. In addition. the PCN must include all of the tbllowing: "" i. Sufficient baseline information so as to identif>' the approved channel depths and configurations and existing facilities..'viinor deviations are authorized, provided that the approved flood control protection or drainage is not increased: ii. A delineation of any affected special aquatic sites. including wetlands: and. iii. Location of the dredged material disposal site. ._. 8. For NWP 33 - Temporary. Construction. Access. and Dewatering, the PCN must also include a restoration plan of reasonable measures to avoid and minimize adverse effects to aquatic resources. C. Form of Notification: The standard individual permit application Ii~rm (Form ENG 4345) may be used as the .--. notification but must clearly indicate that it is a PCN and must include all of the information required in (b) (1)-(7) of General Condition 13. A letter may also be used. D. District En~ineer's DeciSion: In reviewing the pre-construction notification for the proposed activity. the District ""' Engineer will determine whether the activity authorized b> the NWP will result in more than minimal individual or cumulative adverse environmental effects or may be contrary. to the public interest. The prospective permittee may, optionall>'. submit a proposed mitigation plan with the pre-construction notification to expedite the process and the District Engineer ~vill consider any optional mitigation the applicant has included in the proposal in determining whether the net adverse environmental effects of the "" proposed work are minimal. If the District Engineer determines that the activity complies with the terms and conditions of the NWP and that the adverse effects are minimal. the District Engineer will notify the permittee and include an>' conditions the DE deems necessary. Any mitigation proposal must be approved by the District Engineer prior to commencing work. If the prospective permittee elects to submit a mitigation plan. the District Engineer will expeditiously review the proposed mitigation plan. but will not commence a second 30-day (or 45-day for NWP 26) notification procedure. If the net adverse effects of the project (with the mitigation ,..., proposal) are determined by the District Engineer to be minimal. the District Engineer will provide a timely written response to the applicant stating that the project can proceed under the terms and conditions of the nationwide permit. If the District Engineer determines that the adverse effects of the proposed work are more than minimal, then he will notify' the ,.., applicant either: (I) that the project does not qualif.v for authorization under the NWP and instruct the applicant on the procedures to seek authorization under an individual permit: (2) that the project is authorized under the NWP subject to the applicant's submitting a mitigation proposal that would reduce the adverse effects to the minimal level; or (3) that the project is authorized under the NWP with specific modifications or conditions. E. Agency Coordination: The District Engineer will consider any comments from Federal and State agencies concerning the proposed activity's compliance with the terms and conditions of the NWPs and the need for mitigation to reduce the project's adx crse environmental effects to a minimal level. I. For NWP 14. 21.26 (between I and 3 acres of impact). 29. 33.37. and 38. The District Engineer will. upon receipt of a notification. provide immediately, e.g., facsimile transmission. overnight mail or other expeditious manner. a copy to the appropriate offices of the Fish and Wildlili: Service. State natural resource or water quality agency, EPA. State Historic Preservation Officer (SHPO), and. if appropriate, the National Marine Fishcries Service. With the exception of NWP 37, these agencies will then have 5 calendar days from the date the material is transmitted to telephone or fax the District Engineer notice that the}' intend to provide substantive. site-specific comments. If so contacted by an agency. the District Engineer will wait an additional I0 calendar days (16 calendar days for NWP 26 PCNs) betbre making a decision on the notification. The District Engineer will full}, consider agency comments received within the specified time frame. but will provide no response to the resource agency. The District Engineer will indicate in the administrative record associated with each notification that the resource agencies' concerns were considered. Applicants are encouraged to provide the Corps multiple copies of notifications to expedite agency notification. 2. Optional Agency Coordination. ForNWPs 5.7. 12. 13.17, 18.27. 31. and 34. where a Regional Administrator of EPA. a Regional Director of USFWS. or a Regional Director of NMFS has formally requested general notification from the District Engineer for the activities covered by any of these NV(Ps. the Corps will provide the requesting agency with notification on the particular N~tPs. However. where the agencies have a record of not generally submitting substantive comments on activities covered by an}' of these NWPs. the Corps district may discontinue providing notification to those regional agency offices. The District En,,ineer will coordinate with the resources agencies to ideatit\' which activities involving, a PCN that the a~encies will provide substantive comments to the Corps. The District Engineer may also request comments from the agencies on a case by case basis when the District Engineer determines that such comments would assist the Corps in reaching a decision whether effects are more than minimal either individually or cumulatively. 3. Optional Agency Coordination. 401 Denial. For NWP 26 only, where the state has denied its 401 water quali~' ce~ification t~r activities with less than 1 acre of wetland impact. the EPA regional administrator may request agency coordination of PCNs between 1,''3 and I acre. The request may only include acreage limitations within the 1/3 to 1 acre range tBr which the state has denied water qualiD' certification. In cases where the EPA has requested coordination of projects as described here. the Corps will fo~vard the PCN to EPA only. The PCN will then be forwarded to the Fish and Wildlife Service and the National Marine Fishcries Service by EPA under agreements among those agencies. Any agency receiving the PCN will be bound by the EPA timeframes for providing comments to the Corps. F. Wetlands Delineations: Wetland delineations must be prepared in accordance with the current method required by the Corps. For NWP 29 see paragraph (b)(6)(iii) for parcels less than 0.5 acres in size. The permittee may ask the Corps to delineate the special aquatic site. There may be some delay if the Corps does the delineation. Furthermore. the 30-day period (45 days for Nx3.'P 26) will not start until the wetland delineation has been completed and submitted to the Corps. where appropriate. G. Mitigation: Factors that the District Engineer will consider when determining the acceptabili~' of appropriate and practicable mitigation include. but are not limited to: I. Io be practicable, the mitigation must be available and capable of being done considering costs, existing technology. and logistics in light of the overall project purposes; 2. To the extent appropriate. permittees should consider mitigation banking and other forms of mitigation including contributions to wetland trust funds. in lieu fees to organizations such as The Nature Conservancy. state or count}, natural resource management agencies. where such fees contribute to the restoration. creation, replacement, enhancement. or preservation of xvetlands. Furthermore. examples of mitigation that may be appropriate and practicable include but are not limited to: reducing the size of the project: establishing wetland or upland buffer zones to protect aquatic resource values: and replacing the loss of aquatic resource values by creating, restoring. and enhancing similar functions and values. In addition. mitigation must address wetland impacts, such as functions and values. and cannot be simply used to offset the acreage of wetland losses that would occur in order to meet the acreage limits of some of the NWPs (e.g.. for NWP 26. 