Loading...
ST9905DR-CN050912 T H E C I T Y O F COl'FELL CONSTRUCTION SPECIFICATIONS AND CONTRACT DOCtLVIENTS FOR Bethel Road I Drainage Project Phase 'A' (from Freeport Parkway to south of Bethel Road) Project # ST 99-05 Bid No. Q-0905~02 FOR THE CITY OF COPPELL cp tc~nbcr 2005 TABLE OF CONTENTS Section I- Section 2 - Section 3 - Section 4 - Section 5 - Section 6 - Section 7 - Bidding Documents Notice to Bidders Instructions to Bidders Proposal/Bid Schedule Prevailing Wage Rates ADDENDA NO. I Contract Documents Standard Form of Agreement (Contract) Certificate of Insurance Instructions for Bonds Performance Bond Payment Bond Maintenance Bond For this pt-ojccl, thc Standard Specifications fi)r Public \Vorks Constn:ctioo - Nor,h Central Texas Third Editioo, as prepared by the North Central Texas Council of (;overnments, file City of Coppell Standard Coostruction Details (Ord. /~92-554). and Appcndix '(?' Design Criteria and Standards in lhe City of Coppell Subdivision Ordinance (Ord.#94-643) shall govcm all work to be done, together with any additional Supplementary Conditions, Specific Project Requirements, General Notes or Description of Pay Items included hereto. City of Coppell's Supplementary Conditions to the NCTCOG General Provisions Specific Project Requirements Description of Pa}' Items Technical Specitications GabionStrucutres Cement Trcatcd Base Special Provisions Quzdificafio:]s of Gabion Contractor Existing tlcadwall Detail Page # 1-4 1-5 1-16 1-27 2-2 2-8 2-9 2-10 2-12 2-14 3-1 4-1 5-1 6-1 7-1 SECTION 1 BIDDING DOCUMENTS T H E C ! T Y 0 F coPPELL NOTICtC l'O BII)I)ERS l'he City el Coppell is acccpUng bids tor the consUuction et the Bethel Road I I)rainaRe Project - Phase '~', No. ST 99-05. Plans and Specilications may bc obtained for a non-refundable cost of $2%00 l]'om lhc Purchasing Agora, 25~ Park~av Bb~d., (?oppclh Fcxas, o~ telephone (972) 304- ~6t)$ Scaled bids addressed to thc Purchasing Agent. Cit} of Coppclh Texas. for thc construction el thc Befllel Road I I)rainage Project - Phase 'A', Nh. ST 99-05 will be received in the Purchasing el[tee at thc ('it> el Coppcll Tox~n Center. 255 Patkx~ay Boulcwtrd. until 2:00 p.m., Oclnber 1 I, 2005. and then publicl} opcncd and toad aloud. Each Bidder shall submit t%o identical copies el Ibis bid x~ ith thc City ~,I (;oppc[I Bid No. Q-0905-02 dcsi?ated clearly on thc exterior of thc bid cmclopc. Included xxith thc bid there should be a completed Bid Affidavit and a Proposal Guanmt5 per hem 1.5 el tine NCTCOG's Standard Spccilica~ions for PuNic Works Construction. \ the Bid conference Inns been scheduled for this proJeCt at Ibc City oF Coppcll Town Ccntcr. 255 lhn'kx;ax [:;l',d, Septmaabe~ 27, 2005 at 2:00 p.m Thc conference ix not mandatory, however, all interested BiDDERs are strongl? encouraged lo attend. Iht Or, ncr reserves the right to reject any or all bids and to v,'ai',c formalities. Unreasomtble or mql~alanccd umt prices will be considered sulticicnl cause for rejection of any bid or bids. Thc ()x~ ncr rosin\c< die righl to accept tile alternate bid of a ('~mtracto~ that did not submit the lowest t~a~c bid. N() BID TRANSMITTEI) BY FAX WIN[. BE A('(TEFI Bidders a~e e×pected to respect the site of tine work and to inlorm themselves regarding local condilion'q and condilions under x;hic[1 the ;~ork is to be done. ('omplete sets of bidding documents must be used in prcpanng Bids: the City of Coppcll assumes no responsibility for crrols or mislnlcrpretallor/s resulting ['rom l]/e Use of incomplete sets of Biclding l)ocumcnls. NO SALI{S TAX ON 'IAN(ilBLE PERSONAl. PROPERTY INCORPORATED INTO OR MAI)E ,,\ }"ARI' OF THE PROJE('I' 'lhe bidder shall not include or provide for sales tax on tangible