5 acres of wetlands cannot be created to change a 6-acre loss of wetlands to a I acre loss: however. 2 created acres can be used to reduce the impacts of a 3-acre loss.). 14. Compliance Certification: Ever>.' permittee who has received a Nationwide permit verification fi'om the Corps will submit a signed certification regarding the completed work and any required mitigation. The certification will be tbrwarded to the Corps with the authorization letter and will include: a.) A statement that the authorized work was done in accordance with the Corps authorization. including any general or specific conditions: b.) A statement that an}' required mitigation was completed in accordance with the permit conditions: c.) The signature of the permittee certifying the completion of the work and mitigation. 15. Multiple Use of Nationwide Permits: In any case where an>' NXVP number 12 through 40 is combined with any other NWP number 12 through 40, as part of a single and complete project. the permittee must noti~' the District Engineer in accordance with parao. raphs & b. and c on the Notification General Condition number 13. Any NWP number I through 11 may be combined with any other N~VP without notification to the Corps. unless notification is otherwise required by the terms of the NWPs. As provided at 33 CFR 330.6(c) two or more different NWPs can be combined to authorize a single and complete project. However, the same NWP c~not be used more than one: for a single and complete prqiect. SECTION 404 ONLY CONDITIONS: In addition to the General Conditions. the following conditions apply only to activities that involve the discharge of dredged or fill material into waters of the U.S.. and must be followed in order for authorization by the NWPs to be valid: I. Water Suppl~, Intakes: No discharge of dredged or fill material may occur in the proximity of a public water supply intake except where the discharge is for repair of the public water supply int~e structures or adjacent bank stabilization. 2. Shellfish Production: No discharge of dredged or fill material may occur in areas of concentrated shellfish production. unless the disch~ge is directly related to a shellfish harvesting activity authorized by NWP 4. 3. Suitable Material: No discharge of dredged or fill material may consist of unsuitable material (e.g.. trash. debris. car bodies. asphalt. etc.) ~d material discharged must be free from toxic polluters in toxic amounts (see Section 307 of the Clean Water Act). 4. Mitigation: Discharges of dredged or fill material into waters of the United States must be minimized or avoided to the m~ximum extent practicable at the project site (i.e., on-site). unless the District Engineer approves a compensation plan that the District Engineer determines is more beneficial to the environment th~ on-site minimization or avoidance measures. 5. Spawnin~ Areas: Discharges in spawning areas during spawning seasons must be avoided to the m~ximum extent practicable. 6. Obstruction of High Flows: To the m~ximum extent practicable. discharges must not pe~anently restrict or impede the p~sage of rioreal or expected high flows or cause the relocation of the water (unless the prima~ pu~ose of the fill is to impound waters). 7. Adverse Effects From lmvoundments: If the discharge creates ~ impoundment of water. adverse effects on the aquatic system caused by the accelerated p~sage of water and/or the restriction of its flow shall be minimized to the m~ximum extent practicable. 8. Waterfowl Breedin~ Areas: Discharges into breeding areas for migrato~' watertBwl must be a~oided to the maximum extent practicable. 9. Removal of Temporal, Fills: Any tempora~ fills must be removed in their entirety and the affected areas returned to their preexisting elevation. NATIONWIDE PERMITS The tbllmving is a list of the nationwide permits that became effective on February 11, 1997: 1. Aids to Navigation 2. Structures in Artificia[ Canals 3. Maintenance 4. Fish and Wildlife Harvesting. Enhancement. and Attraction Devices and Activities 5. Scientific Measurement Devices 6. Survey Activities 7. Outthll Structures 8. Oil and Gas Structures 9. Structures in Fleeting and Anchorage Areas I 0. Mooring Buoys I I. Temporary Recreational Structures 12. Utility Line Discharges 13. Bank Stabilization 14. Road Crossings 15. U.S. Coast Guard Approved Bridges 16. Return Water from Upland Contained Disposal Areas 17. Hydropower Projects 18. Minor Discharges 19. Minor Dredging 20. Oil Spill Cleanup 21. Surface Coal Mining Activities Y~ Removal of Vessels 23. Approved Categorical Exclusions 24. State Administered Section 404 Programs 25. Structural Discharges 26. Headwaters and Isolated Waters Discharges 27. Wetland and Riparian Restoration and Creation Activities 28. Modifications of Existing Marinas 29. Single-Family Housing 30. Moist Soil Management for Wildlife 31. Maintenance of Existing Flood Control Projects 32. Completed Enlbrcement Actions 33. Temporary Construction. Access and Dewatering 34. Cranberry Production Activities 35. Maintenance Dredging of Existing Basins 36. Boat Ramps 37. Emergency Watershed Protection and Rehabilitation 38. Cleanup of Hazardous and Toxic Waste 39. Reserved 40. Farm Buildings TEXAS NATURAL RESOURCE CONSERVATION COMMISSION Nationwide Permit Water Quality Certification Conditions February 11, 1997 Page 1 Standard Provisions: These following provisions attach to any permit issued by the Corps of Engineers and shall be followed by the permittee or any employee, agent, contractor or subcontractor .. of the permittee during any phase of work authorized by a Corps permit. 1. The water quality ofwetlands shall be maintained in accordance with all applicable provisions ,_ of the Texas Surface Water Quality Standards including the General, Narrative and Numerical Criteria. ,_ 2. The applicant shall not engage in any activity which will cause surface waters to be toxic to man, aquatic life or to terrestrial life. .. 3. Permittee shall employ measures to control spills of fuels, lubricants, or any other materials to prevent them from entering a watercourse. All spills shall be promptly reported to the TNRCC, Emergency Spill Response, at (512) 463-7727. Before using tire for fill material, the applicant must ,_ obtain the necessary authorization from the Water Tire Recycling Program, MC223, TNRCC, P.O. Box 13087, Austin, TX, 78711-3087. Phone number (512) 239-6001. _ 4. Sanitary wastes shall be retained for disposal in some legal manner. Marinas and similar operations which harbor boats equipped with marine sanitation devices shall provide state/federal permitted treatment facilities or pump out facilities for ultimate transfer to a permitted treatment _ facility. Additionally, marinas shall display signs in appropriate locations advising boat owners that the discharge of sewage from a marine sanitation device to waters in the state is a violation of state and federal law. 5. Materials resulting from the destruction of existing structures shall be rehaoved from the water or areas adjacent to the water and disposed of in some legal manner. 6. A discharge shall not cause substantial and persistent changes from ambient conditions of turbidity or color. The use of silt screens or other appropriate methods is encouraged to confine ,. suspended particulates. 