personal property to be incorporated into thc project. (Note: This procedure may not be tiscd, hoxkcxe~, fi)r lnatcFia]s which do not become a part of thc finished product, such as, cqLnpmcnt rental or purchase, form mutc~sals, cie.). In oFdcl' to be exempt from the sales tax on such tangible personal pmpcrt>, thc contract shall separate and provide separate charges 2)r materials to bc incoq~oratcd into thc project fi'om charges for labor Thc City will provide thc ('ollll'aclor x~ilh an exemption ccml'icatc for 11¢0 materials. ~he conlractor is expected to issue a rcNa]c ccllilicalc Ha licL~ of pilFl]lg ii sales tax at thc time of ptlldlaso Tile bidder shall show thc cost of matcrial~ (tangible personal propcrt)) in thc space pro\Mod on thc Nd lbm~. The successful bidder's [aid l'olnl will tnt used to cie\clop a scparalcd conltact and dctcrnlinc thc extent o1' thc tax i 4 Bt~htinq, l)orument~ I*,II)I)IN¢; AND C()N~TRACT l)()(iUMt~54TS INSTitI~(/I'I()NS TO BII)I)I,~RS 1. l)cl~ne(I Terms. 1'el'Ills Llscd il/ ttlCSC lnsttuctio~/s to Bidders ',',. Iqict1 ale del'incd in thc Standard Specifications lev Puhlic Wo~ks Conslr~ct~on No,lb Contort] 'Icxas Whi]d Edition, as prepared by lhe N('TCOG and thc Supplementary (7ot~ditio~s of Agtcemctal h~vc thc meanings assigned to thc~ in these (Scneral ("ondil]o~/s The term "Bidder" means one that submits a Bid directly to ()x~ner. as dislincl lvom a snh bidder, who submits a hid to a Bidder. The term "%ucccxsJul Bidder" means thc lox~cst, qt~aliFicd, tcsponsihlc Bidder to whom thc Owner (on thc I~asis el thc Oxvncr'$ c~ alnatn)n as hcreinaftci provided) makes an ~tx~ ktl'd, TIao tel~q "Bidding Documents" includes thc Notice to Bidders, Instructions to Bidders, thc Bid Form, and ~hc proposed ('ontract D()cumcnts (it~cluding all Addenda issncd prior to receipt of bids). Specific defined terms ~lrc: ()',~ncr: Wherever lhe ',~ord "OWNER" is used in tile specifications and Contract [)oc~ments. it shall he understood as reit, rang to thc City el ('oppelt. Texas. lin?,ecr: Wherever tile word "EN(;INISER" is used in the Specifications and Conlr*,ct [)ocktmcnts. ~l shall ho understood as rclcrring it> thc C'itx Engineer or his authorized representative. CYity o[ (7oppcll. PO. Box 0478, Coppell. Texas 75019. I~lspcctor: The autholqzed reprcsentatixe of thc ('ity of ('oppcll assigned to observe and ~nspcct any of all parts et thc ;,.et k anti thc materiz~ls tn be used therein. 2. Scope of Work. 'lhis project consists ill' drainage nnd channel improvements designed as pan of the Bethel Road I prQjcct, that will bc constructed in advance of the Bethel Road 1 prtucct to allow for proposed dexelnpmcnl. Thc pr~[ICCt wi II include the installation of +150 linear feet of cast- ~t~ place three-barrel 5'x 10' hex cutlvc~. 4V0 lineal Feet of cast-in plitco f'our-ba~Tel 5' x 10' ~ox culvert alld x~ingx~all, thc i~stallalio~l of +440 linear loot of a 35 fi0ot wide eadhen chatmel with gabiol~ reinforced side slopes, cxcaxation, rent,oval of an existing hcadwall structure, and lbo ac[justnqcut of atn cx~stiT~g 8 it~ch water line as desc~sbed in the plans For ST 99-(}5. Work shall inclc~dc all components necessary for thc "turta key" construction of thc prelect as shoxkn it] thc plans for the Bethel Road Drainage Project Phase '/h', o5 3. Copies of Bidding Documents. ('omplete sets of thc Bidcling Dncumcnts may I~c obtained Iro~ thc Purchnsing ~gcnt at thc et'lice of thc City oF COpl>cll, 255 Pit~kx~ay Boulcxard, ('~ppcll. Texas For $25.00. Thc C') No hiddin~ documents v, ill hc isSLled la[el Hxm tv, o ~=) da'. pruu' to the bid opening daIc /\fret a,aal'd of thc ('t,lt~acl, thc smcccssFul Bidder \sill bc h]mished ['i'~c (5) sets of Contracl