7. The placement of any material in a watercourse or wetlands shall be avoided and placed there _ only with the approval of the Corps when no other reasonable altemative is available. If work within a wetland is unavoidable, gouging or rutting of the substrate is prohibited. Heavy equipment shall be placed on mats to protect the substrate from gouging and rutting if necessary. Prior to the _ construction of an impoundment, the applicant must obtain the necessary authorization from the Water Rights Permitting Section, MC 148, TNRCC, P.O. Box 13087, Austin, TX, 78711-3087. Phone number (512) 239-5901. 8. Dredge Material Placement: Dredged sediments shall be placed in such a manner as to prevent any sediment runoff onto any adjacent property not owned by the applicant. Liquid runoff from the _. disposal area shall be retained on-site or shall be filtered and returned to the watercourse from which . TEXAS NATURAL RESOURCE CONSERVATION COMMISSION Nationwide Permit Water Quality Certification Conditions February 11, 1997 Page 2 the dredged materials were removed. Except for material placement authorized by this permit, sediments from the project shall be placed in such a manner as to prevent any sediment runoff into waters in the state, including wetlands. 9. If contaminated spoil that was not anticipated or provided for in the permit application is encountered during dredging, dredging operations shall be immediately terminated and the TNRCC, Emergency Spill Response, shall be contacted at (512) 463-7727. Dredging activities shall not be resumed until authorized by the Commission. 10. Contaminated water, soil or any other material shall not be allowed to enter a watercourse. Noncontaminated stormwater from impervious surfaces shall be controlled to prevent the washing of debris into the waterway. I 1. Stormwater runoff from construction activities (US EPA Category X) are governed by the requirements of the US Environmental Protection Agency. Applications to apply for a general permit are to be obtained from Region 6, US EPA at (214) 665-7185. 12. Upon completion of earthwork operations all temporary fills shall be removed from the watercourse/wetland and areas disturbed during construction shall be seeded, riprapped, or given some other type of protection to minimize subsequent soil erosion. Any fill material shall be clean and of such composition that it will not adversely affect the biological, chemical or physical properties of the receiving waters. 13. Disturbance to vegetation will be limited to only what is absolutely necessary. After construction, all disturbed areas will be revegetated to approximate the pre-disturbance native plant assemblage. 14. Where the control of weeds, insects and other undesirable species is deemed necessary by the permittee, control methods which are nontoxic to aquatic life or human health shall be employed when the activity is located in or in close proximity to water, including wetlands. 15. Concentrations of taste and odor producing substances shall not interfere with the production of potable water by reasonable water treatment methods, impart unpalatable flavor to food fish including shellfish, result in offensive odors arising from the water, or otherwise interfere with reasonable use of the water in the state. 16. Surface water shall be essentially free of floating debris and suspended solids that are conducive to producing adverse responses in aquatic organisms or putrescible sludge deposits or sediment layers which adversely affect benthie biota or any lawful uses. 17. Surface waters shall be essentially free of settleable solids conducive to changes in flow characteristics of stream channels or the untimely filling of reservoirs, lakes and bays. TEXAS NATURAL RESOURCE CONSERVATION'COMMISSION Nationwide Permit Water Quality Certification Conditions February 11, 1997 Page 3 " 18. The work of the applicant shall be conducted such that surface waters are maintained in an aesthetically attractive condition, foaming or frothing of a persistent nature is avoided and surface waters shall be maintained so that oil, grease, or related residue will not produce a visible film &oil or globules of grease on the surface or coat the banks or bottoms of the watercourse. 19. This certification shall not be deemed as fulfilling the applicant's/permittee's responsibility to obtain additional authorization/approval from other local, state ot,-federal regulatory agencies having special/specific authority to preserve and/or protect resources within the area where the work will OCcur. Additional Conditions of Section 401 Certification for Specific Nationwide Permits: Nationwide Permit 13 (Bank Stabilization) " Before using tires for bank stabilization, the applicant must obtain the necessary authorization from the Waste Tire Recycling Program, MC 223, TNRCC, P.O. Box 13087, Austin, TX, 78711-3087. Phone number (512) 239-6001. Nationwide Permit 16 (Return Water From Upland Disposal Areas) " Effluent from an upland contained dredged material disposal area shall not exceed a Total Suspended Solids (TSS) concentration of 300 mg/I unless an individual certification has been issued with site- specific TSS limits. There may be times during the term of this Nationwide Permit when the TNRCC identifies areas with contaminated sediment. After the TNRCC identifies these areas in writing to the Corps, persons filing a predischarge notice for work in one of these areas will be required to obtain an individual Section 401 certification or waiver from the state. Because of potential mercury contamination of the sediments in Cox Bay and Lavaca Bay, any return flow from activities occurring there will require an individual Section 401 certification or waiver. Nationwide Permit 19 (Minor Dredging) There may be times during the term of this Nationwide Permit when the TNRCC identifies areas with contaminated sediment. After TNRCC identifies these areas in writing to the Corps, persons filing a predischarge notice for work in one of these areas will be required to obtain an individual Section 401 certification or waiver from the state. Because &potential mercury contamination of the sediments in Cox Bay and LaWca Bay, any dredging activities occurring there will require an individual Section 401 certification or waiver. TEXAS NATURAL RESOURCE CONSERVATION COMMISSION Nationwide Permit Water Quality Certification Conditions ,, February 11, 1997 Page 4 Nationwide Permit 26 (Headwaters and Isolated Waters Discharges) The TNRCC reserves the right to modify certification of this permit if additional information identifies specific areas where significant impacts, including cumulative or secondary impacts, are occurring and the use of this Nationwide Permit would be inappropriate. Nationwide Permit 31 (Maintenance of Existing Flood Control Projects) This certification is limited to those projects which have received a U.S. Army Corps of Engineers authorization for construction or maintenance after 1977. Nationwide Permit 35 (Maintenance Dredging of Existing Basins) There may be times during the term of this Nationwide Permit when the TNRCC identifies areas with contaminated sediment. After TNRCC identifies these areas in writing to the Corps, persons filing a predischarge notice for work in one of these areas will be required to obtain an individual Section 401 certification or waiver from the state. Because of potential mercury contamination of the sediments in Cox Bay and Lavaca Bay, any dredging activities occurring there will require an individual Section 401 certification or waiver. PERMIT COMPLIANCE CERTIFICATION · - Permit Number: Name of Permittee: Date of Issuance: Upon completion of the activity authorized by this permit and any mitigation required by the permit, sign this certification and return it to the following address: Regulatory Branch CESWF-EV-R U.S. Army Corps of Engineers P.O. Box 17300 ,_ Fort Worth, Texas 76102-0300 Please note that your permitted activity is subject to a compliance inspection by an U.S. Army ,- Corps of Engineers representative. If you fail to comply with this permit you are subject to permit suspension, modification, or revocation. ,- I hereby certify that the work authorized by the above referenced permit was completed in accordance with the terms and conditions of the said permit, and required mitigation was completed in accordance with the permit conditions. " Signature of Permittee Date DIVISION PS PROJECT SIGN CITY OF COPPELL PROJECT SIGN " I' ,~'-a, '~" '~ :"~' ';~'F' ~ -,,~ ~,.~.~,.-~ t' / ~AtNTED AS SHOWN ON O~TA~L S~N ~ANEL AT AP~OX. ~' ~EN~S ~ ALL ~AiNT ,/ -- , 5) COPPE~ LOGO. TO BE PRODDED BY THE CiTY I I EXAMPLE: ,, _ DENTON'TAP ROAD WATER LINE'(WA 94-01' CONTRACTOR: CONTRACTOR'S NAME - (817) PHONE NUMBER COMPLETION DATE:SPRING ~996' ,.-- DIVISION SB GEOTECHNICAL REPORT AND - SOIL BORINGS Geotechn~cal Stu ,. Presented to City of Coppell ' ' May 1995 - Prepared 'by the .. · " Fort Worth, Texas Office of - ;_ moon : ' ENGINEERING AND ENVIRONMENTAL SERVICES . Offices Nationwide " 5701 East Loop 820 South Fort Worth, Texas 76119 -- 817/478-8254 Metro 572-3411 F 1~.~f~-7" EMCON 5701 Ec~st Loop 820 Sourn * Fort Worth, Texas 76119-7051 · (817) 478-8254 · Metro C817) 572-3411 · Fax (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 " Re: 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 improvements 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 contract dated April 12, 1995, and received on April 14, 1995. Since this report is being submitted during the design phase, some change~ 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 Sincerely, "' Thorn f~~' x ;~,~ ~,..,~i!~ -,- Distribution: (2) Above -,- (2)/VIa'. Ulys Lane, III, P.E. - Weir & Associates, Inc. - CONTENTS INTRODUCTION 1 1.1 Project Description 1 1.2 Purpose and Scope 1 FIELD EXPLORATION AND LABORATORY TESTING 2 2.1 Field Exploration 2 2.2 Laboratory Testing 3 SUBSURFACE CONDITIONS 4 3.1 General 4 3.2 Strati~'aphy 4 3.2.1 Soil Conditions 4 3.2.2 Primary Unweathered Woodbine Formation 4 3.2.3 Hard Rocks 5 3.3 Groundwater Observations 5 3.4 Site Geology 5 FOUNDATIONS 6 4.1 Foundation Type, Depth, and Allowable Loading 6 4.2 Drilled Sha.Q Construction 7 5 BELOW-GRADE STRUCTURES 9 5.1 Lateral Earth Pressures 9 5.2 Wall Drainage 9 5.3 Backfill Placement and Compaction 10 5.4 Retaining Wall Footings 11 6 SLOPE STABILITY ANALYSIS 13 6.1 General 13 6.2 Sections Selected for Analysis 13 6.3 Input Parameters 13 6.4 Results of Stability Analysis 13 7 CONSTRUCTION SLOPES AND TEMPORARY SHORING 15 7.1 General 15 7.2 Excavations and Slopes 15 7.3 Responsible Person 16 7.4 Permanent Slopes 16 FW/I/2958/DENTAPRD.DOC/:~ 12-95/bZ:4 ii R,v. 0, 0SIX Sn~ 62958-001-001 _ CONTENTS (CONT'D) 7.5 Groundwater/Dewatering 16 8 EARTHWORK 17 8.1 Subgrade Preparation 17 8.2 Placing of Material 18 _ 8.3 Moisture and Density Control 18 8.4 Imported Borrow Material 20 8.5 Trench/Wall Backfill 20 -- 8.6 Contamination Testing and Certification 21 9 PAVEMENT SUBGRADE 22 -- 9.1 General 22 9.2 Subgrade Treatment 22 9.3 Construction Procedures 22 -- 9.3.1 Application 22 9.3.2 Mixing 23 9.3.3 Compaction 23 10 REPORT CLOSURE 24 " 11 LIMITATIONS 26 F'W/'d2958fDl~NTAPRD. DOC/512-95tog:4 ~i Rr~. 0, 05/1 gn)5 " 62958-001-001 TABLES AND ILLUSTRATIONS ,,, Table 5-1 12 Table 6-1 14 Table 6-2 14 FW/I/2958/DENTAPRD. IX)C/512-95tog:4 iV Rev. 0, 05/I 8/95 ,-.. 6295 g-001 ,.001 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. 1.2 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. ~$$$$$ ,-- FW/I/2958/I)ENTAPP-J~).I)C)C/512-95tog:4 I Rev. 0, 0.~/18/95 62958-001-001 2 FIELD EXPLORATION AND LABORATORY TESTING _ 2.1 Field Exploration Subsurface conditions were explored by 2 borings 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 A, 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. At~er 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/V2958/DENTAPRD. DOC/512-95/bZ:4 2 Rev. 0, 05118195 62958-001-001 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 into 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 (USCS) (ASTM D 2487). Strength properties of the cohesive soil and shale were evaluated by performing unconfined 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 unconfined compression tests are provided in the right-hand portion of the respective boring logs and a summary is included in Appendix B. F'W/I/2958/DENTAPRD.DOC/512-95/bg:4 3 R~v. 0, 05/1g/9~ '-" 629.58-001-001 3 SUBSURFACE CONDITIONS 3.1 General Soil deposits 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 carbonax:eous. - 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 plasti.city index (PI) values of 16 to 38 were obtained on samples of these soils. The unconfned compresslye 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 12 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. Unconfined compressire 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 texture of the shale, slickensided fractures, and clay layers. Disturbance during sampling can also affect the sample test results. FW/I/29:5~I)ENTAPRD.DOC/512-9.srog:4 4 Roy. 0, 05/18/95 62951-001-001 -' 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 1 O0 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 clays, 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 underlain 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. FWIIl195glDENTAPRD. DOCtS I2-95toI:4 fi R~v. O, 05/18/95 "' 62958-001-001 4 FOUNDATIONS 4.1 Foundation Type, Depth, and Allowable Loading -- The beating 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 sha~s 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 I$$$$$ temporary steel casing. For pier resistance to pullout, a friction value of 1,600 pounds per square foot can be used. Kegardless 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 rsJard 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 foBowing 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 beating pressure: 20,000 pounds per square foot (psf) _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~VrL/'2958/DEIN'FAi~i~.DOC/512-95/bg:4 6 Rev. 0, 05118195 629~8-001-001 Temporary steel casing: Casing is anticipated to be required on all of the shafts. Reinforcing steel should be placed within the drilled shafts 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 shai~ 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 beating layer. -- The base and sides of the shaf~ 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 sha~ 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 p~:esent within the primary Woodbine Formation. These predominantly granular layers are suitable bearing materials for drilled shat~ 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 shat'c 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 F%Vfi. t2958/DENTAPRD. DOCt512-95/bg:4 7 Rev. 0, 05118/95 ' 62958001-0431 - 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 sof'c material within the-founding stratum. Should any shat'c excavation terminate on a sof'c seam or layer within the shale, after the required penetration has been achieved, the sha~ 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 casing will be required for construction. Water seepage into the pier shat~s may occur even if the shaf'cs 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 shaf'c diameter of at least 24 inches is -- recommended to facilitate concrete placement with a tremie. FI,V/I/29~8/DENTAPR,D.I:KlC/512-9~/bg:4 8 Rev. 0. 05/18/95 " 629:5g-001-001 - 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 wall. 