l)ocumcnts at no char?. Additional sets oxcr ['ixc (5) will be tumishcd for $15 (t) per sci Bicklmg documents max bc examined h'cc of charge at thc of lites of the (:it} Engineer, ("it} el Coppcll, 255 Palk'~~. ay Boulevard, CoppetI, Texas. Complete sclc oF Bidding Documents must bc used in prep>ting Bids: the City of Coppcll assumes no t-csponsibilit} lot CITers or misinterpretations resulting fFom the uso of ]ncomplclc sets el BiddmB Documents. N( par-ual sets of plans, specifications or proposal lorms will be issued ]'lac Owner, In re>kinB cop~cs of Bidding DocLlmcnls available on thc above tct~ns, does so onh fi,' thc puqx)se et oN>thing Bids on thc Work and docs not confer a license or grant [01 ill]} other LISt. Qualifications of Bidders. Ibc Biddei shall submit ~ilhin five iq) da}s of thc Owners request such exidencc as the Ox\net may require ~o establish his financial ~csponsibility, and possession of such cqtupmcnl tis ma) be needed lo complete thc work in an expeditious, safe and satisfactory manner Thc reqtliFod inh)rmatxm to hc submitted slmll consist el, but shall not necessarily be limited to. thc [tqlo~s H/g: A. Cunent Prqject Experience (v, ithin li;c I5] da',s it' requested). A list o[ all prelects prcscntl) under constructxm by the bictder including approxnnalc ct>si and completion dale shall hc submitlcd upon request. Past Project [~xpmJcncc {required to he submitted with bid ;,,ithin five [5] days requested ) The Bidder shall submit a list oF comparable projects completed within the previous fixc scars including contract illl'omaalion, location, approximate cost(s), and COlnt~ el on c]atc(s . C. Ecluipmcnl f,aithin Iixe 151 dabs il requestedl. Thc Bicldc~ shall pro~ iclc a list et ecluipment, v. hich will be used on this prQ}ect. Thc Biclclc~ ,%dl demonstrate that hc has adequalc equipment to complete this prelect, propcrlx and cu*cdiliousl> and qb>Il state x~ hat additional equipment, if that hc mu<t lCl~l/Icasc as may bc rCcluircd to complete this prqNct. l) Financhd ('~,,ithm ii~,e I'll da}s it requested). Each Bidder qmll he p~ClXu'cd lo suhlnil upon lcctuest of lhc Ownel a balanced financial statemcnl xkilh no exidcnce of threatening losses as evidenced hy an audited cctlilicd linatlclal slalcment (current within lhe last six (6) months of bid date) This inlormation will be used lo conlirm that thc Bidder hits suitable financial status to meet ohli~atiorm incidental to performing thc work. F,. 'i ethnical Experience. Ibc BMclc~ shall dcmonstrale to the satislaction o1' thc Owner that he has the technical experience to properly complete this prelect Proof that the hiddet maintains a permanent place of business. Conllict of Interest. City ('harler states that no ollicer or cmphoyee el thc Cit5 shall have a financial interest, dnoct or indirect, m any conUact with tiao City. no~ shall be linancially mlerested, directly or indirectly, in thc sale t<) the City of any hmch or rights or interest in any land. materials. qupplies et sci vices. I'his prohihition docs not apply when thc interesl is rcp:'esented by ()xk nership of stock in a corporation inxo]sed, pi'oxlded such stock ownership amounts to }cs~ than one percent ( IG ) et thc co~poration stock. Any xx,lalion of this prohibition constitute re]Ilk'as]ncc I11 otlice. Any officer or employee t)I' tim City lbnnd guilly thereof should thcrcbx loth'it his otticc or posihon. Anx violation of finis prohibition with the knowIcdgc, expressed or implied, el Ibc pc~sons or corpo~al~onfl contracting with thc City shall ~endcr thc connact xoidahlc by thc Cit5 Mana?r or thc City Cotmcih The Contractor ~cprcscnls Ihat no employee or officer el the City ham an interest in the Contractor. Examination