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 ofbacldill 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 wail drainage mat can be substituted for the 2 foot of sand wall drain material. If the entire wall backfill consists ofgranular backfill, a separate wall drain is not necessary. The perimeter drain collection system for the vertical drain should consist of slotted or perforated pipe surrounded with a washed aggregate which is in turn surrounded by suitable nonwoven geotextile fabric similar to Treyira Sl125 or Quline QSo or an equivalent. The pipe should have sufficient strength to support the backfill weight without FW/I/295g/DENTAPRD. DOC/512-95fog:4 9 R=v. 0, 05/18d95 62958-O01-001 - 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 compactire 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 8-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. Back:fill 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 rift3' 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 mount 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 -- 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 FWa/295~DENTAPR~.IX3C/5 ! 2-95/bg:4 ] 0 Rev. 0, 05/18/95 62958-001-001 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 flatwork should extend at least 2 feet beyond the backfill zone. All joints should be filled with a flexible joint sealer. If the flatwork extends _ only imo 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 adjacent 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. ,,., FW/'a/29Sg/DENTAPP, D.1:X)C/SI2-gSrog:4 11 Rcv. 0, 05/18/95 62958-001-001 I ! ' I I; ! ! ! I ! ! I " I I : ! f ...... I r" "i F""'l ~ F"I TABLE 5-1 LATERAL EARTH PRESSURES Flexible Walls .... l~gid Walls Equivalent Fluid Equivalent Fluid Backfill Assumed Assume Total Activ~ E~rtln Above Below At Rest' Above Below Angle of Unit Weight, Pressure Design Design Earth Design Design Shearing pcf Coefficient, Water Water Pressure Water Water Resistance, k. Level Level Coefficient, Level Level degrees Ko Granular ASTM C 33 Fine Aggregate or Select fill 26 125 0.33 41 83 0.56 70 101 Onsite Sandy Clays, liquid limit less than 40 and PI less than 25 20 125 0.41 51 88 0.66 80 103 Notes: 1. Water levels are given on boring logs. 2. Lateral earth pressure recommendations assume a horizontal backfill surface at the top of the wall. FW/!/2958/I)ENTAPRD.DOC/512-95/bg:4 12 Rev. O, 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 Karafiath's method of slices, was utilized for the stability analyses of the 2(I-I): 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(H):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 borings 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 jud~'nent. 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- 1 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 EnSjneers "Design and Construction of Levees" manual CEM 1110-2-1913). The figures illustrating the sections analyzed and the computer stability analysis output is attached in Appendix C. FW/I/29/IrDENTAPRD.DOC/SI2-9//bg:4 13 R~v. 0, 05/18/<)5 6295g-001-001 Table 6-1 Summary of Material Weight and Strength Properties Moist Unit Cohesion Internal Material Type Weight (psf) Friction ,-- (degrees) (lb/ft~) _ Sand7 Chlt Subfade 125 20O 16 -' Table 6-2 Summary of Slope Stability Analysis Condition Ana/yzed Minimum Factor of Recommended Acceptable Factor of Safety Generated Minimum Factor of Safety S~ety Slope Adjacent to 2.3 1.5 Yes Bike/Walking Path Slope Adjacent to 2.3 1.5 Yes Arterial Roadway p, FW/I/295iIDENTAPRD.IX)CIS 12-95/bg:4 ] 4 R~v. 0, 0511gl95 62951-001-001 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 Contractor's 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 trench excavations) should in no case exceed those specified in local, state, or federal safety regulations, e.g., 0SHA 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. ' FW/V29S~DENTAPRD.DOC/5 12-95/bg:4 15 Roy. 0, 05/18/95 ,m 6295g-~ 1-001 - 7.3 Responsible Person The Contractor's "responsible person, as defined in 29 CFR Pan 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 GroundwaterlDewatering -- 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 contractor's experience with dewatefing 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 dewatering process. Although a geotechnical study has been made, some unanticipated subsurface conditions could exist. F~//Z/2958/DENTAPRD. DOC/512-95/og:4 16 Rev. 0, 05/1 " 629~8-001-001 EARTHWORK 8.1 Subgrade Preparation " Stripping should consist of the removal of all topsoil, roots, vegetation, and rubbish not removed by the clearing 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 slopes which will receive fill should be loosened by scarflying or plowing to a depth of not less than 5 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 bf 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/29.$g/DE'NTAPRD.IX)Cd$12-9$rog:4 ] 7 Rev. 0. 0.~/lg/9$ 629.~8-001-001 _ 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 lffis. 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, the surface should be toughened and loosened by discing before the succeeding layer is placed. Where f-~l is to be placed next to existing fill, that fill should be removed to unweathered, dense material. Each layer should be benched and discod 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 graded 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 disclug throughout its thickness to break up and .provide additional blending of ' materials. Disclug 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 disclug 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'N/F29511/DENTAPRD.DOC/~ 12-9~/bg:4 18 Rev. 0, 05/1 629.~i-001-001 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 compacting 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 content 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 5.3' 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 geoteehnical 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. BWI/295gtDENTAPRD.DOC,/.512-95tog:4 19 Rev. 0, 05/18/95 629~g-001-001 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 flee 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 liRs, 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: Compaction Moisture Content Trench Types (% of Standard ProctOr) (% Points from Optimum) Wall 92 - 98 -2 to +5 ,_ FW/I/29~t~DENTAPRD.DOC/~ 12-95tog:4 20 Rgv. o, 05/18/95 6295g-001-00 1 Utility (Under Pavements and Embankments) · - Plasticity Index 0 - 20 95 -2 to +5 Plasticity Index >20 95 0 to 4 _ 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 contaminant 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 CEPA Method 150.1 ), Chlorides CEPA Method 330.4), Volatile Organics (EPA Method 8240), and Total Petroleum Hydrocarbons (EPA 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 EPA 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 fill on this project. ,,, FV//I/2918/DENTAPRD.DOC/~12-gl/bg:4 2 1 Rcv. 0, 0~/18/95 629~8-001-001 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 sof~ 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 FW/I/2958/DENTAPRD.DOC~.~ 12-95/bg:4 ~22 Rev. 0, 0~/18/95 "' 6295g-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 to 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. !}.:1.2 Mixin9 " 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 - 100% Minimum passing No. 4 sieve - 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.:1.:1 Compaction Compaction of the mixture shall begin immediately after mixing. The material should be aerated or sprinkled 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 ,- recompacting 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 hairline 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. F%V~,/2958,/DF.,NTA.PR,D./:X)C/512-9~/bg:4 23 Rev. 0, 05/18,/95 P'- 629,18-001-001 10 REPORT CLOSURE 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 interpretive 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. s$$m 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 _. F'~r//~2958/DENTAPRD.DOCd$12-95/bg:4 24 Rev, 0.05/I 8/95 62958-001-001 -- 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. 