of Contract I)ocuments and Site. Access to the site shall be from Bethel Road or Freeport Parkway. It shall be the contractors ~csponsibilily bolero submitting a Bid, lo (a) examine the ( onlract Documents thoroughly, (b) v~sit thc s~te to become Iamiliar ~xith local conditions that may all'cci cost. progress, pcrlk~rmallcc or l'ulnishil/g of 1110 Work, {c) consider l'cdc~al, state and local Laws and Rcgulalions that may atlocl cost, progress, perlonnanco or lurnishing of the Work, (d) study and carefully con'elate Bidder's obserxations will] the Contract Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. Failure to make lhese oxammalions shall m no x~a5 rolioxe any Bidder from the responsibility of lulfilling all el thc terms el thc contract, x~ ilhonl additional cost to thc OWNER. [l/iormatioiI at/d daKt reflected in lhc (7onlract [)ocumClllS ',,kith respect to Underground }facilities at el COIq{I~LIOLIN lO thc silo is hascd upon inl'ol]q]alioll ]lid data fttmished to the ncr bv Oxk ncl's (,1 SklCh underground Facilities or others, and the Owner does not asstlmc ~cspon~ihilil3 Mr thc accmac} or completeness thctcol. All existing structures. mqptoxcmcnts, and utilities shall t~c adcqttatcJ3 prelected, al [he expense of lhe Contractor. h'om dam]? thal might otherwise occu~ due h> Constrnction opcratxms. Where ('~lltlaClol"s ~esponsibilil} to notil'v al/d coopcralo xvilh the tnility or structure owner. Thc Lzlility lines und other cxistm7 structures shown on thc plans arc [or information only and ill'C not gtlal'alllcod ]iv tile City to be complete o~ uccclrate as to location and/or depth. It shall C(>llSll'[tCl}oI1 SLIch lilac llCCcsszlt'v adjNS[lllCllth IIlLIV bC Illadc to allow 1})i' thc proper Bcl'orc sLlJ~llMtti[I.~ a Bid. ouch Biddc, wilh al Bidder's ov, n expense, make or obtain any additional inlormation und data which pcrlain to the physical conditions (surFace. stibsu~-lacc and undcr?otmd facilities) at ol cont~uoos to the site or otherwise which may al'loot cost. p~ogrcss, pcrlormancc oi' l'urnishing ol the Work and which Bidder deems ncccssar} to decal,nme ils Bid for pcrlormin~ and l'tn~ishin~ thc Work in accordance with [IlO [lll/O. pi'ICC alld oJhor tcl-n3s und conditions o[ thc (?ontract Documents. On request itl adxancc. O',,,ncr x:ill provide each BiddcI access to thc s~te to conduct explorations and tests as each Bidder deems l/CCcssary for submission of a Bid Bidder shall iill ail holes, clean up and re~to~c thc x~te to its former condilions upon completion of SLlC~] thereto alia other lands designated ior usc by (7ontlaclof In performing the Work are idcntilicd in tile Contract dt}cttmcnts. Fhc submission of a Bid ,,sill constitute an incontrovertible representation by Bidder that Bidder has complied with every reclUn'cmcnl t~t this A~licle 6, that without exception the B~d is premised upon pcrlorming and I'unqishing thc work required by the Contract Docoments and such meuns, methods, lcchniclues, sequences or procedures of constrttclion as max be indicated in or ~ecluircd by the (7ontract Documents. and that the Contract Documents are sul'ficicnt in scope and detail to indicate and convey understanding of all tee'ms und condiliolls tot pe~5ormance and ftn-nishin~ of thc Work. Interprelali,.ms t:md addenda. All questions aboul tile meaning or llqlcnl of thc Contract I)ocumenls arc to be directed to tlno Ptu'chasing Agent. Ir~tcrpretat~ons or clarifications considered necessary by the Ptnchusing A?nt m response lo such questions will bc issued hy Addenda mailed or delivered to all bicldcrs ~cco~dcd as hexing rcccixcd thc Bidding Documents. Questions req'civcd ]ess tllall Ixko davs prior to the datc lor opening of [¢ids ma~ not be answered. Only ctktcst}ons ansx~eFcd by formal x~nltcn Addcndu will bc binding. Oral and other mtcq~rctations or clarifications will be x~ithottt legal effect, l{auh Bidder shall acknowledge *~n Ibc bid p]oposal that all ..Xddenda isMicd haxc been ~cccived. ? 