62958-001-001 ' 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 party'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 features 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/295~I)ENTAPRD. DOC/112-91/bg:4 26 Rcv. O. 05/I 885 62911-001-001 · ' . .:~ "~o %."' .. '~., - ' = ="i': '!~' ~° ' '] °' ' " i i _ ,,,,L,, ...... I.. . t -:~ . - o . "r="Tz"'~=:~="'='~':TT33,,."===-~'='' ~ ,. --,.,-',,, :i-""_ _ ' "" "'f:' · :.. .. x.:, ; "" T ~ ""'" xo... %. ~ :"*.. __ ,,. ........ . ,,,, .-' ..~, %'.,. '~. ' % '" ""' '~ ~"""~ "~' :._~_~'- ,/"--:-__~ .. ,, .. " ' ""- NOTE: BORING LOCATIONS ARE APPROXIMATE. - ... ~~:, - .,,,,..__._.__. ._-__ o '° 1,4 LEGEND ~~"'~______.~ ........ __~, f It ' -~ BORING LOCATION , ._:~, ae ']l PLAN OF BORINGS EIIICOfi CITY OF COPPELL .~o. c.~ ~'o GENERAL NOTES L_ IK:}IL OR ROC~ ~ Cshown in symbols column) Clay L.~a.u Sandy Silly Clayey Sand Grayally Clayey Gravel Clay Clay Sand Sand Sand Gravel Sandy Conglom- W'ea~;her~d Shale Sandstone Limes~ne Solid Waste Igneous Volcanic Gravel erar~ Shale or Debris * · may be us~[ is e~ev~hlnm, ismm DEXTa, ZNG AND ,.~%,..MFLING KTM~tOI.~: U: TItin-walled Tube - 3' O,D., unless otherwise noted A : Auger Sa,'nple '== S : Split Barrel Sampler · 2' O.D., unless otherwise noced W : Wuh Sample Example: 25 ,= 25 blows/12' after 6" seating in~rval; 50fi - 50 blowaft" P : Packer Tesz a,e, er 6' seating interval; REF = 50 blows <6" D : Denison Sample C: Double Tube Core Barrel "' T: THD Cone Penen'~met~r Example: T60 = 60 blows/12°; T4.5' = 100 blows/4.5" " RELATIVE DEN~Lk-x OF COA~F_-GRA.!IVED SOILS: CONSISTENCY OF FINF, GRAINED SOIL,S: Penearn=ion Resis',anc~ R~la~ive Unc~nfined Cornprgssive BlowfJfoo~ Densit'? Strens~h, Qu, trF Consircencv 0 - 4 Very loose Lees than 0=5 Very soft s=- 4 - 10 Loose 0.25 to 0.50 Sof~ 10 - 30 Medium dense 0.50 to 1.00 Firm 30 - 50 Dense 1.00 to 2.00 Sti/T over 50 Very dense 2.00 to 4.00 Vet7 flit[ ,-- 4.00 and higher Hard 5Uckensided : Having inclined planes ot' wealthese that an suck and glossy in ap~arsnco. Fissured : Containing shrinkage cracks, frequently f'filed with fine sand or silt; usually mor~ or less vertical. Laminated : Composed of thin layers of vazying color and r~rcure. · -.- Interbedded : Composed of alternar~ layers of ditTerent soil ~pes. Calcareous : Containing appreciable quantities of calcium carbonato. Well Faded : HayinS wide range in grain sizes and substantial amounts of all intermedialz particle sizes. Poorly Feeled : Predominantly of one 8rtin size, or having & range of sizes with some inr, ermedjate size missing. DF, C,I~Iz OF WEA TsnrylzTNG~. ,_ Unw~ather~l : Rock in ira natural suta before hing exposed to acznospheric qento. · lig~tly weathered : Noted pr~lominantly by color ehtnge with no disintegrar~l zones. Wealberyl : Complet~ color change with zones of sliShtly decomposed r~ck. 8ev~rely w~athend : Complete color change with consistency, tex~un, and general appearanee approaching soil. ~ACr~ CONDZI'IOHS: ~oil and rock descrilnions on the berin~ lop are a compilation of field data as well sa from laboratory ~eginS of samples on ~hose mssm grate for which laboratory clmifica~ion ten results ar~ presonk,,d on the boring logs. Theas classificar. ions m based only on the actual amplea tested, and the claasification is then assigned to the remainder of ~he stature interval based on visual clmification. I~ laboratory clasalilcation test results are not presented on the boring los for a particular styagora, then that gratum wu clusi/ied by visual-manual procedures only. The m"atitication lines represent ~he aFpr~ximace boundnay between materials and the ~analtion can be ~rad~al. Clusification of soils based upon visual-manual pr~-edures wu porformed in general acmrdanee with ASTM Standard D 2488. ClasaLfication of soils based upon laboratory ter~ results wu l~r~ormed in general accordsnee with ~ Standard D 2487. muss Walzr-level observations hays been me. de in the borinp at the times indicated. It mug bo not~ that fluctuations in ~he ground- water level may occur due to variations in rainfall, hydraulic conductivity otr soil m-at~ eengnction activity, and other factors. ., FIGURE A.2 _ LOG OF BORING NO. B- 1 Project Description: DENTON TAP ROAD - De3ton Creek r~ Highland Drive _ CoppHi, Tex~s '- Loc~tion: ~ : MATERIAL DESCEIFTION L/-I ~ SANDY CLAY, ~ hrow~ to hrowu, stiff ~.0 _ - w/c$1cszee~$ nodul~$ _ L~-2 ~ 3.0 1 ~ .1 IJ-3 3.S 19.S 111.1 ~12 IS 27 79 4.1 - 10 - 12.S _ J~ ~ SANDY CLAY (CL), light brown to _ .~ brown, firm, moist w/ca/cucou$ nodules &: 1 .S 17.0 sma/l gravel - 15 ,*, [J.~ 2.0 17.2 I02.~ ,- ~ CLAYEY SAND ($C), light brown to ' loose, we~ w/occuioui layers of gray - j.~ !~ ca/careous clay & w/rme to medium O.~ 18.3 _ _ rounded gravel _ "' L~-7 39 ,,, - - ~-, Comp!~ion D~h: 71.0 ft. Remarto: $~page ee¢ountered ~ 20.S f~. during drill~g. Wa~r L Daze Boring Starrod: 4F28/95 O I4.S tt. & hole caved O 23.4 t~. on S-2-9S. Drag Boring Complete. d: 5/1/95 :l Eagi,,ccr/Geolog~: T. Baker I Continued Next Page --- g Project No.: 62958001-001 The su*fi~c~ion lines r~prcaerat .~oproxim*rc stna boundarics. FIGURE A.3 EMCON In situ, the tans* ion m~y be g~di~l. ~t - LOG OF BORING NO. B- 1 L Project Description: DENTON TAP ROAD - Deaton Cre~k m Highhad Drive Coppell, Texas ~ Location: ~ ~ Surface El.: :E 4(g).3' MSL -~ i .~ = ~ . Z,~ MATERIAL DESCRIPTION "~ *' ' ' - de.n= be. low 43 ft. ~ t. · 13.1 _ _S-10 ,.)/0 4~ ~ ~ .- LIMY SANDSTONE to SANDY - - · .-:: .'LIMESTONE, very hard, light ~ray ,,, _ _ ~-ll s ..... 49.5 5Q/I/4 -50 ~!;; ;' SANDSTONE, poorly t~ modcralcly _. : ! ! !: cemented, gray, dense w/shalc scares - ,, -55'~ .:::. ~ -- ,:: · 56.,~ :. _ r-12 .~' SANDY SHALE, dark gray, modcrs~iy ri.v5 - -- herd w/inu:rbcdde, d sandsto,,~ ms -"---' laym -60 ;-13 -'~"J 100 _ ,--.__'-- ' -".-~ 13.7 149.1 5231 .... ~.-~ _ _ ~..--_ - -- ~-14 ~"~ 66.0 ~ .__~ SHALl:, sandy &clayey, da~ gray, ' ' -.__--~ moderately haxd -70 - *"---; 71.0 T12 -75 - ,-- Completion D~th: 71.0 ft. P, cmaxks: Seepage cn~ount~r~d O 20.5 t~. during drilling. Wa2r Igvg| menured ~ Date Boring Started: 4/28/95 O 14.$1~. &holc ~8vr40 23.4 ~. on 5-2-95. = Daze Boring Complctr4: 5/1/95 i Engin~cr/C~ologbt: T. Baker ,-- ~ Project No.: 62958-001-001 EMCON Th~ grazi~cazion linu tWrsgnt .8pprogimazs gram boundari~. F/GU]U~ A.4 In mitu, ~hc Iztnsition my bc gradi~J. _ LOG OF BORING NO. B- 2 Project Description: DENTON TAP ROAD - Deat~a Cre~k t~ Highland Drive Copp~!l, Texas ~ Surface El.: :~ ~1_~' MSL ~ 'i MATERIAL DESCRIPTION r. J-I ~ ClAY (CL), brown, very ~iffw/graveA 4.5+ 13.0 ,,, _ j.2 ; 3.5 - ~ ClAYEY SAND (SC), light brown, loosc !/J '.'-- · ...~.~ _ .5 w/fine ~aveJ -t - _ j J-3 14.3 _ ~ CIAYF..Y 3AND (3C), brown & gray, _ loose, wet _ _ ~.~ ,, - ~ ClAYEY SAND/SAND (SP-SC), brown, 20.4 _ _ ~ tan & gray, w~, mcdlum dense w/~ravc| X0 ' -30 ~ layere "' _ 32 .C ClAYEY SAND ($C), dark 2ray & brown, " ' ~ mcdium dcnsc, wet w/sand &gravel ms ,-- ~ .~ ~-9 29 -3.5 36.C .'*. :. :*.GRAVEL (GP) w/f-and, taa & brown, ' ~: .~: medium dcnsc, wet w/tan sand laycrs _ ~-10",~ ~ 13 -40 Completion Depth: 65.0 fL Remarks: Sccpagc cncounti:red ~ 13 I~. during drilling. " ~. D~ Boring Starred: _. ~ Dat~ Boring Completed: · I Enginc=r/C~oloZi~t: T, Baker ,_ ~ Proicct No.: 629S8-001-001 Continued Next Page EMCON 'rim itr~fic~tion lines reprMcnt .spproxim&tc itraa boundlriu. In situ, the trmsitlon may b~ graxt~l. _ LOG OF BORING NO. B- 2 Project Description: DENTON TAP ROAD - Dimt~n Creek t~ Highland Drive -: Copp~il, Texas -= Location: u Surface El.: :!: 4~1.3' MSL MATERIAl, DESCRIPTION ': .. ' k ~: medium dense, wgt w/tin sand layers 4:l.0 ::; :. 