2 X~ddc~ncla max also hc issued to modilx the Bictclin~, [)ocumci~ts ale deemed advisable by the It}. I1. 11.1 ('ontract Time. I'}ne lime 1¢~' completion ~n calendar dn\s should be included on thc Bid Form in the space p~oxidcd. Complc[io~ [it~c \sill hca ~t~ot]5 lacto~ ~n thc a~a~'d of this project. All work slaall be complete x~thin thc calendar da} COLlnt required b} thc C7ontraclor's Proposal. Thc c~llClldar day count shall commence ton (10) calendar days alter thc date of thc Notice to Dl-occcd or Xk hell lhc contractor begins x~oik, whichexe~ co~cs first. Pr~o~ to thc ~ssuancc of the Notice to P~occed by lire O',\l~c~, the Contractor shall submit dc'lailocl P~o?css and ,qchcdttlc chart to thc ()\',ncr io~' approx ah ~×tens~on of the contract tin~e shall bt: based on a ('hangc Order or ',\qntten ~_tmerldment :.Is specified in IIena 130 of lhe (iencrzil Proxisions. Liquidated Damngcs. isioIlS t'of liqui¢tated damzt?s are sci forth in the Contt'nct Liquidated damages for this arc: q,\o h/mdred zip. ti l'olty dollars ~24t} ()Itt per da} 5;ul)stitnte or "()r-l~XlualTM Items. thc (Tontract. ii' ax\ardcth rxil] he on thc basis ot materials and equipment desclqbcd in thc D~axx ing~ or spccilicd in thc Spccificzltio~s x~ithot~t consideration of possible substitute or "o~cclual' items Whenever ~t is indicated in thc Drawings or specified in the Sl*Cc~lications that a substitute or "or equal" itcnn of material or equipment may bc I'tt~-ni~hcd or used b3 ContractoI~ if acceptable to Engineer, application for such acceptance will riot bc consictcrcd by lSnginccr until al}er thc Effcctixc Date of thc Agreement. No substitutions should hc conxiclcrcd dut-ing thc bidding process. Subcontractors, Sul)pliers, and Others. organizations to be submitted to the ()x~ncr m advance et the specified date prior Io the IL[)ectivc Dale of the Agreement, lhe apparenl Successt:ul Bidder, and any other Bidder so rcclucsled, shall within seven iV) days oiler the request submit to thc Owner a list of all such St~bctmtractors. Suppliers and other pc~sons and organizations proposed Ior those portions el tho Work I(*~ which such iclcntil'icz~tion is requested. Such list shall bc accompanied by ar~ experience statc~cnt xxilh pcrtincr~t inlormation regarding similar projects and other cx idcncc of cluallficntion for each stroh Subcontractor, supplier, person or organi/ntion if requested by thc ()x~ ncr. If tiao Owner, after duc inxestigal~(m, has reasonable objection to any pr~q¢osed Subcor~ti-actol, ~tq*plie]', other pcrSOlq or orgal]~zalion, ~D[ly, hcfoI'c thc Notice oI Xaard ~s ?sen, ~CCltiCst thc apparent Nucccsslul Bidder to subnqit a~n acceptable substitute I11 Xt []lc[1 C~ISC thc appalclll Succcsslul Bidder shall submit a~q acceptable subslitute. Bidder's Igid pt-icc n~a~ be inet'cased tel tlccrcascd) by thc dillercncc m cost occasioned by such 11.2 12. 121 12.2 13. stfl3qtituti( n, and tin0 ()xxno~ mu5 consider such price adjusmaent m e'<duating Bids and i~akitng thc COtltl'acI thc apparent Successhfl BMdcr dcchncs to make any such substitution, the Owner may ax& ilI'd Iht contract to the next longest Bidder thai ploposcs lo usc acceptable Subcontractors, Suppliers, other persons and (,gamzahons. Thc clcclining to make requested substitutions x~iII not constilule Brounds h)r sacrilicing thc Bid security of any Bidder. Contractor shall be 1oquil'ed lo emplo) an~ ~ubcontractor. ~upplier. other person or Bid Proposal