5AND (SP), gray &ttn, dent,~, w~t w/some :::: gravel _S-il :::: 5:}/4-1t2 ~ :::: -45 :::: . --' - ..:::. - '::: ' SANDSTONE, poorly to moder&t~ly ~::": c~ncnte~!,grsy, dcmw/datk grsy sh~le _ ;-12 ~:::: · se.~ns & layers ~, some limy r, sndstone -.50 :-15 " ; ~; IAMY 5ANDSTONE. well cemente~l, light 82 i~.~ 1]1.6 0.~ ' .'::;: gray, very h~xd · .. ==, ·::: 5ANDSTONE, mod~ax~ly m well ' ' ·::: ~ementr. d, gray, dense, w/shale r,~atns ::: TI ...... I ....... Y7.$ - -__---_ SHALE, dark gray to brownish gray, ,.- _ , -__---_ moderslely hard ~o hard w/some $ilty sand '__"_ partings TI.75 - =__"_ 17.3 116.7 3.8 -- 16.7 110.2 7.0 - -- 6S .G TI -70- -7~ - -~0 -= Completion l:kpth: ~.0 fL Ranarks: Se.~page ~n~ounusr~d ~ 13 ft. during drilling· i Det~ Boring 5an~l: 5/2195 '- · De~ Boring Comp!_-<_~: SI2IgS ' $ Eagineer/Geolog~: T. Eeker __ ] Pro,jea No.: 629S8.,001-801 EMCON The su-ti~e, azion !in~s rspms~nt ,zpproximat~ stna boundaries. ]~GUR. E A.6 In situ. t~s tnnsition my bs LOG OF BORING NO. B- 3 Project Description: DENTON TAP ROAD - i)e~on Creek to Highhnd Drive Coppell, Tex~s LocatiOn: ~ Surface El.: :!: 459.0' MSL i ~ ,~ ~ g *~ *" '~ * - -:.... MATERIAl, DESCRIPTION :: _ U-i ~ SANDY CLAY w/lime (CL), brown (FILL) 2.0 8.5 29 12 17 SANDY CLAY (CL), dark brown, firm to U-2 ~ stiffw/~cd fine gr,,vcl 1.5 17.0 111.3 45 13 32 59 -5 J-3 ~ 4.0 23.2 105.6 1.7 10.C -10 -1~- -10- _ -30- -35- -40 Completion Depth: 10.0 ~. Rcmsrlu: Dry I~ compaction. D~c Boring Star,~: DeZc Boring Completed: Engim~r/Geolog~: T. B~ker Pro)ect No.: 62958-001-001 The stratifwation lines represent .appronmat~ strata boundaries. FIGURE A.7 EMCON tn aim, the trans' ion may be gradi~l. at _ LOG OF BORING NO. B- 4 Project Description: DENTON TAP ROAD - Denton Creek t~ Highland Drive Coppell, Texas .-- Location: ,: MATERIAL DESCRIPTION _ ~-1 e SANDY CLAY (CL). dark brown. s~iff 2.0 13.9 115.4 ~ 13 15 49 2.0 / CLAY (CH), daa'k brown, firm w stift " ~2 ~ 1 .$ 15.0 -$ J-3 t ~ 3.5 14.9 ~" I0.C -10 - - aam~ ~. -20- -:30- ,,, Completion Depth: 10,0 ft. R~marlca: Dry O completion. Ds~ Boring Started: 4/28/95 Dgs Boring Comp|~=i: 4/28/95 Eaginw. r/Caoologist: T, Baker ,_ ] Proiec~ No.: 629~8-001-001 Th~ Krttif~ation iinu rcprucnt .approximate gram boundariu. FIGURE EMCON In situ, the trllu'tion may b~ gradi~l. _ LOG OF BORING NO. B- ~ Project Description: DENTON TAP ROAD - Denton Creek to Highland Drive Copl~U, Texas -- Location: ~ .: ~ ~ Surface El.: :1: 474.0' MSL ~ !_~ ~ MATERIAl, DESCRIPTION -- J-I ~ CLAY (CL-CH), ctuk brow~, s~iff T- ! .. y ~ .~ .: .!. "'" ~' ~1-2 :l.J 26.1 - u-] ~ CLAY (CH), brown, s~iff 2.0 20.8 " ' 10.0 - I0 - 15- -20- -~0- ,-- Complyion Depth: 10,0 [L Rcmarka: Dry ~ complyion. )Dsag Boring S~rt=d: 41'28195 i Dsxc Boring Compictcd: 4/2,8/9S Englnccr/Geologist: T, Baker ,-- Project No.: 62958-001-001 EMCON The $trszificaxion linc$ reprucat .appnximsxc Rum boundaries. F[GLTR.E A.9 la $itu, the transition may be grad~l. .-. APPENDIX B " - . ' ,-- ' " ..... ': '" ....~' "'~ ' I '- Boring/ Percent Finec Unconl~ned -.'"' Exploration Sample Liqtdd Plastic Plasticity Moi~ure Unit Dry Percent Percent Compressiv, Point Depth l~mjt Limit Index Content Weight ps~gln~ p_atgi~g Strength No. (rt) (LL) (PL) (PI) (%) (pcf) 1200 144) (ts~ ..n- l ...... 3.0 ........... x8 B= I . . . 8,0 ... 42 15 27 19 111.1 79 4.1 m- B- ! 13.0 17 B-1._; . 18,0 .. 17 102,5 .... 0.4 B- I 23,0 $""' B-.I._ .... 28,0 ......... 39 B- I 38.0 24 B- I 43.0 minis B- I 62.0 14 149.1 S2.3 ; B- 2 0,S ........ 13 ............ B- 2 8.0 14 ~ 2 _ __ la.o ........ 24 _69 . ......... 20 B- 2 28.0 ~ ............................ B- 2 _ __~ 50.0 16 .13|_.6 ........ 0.9 B- 2 61.7 17 116.7 -~ ~- 2 63.0 17 110.2 7.0 m- B~_3 ......... 0.~ .......... 29 .......... 12 17 9 ..... B- 3 3,0 45 13 32 17 1 ........................................ , B- 4 3.0 " B- 4 8,0 · =. ~-~ ...... o,~ ............4_7__ ........... · B- 5 ..... 3.0 ..... 60 .......... 22 38 .... 26 ........ ; , B- 5 8,0 21 - DENTON TAP ROAD - Denton Creek to Highland Drive B. 1 Coppell, Texas PROJECT NO. _ EIV[CO N May 16, 1995 ] Sheet 1 of 1 2958-001-1X}1, SUMMARY OF RESULTS pH Lime Series Liquid, Plastic Limit and pH Determinations Project: Denton Tap Road _. Project No.: 62958-001-001 Description: Clay, brown,sandy Sample: B-3 @ 3.5' Date Tested: 5/12/95 Hydrated Lime Liquid Plastic Plasticity pH Added, % Limit, % Limit, % Index Reading 0 45 13 32 7.29 1 2 3 40 34 6 12.04 4 5 42 38 4 12.31 7 12.47 8 ~ 40 12 ,- ~ 30 11 10 L. mm 20 9 "' i 10 8 mm,m 0 6 _ 0 1 2 3 4 5 6 7 8 9 PERCENT LIME - _,_ Liquid Limit+. Plastic Index~.. pH Reading EMCON FIGURE B. 2 1 1' ! ! ! I !: I I I I 1 ! I ! I! iI' IF'I CRrI1CAL FAILURE SURFACE .48o 480 CEHlfl~ COOeD~4A1[:S: (46,475) KIDIUS: 18.1 rt F/6'IO~ OF SAFETY: 2.322 ,-~ /" ~ - 470 470 - /, ~ BI(E PA1H 410 ' ~ FAILURE cLAY SUBGRADE ~ I DENTON TAP ROAD EMCON PR T NO U=~XAS3 - 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 TA.BL~ NO. 1 * COHPUTER PROGRA~ 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 A~ALYSES, EXPERIMENTAL DATA OR FIELD EXPERIENCE. THE USER SHOULD UNDERSTAND THE · ALGORITHHS AND ANALYTICAL PROCEDURES USED IN THE COMPUTER PROGRJ~M AND MUST HAVE READ ALL DOCUMENTATION FOR THIS * PROGRAM BEFORE ATTEMPTING ITS USE. · NEITHER THE UNIVERSITY OF TEXAS NOR STEPHEN G. WRIGHT · ~AKE OR ASSUME LIABILITY FOR A~Y WARRANTIES, EXPRESSED OR * IHPLIED, CONCERNING THE ACCURACY, RELIABILITY, USEFULNESS · OR ADAPTABILITY OF THIS COMPUTER PROGRAM. TABLE NO. 2 · NEW PROFILE LINE DATA * PROFILE LINE I - MATERIAL TYPE ' 1 GROUND SUP[ACE Point X Y 1 .000 468.000 2 16.000 468.000 3 32.000 460.000 4 48.000 460.000 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) 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 * NEWANALYSIS/COMPUTATION DATA * Circular Shear Surface(s) Automatic Search Performed Starting Center Coordinate for Search at - X - 50.000 Y - 480.000 Required accuracy for critical center (- minimum spacing between grid points) - 1.000 Critical shear surface not allowed to pass below Y - .000 For the initial mode of search all circles pass through the point at - X - 32.000 Y - 460.000 Short form of output will be used for search 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 S~encer'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 ~ore 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 · NEW SLOPE GEOMETRY DATA * NOTE - NO DATA WERE INPUT, SLOPE GEOMETRY DATA WERE GENERATED BY THE PROGRA~ Slope Coordinates - Point x Y i .000 468.000 2 16.000 468.000 3 32.000 460.000 4 48.000 460.000 TABLE NO. 21 ***** 1-STAGE FINAL CRITICAL CIRCLE INFORMATION ***** X Coordinate o~ Center 26.000 Y Coordinate of Center 475.000 Radius 16.155 Factor of Safety 2.322 Side Force Inclination -13.58 N~m~er of circles tried 76 No. of circles F calc. for 46 38 * Final Results for Stresses Along the Shear Surface * (Results for Critical Shear Surface in Case of a Search.) SPENCER'S PROCEDUR~ USED TO COMPUTE FACTOR OF SAFETY Factor of Safety - 2.322 Side Force Inclination - -13.58 Degrees VALLTES 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. i 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 - (~T,T, SHOULD BE SMALL) SUM OF FORCES IN VERTICAL DIR;CTION a .00 (' .247E-03) SHOULD NOT EXCEED .100E+03 SUM OF FORCES IN HORIZONTAL DIRECTION = .00 (a .403E-03) SHOULD NOT EXCEED .100E+03 SUM OF MOH~NTS A~OUT COORDINATE ORIGIN = .92 (= .916E+00) SHOULD NOT EXCEED .100E+03 SHEAR STRENGTH/SEEAR FORCE CHECK-SUM ' .00 (' .116E-03) SHOULD NOT EXCEED .100E+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 HAY 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 PROCEDURE USED TO COMPUTE FACTOR OF SAFETY Factor of Safety - 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 -77. 467.6 .438 -62.7 -137.1 2 12.3 -110. 467.3 .518 -79.6 -64.0 3 12.7 -99. 467.3 .677 -90.2 2.7 4 13.2 -47. 469.1 ABOVE -100.2 68.2 5 13.7 40. 459.8 BELOW -110.7 132.9 6 14.3 159. 463.0 BELOW -121.9 196.4 7 14.9 304. 463.1 BELOW -133.7 258.2 8 15.5 470. 462.9 .050 -146.2 317.9 9 16.0 593. 462.8 .078 -155.2 357.7 10 16.7 770. 462.4 .110 -171.1 426.6 11 17.4 935. 462.1 .135 -181.5 485.9 12 18.1 1085. 461.8 .154 -187.5 536.5 13 18.9 1214. 461.5 .171 -189.9 579.2 14 19.6 1318. 461.3 .185 -189.4 614.2 15 20.4 1395. 461.0 .197 -186.3 642.0 16 21.2 1442. 460.8 .208 -181.0 662.6 17 22.0 1459. 460.6 .218 -173.8 676.0 18 22.9 1443. 460.4 .227 -164.8 682.3 19 23.7 1396. 460.2 .236 -154.2 681.4 20 24.5 1318. 460.1 .244 -142.1 673.1 21 25.4 1213. 460,0 ,252 -128.6 657.5 22 26.0 1119. 459.9 .258 -117.6 641.0 23 26.8 974. 459.9 .267 -101.7 612.1 24 27.7 813. 459.8 .276 -84.6 575.3 25 28.5 643. 459.8 .286 -66.0 530.3 26 29.4 471, 459,8 ,298 -45.9 476.9 27 30.2 304. 459.9 .313 -23.7 414.0 28 31.0 153, 459.9 .335 2,0 340.2 29 31.8 28. 460.0 .324 -7.8 293.5 30 32.0 0. 556.1 ABOVE-10000000.010000000.0 CHECK SUMS - (ALL SHOULD BE SMALL) SUM OF FORCES IN VERTICAL DIRECTION - .00 (- .247E-03) SHOULD NOT EXCEED .100E+03 SUM OF FORCES IN HORIZONTAL DIRECTION - .00 (- .403E-03) SHOULD NOT EXCEED .100E+03 SUM OF MOMENTS ABOUT COORDINATE ORIGIN ~ .92 (= .916E+00) SHOULD NOT EXCEED .100E+03 SHEAR STRENGTH/SHEAR FORCE CHECK-SUM - .00 (- .116E-03) SHOULD NOT EXCEED .100E+03 we*** CAUTION ***** FORCES BETWEEN SLICES ARE NEGATIVE AT POINTS ALONG THE UPPER ONE-HALF OF THE SHEAR SURFACE - A TENSION CRACK MAY BE NEEDED. ***** CAUTION ***** SOME OF THE FORCES BETWEEN SLICES ACT AT POINTS ABOVE THE SURFACE OF THE SLOPE OR B BLOW THE SHEAR SURFACE - EITHER A TENSION CRACK MAY BE NEEDED OR THE SOLUTION MAY NOT BE A VALID SOLUTION. UTEY~AS3 - VER. 1.204 - 10/22/93 - (C) 1985-1993 S. G. WRIGHT 1 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 * CO~P~rER PROGRA~ 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 PERFOPa4ED USING THIS COMPUTER · PROGP. AM 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 t PROGRA~ AND MUST HAVE READ ~ DOCUMENTATION FOR THIS · PROGRAM BEFORE ATTEMPTING ITS USE. · NEITHER THE UNIVERSITY OF TEX~ NOR STEPHEN G. WRIGHT · MAXJ OR ASSUME LIAJILITY FOR ANY WARR~a~TIES, EXPHESSED OR ~ IMPLIED, CONCERNING THE ACCURACY, RELIABILITY, USEFULNESS * OR ADkPTABILIT~ OF THIS COMPUTER PROGRAM. TABLE NO. 2 · NEW PROFILE LINE DATA · PROFILE LINE i - HATERIAL TYPE t 1 GROUND SUR3[ACE 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 ttweeeweee~eeteee·eee·eeeett·e·eeeeeeteeteeeeeeeteee·~·eee·eee,e~eeeee · NEW MATERIAL PROPERTY DATA - CONVENTIONAL/FIRST-STAGE COMPUTATIONS * ··eeeeeeetew·tee·eee·eeeeteeeeteeeeeeeeeeeeeeeeeeeeeeeeteee~eeeeeeee*e DATA FOR MATERIAL TYPE 1 SUBGRADE LAYER Unit weight of ~aterial - 125.000 CONVENTIONAL (ISOTROPIC) SHEAR STRENGTHS Cohesion 200.000 Friction angle 16.000 degrees No (or zero) pore water pressures TA~ NO. 10 * NEW SURFACE PRESSURE DATA - CONVENTIONAL/FIRST-STAGE COMPUTATIONS * ALL NEW DATA INPUT - NO OLD DATA RETAINED Surface Pressures - Normal Shear Point X Y Pressure Stress 1 .000 470.000 42.000 .000 2 36.000 470.000 42.000 .000 3 36.000 470.000 .000 .000 4 52.000 470.000 .000 .000 5 52.000 470.000 42.000 .000 6 88.000 470.000 42.000 .000 TABLE NO. 15 * NEWANALYSIS/COMPUTATION DATA wsmm Circular Shear Surface(s) Automatic Search Performed Starting center Coordinate for Search at - X - 90.000 Y - 480.000 Required accuracy for critical center (- minimum spacing between grid points) - 1.000 -- Critical shear surface not allowed to pass below Y - .000 For the initial mode of search all circles pass through the point at - ,- X - 118.000 Y - 460.000 Seismic coefficient - .010 Short form of output will be used for search 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 Sponcer's procedure) will be kept constant during search Maximum subtended angle to be used for subdivision of the circle into slices - 3.00 degrees D~pth of crack - .000 Search wilZ 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 TABL~ 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 TA~T,/: ~0. 20 * SHORT-FORM TABLE FOR SEARCH WITH CIRCULAR SHEAR SURFACES * Center Coordinates of 1-Stage Critical Circle Factor Side of Force Mode X Y Radius Safe~y Inclin. 1 Fixed Point at 105.000 485.000 28.178 2.337 -11.98 X - 118.0 Y - 460.0 2 Tangent Line 106.000 486.000 29.178 2.329 -12.08 at Y - 456.8 3 Constant Radius 106.000 486.000 29.178 2.329 -12.08 of R - 29.2 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 178 No. of Circles F talc. for 149 TABLE NO. 38 * F~nal Results for S~resses Along ~he Shear Surface * · (Results for Critical Shear Surface in Case of a Search.) · SPENCER'S PROCEDURE USED TO COMPUTE FACTOR OF SAFETY Factor of Safe~y - 2.329 Side Force Inclination - -12.08 Degrees VALUES AT CENTER OF BASE OF SLICE ......... To=al Effective Slice Normal Normal Shear No. X-cen~er Y-center S~ress S~ress S~ress 1 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 S 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 HE S~tALL) SUH OF FORCES IN VERTICAL DIRECTION - ,00 (- .575E-03) SHOULD NOT EXCEED -100E+03 SU~OF FORCES IN HORIZONTAL DIRECTION - .00 (- .127E-02) SHOULD NOT EXCEED .100E+03 SU~OFMOMENTS A~OUT COORDINATE ORIGIN m 2.24 (' .224E+01) SHOULD NOT EXCEED .100E+03 SHEAR STRENGTH/SHEAR FORCE CHECK-SUM m .00 (- .226E-03) SHOULD NOT EXCEED .XOQE+03 TABLE NO. 39 eeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeweeeeeeeeeeeeeeeeeee * F~nal Results for Side Forces and Stresses Between Slices. * (Results for Critical Sheer Surfaoe in Case of a Search.) eeeeeeeeeeeeeweeeeeweweeeeeeeeweeeeeeeeeeweeeeeweeeeeee~eeewewee SPENCER' S PROCEDURE USED TO COM~UTE FACTOR OF SAFETY Factor of Safety - 2.329 Side Force Inclination - -12.08 Degrees VALUES AT RIGHT SIDE OF SLICE ................ Y-Coord. of Fraction Sigma Sigma Slice Side Side Force of et et No. X-Kight Force Location Height Top Bottom I 82.5 -64. 469.3 .423 -26.8 -72.7 2 83.4 0. -816.2 BELOW -61.9 6i.9 '3 84.4 180. 466.5 .041 -85.2 182.4 4 85.5 461. 466.0 .147 -106.9 297.9 5 86.6 828. 465.3 .180 -129.0 409.6 6 87.7 1262. 464.6 .195 -151.8 517.0 7 88.0 1363. 464.4 .197 -157.0 539.9 8 89.2 1809. 463.7 .217 -164.9 638.9 9 90.5 2250. 463.1 .234 -166.9 724.9 10 91.8 2670. 462.5 .247 -164.8 799.6 11 93.2 3054. 462.0 .258 -159.7 863.9 12 94.6 3389. 461.5 .267 -152.3 918.0 13 96.0 3662. 461.0 .275 -143.0 962.2 14 97.4 3865. 460.6 .282 -132.1 996-2 15 98.9 3989. 460.2 .289 -119.7 1019.9 16 100.4 4031. 459.9 .295 -106.0 1033.0 17 101.9 3986. 459.6 .301 -91.0 1035.2 18 103.4 3857. 459.4 .307 -74.6 1026.3 29 104.9 3646. 459.2 .313 -56.8 1005.8 20 106.0 3454. 459.1 .318 -43.5 984,5 21 107.5 3120. 459.0 .325 -23.0 943.4 22 109.0 2729. 459.0' .333 -.3 889.4 23 110.6 2295. 459.0 .343 25.3 821.9 24 112.1 1836. 459.1 .356 55.1 739.6 25 113.6 1374. 459.2 .375 92.2 640.4 26 115.0 932. 459.4 .406 144.5 519.7 27 116.5 539. 459.6 .467 240.3 360.1 28 117.9 224. 459.8 .664 621.9 5.6 29 118.0 200. 459.8 .718 757.7 -101.7 30 119.2 0. 591.5 ABOVE .0 .0 CHECK SUMS - (ALL SEOULD BE SPAr, L) --s-- SUI4 OF FORCES ZN VERTICAL DZX.ECTZON - ,00 *(- .575E-03) SHOULD NOT EXCEED .I00E+03 SUM OF FORCES IN HOR/ZONTAL DIRECTION m .00 (m .127E-02) SHOULD NOT EXCEED .100E+03 SUM OF MOMENTS A~OUT COORDINATE ORIGIN ' 2.24 (' .224E+01) SHOULD NOT EXCEED .100E+03 SBZAR STRENGTE/SKEARFORCE CEECK-SUM - .00 (' .226E-03) SHOULD NOT EXCEED .100E+03 _ ,~ee CAUTION **ee, FORCES BETWEEN SLICES ARE NEGATIVE AT POINTS ALONG TH~ UPPeR ONE-HALF OF THE SHEAR SURFACE - A TENSION CRXCK MAY BE NEEDED. ***** CAUTION eeeee SO~ OF TK~ FORCES BETWreN SLICES ACT AT YOIh'ZS -~, ABOVE TBZ SURFACE OF TB~ SLOPE OR BELOW TB~ SHEAR SURFACE - EITHER A TENSION CRACK MAY BE NEEDED OR THE SOLUTION MAY NOT BE A VALID SOLUTION. SECTION TSP TRENCH SAFETY PLAN TO BE PROVIDED BY SUCCESSFUL "" BIDDER AFTER AWARD OF CONTRACT