Tv.o (2) completed Bid Proposals must be submitlcd m a scaled envelope as described in Item 15. Thc blank spaces m thc Bid Fonn shall he fillcct m for each item Ior which a quantity is given ami lbo Bidder shall state thc price for xxhich he proposes to do each item oi work. All blanks on the hid form must bc completed mmk or typed. No substitutions, ~cxis~ons. or omissions f~om lhe plans allc~or specificaHons will loe accepted unless autht,-izcd in x~fiting by Ibc ()xx ncr. Tt~c legal stares of tiao Bidclcr. !hat is. as a con,oration, partnership, or individual, must he stuted on tin0 Bid Folm. A corporaiion Bidder IlltlN[ l/allqe tine state in which the organl/atlOll IN cNmered. Bxls which are signed lora corporation shall have the eon'cci con,orate name thereof, ~ts post orlice address, and thc s~gnature of thc president or other attthonzed olficcr of lhc coq>oraliorl, manually x~rittcn bcloxx thc corporate name in the lol[oxxitlg manner: 'By . If thc bid is made by an indi,,idual, his post office address shall be given. Bids v, hich are nol signed by ~hc individuals making them shall haxc attached lherelo a power of attorney c~ idcnclng authority to sign the bid in tine name of the person for ~hom it is signed. thc bid is made by a firm or pallncrship, thc name and post office address of the managing member of Ibc firm or pannership shall be given or the bid may be signed by an allomc3-in lact. II signed b~ an attorney ill-facl, there shall be attached to the bid a power attorney c~idcncing authority to s~gn thc bid, executed by the members of thc firm or [lilllnCrs. Provision Concerning l%calator Chmses. Bids containing any. condition '~x [1ich pro'rides for chanoes= m the slated bid priccs due Io increase or decrease m Iht costs of materials. Iai>or. {)r othe~ items required for this project, ma~ bc rcjec~ccl and rcltu~cd to tile Bidder x~ ithout bomB considered. 14. 15. 16. 161 162 17. Estimates of Quantities. Thc qualVities listed m ttqe Bid Form will ho considered as approxinqato and will be used for thc comparison of bids Pa~mon{s ~ill he made to the Contractor only for the aCttla] quantities of x~tnk pcrlormed or materials ttnntshcd m accordance wilh thc contract. Thc quantity of ~ork to be clone and thc materials may bc increased or decreased as provided for m thc Contract Doctm~cnts. If an item is noted as a "Plans Quantity" lhen only the quanlitv shown in lhe unit bid price schedule will be paid. Suhmission of Bids. Bids will be ~ccci~cd b) lhe Purchasing Agent. and slnall bc submilted to thc Purchasing Agent. City el Coppdl, al the l'ox~n Center, 255 Parkx~ax Boulevard. P.O. Box 9478. ('oppolh Texas 75019 until. 2:00 p.m. October I1~ 2005 and then publicly opened and ~cad al(md. 'l'xto identical COlnOS of fine bid enclosed m an opaque sealed envelope and marked x~ith lbo Pr'(qcct title. City of Coppell Bid No. Q-0905-02 and the name and address of thc Bidder shall bo submitted Included with thc bid thoro should be a completed Bid ,kilidax it and a PrOlOosal Guaranty per Item 1.5 of Ihe NCq (T)G's Standard Specifications lot Public Works Constmctnm. 11 thc Bid is sent tlnough lt~c mail or other delivery system thc scaled envelope snail bc enclosed m a separate enxclope wilh the notation "BID ENCLOSED ('onqrtic~ion o1: Bethel Road I Drainage i'roject - Phase 'A'~ Project No. ST 99-05 on thc [acc of ~ and adclrcsscd to thc Purchasing Agent, City of Coppcll, Texas. Modification and Withdrawal of Bids. ][';icl,, nlay bc modified or xxithdra',,~n I~y an appropnalc document duly executed (in the manner that ii Bid nltlSt he executed) and delivered to thc place whore Bids arc to be submitted at any rune prior to linc opening of Bids. If. v, ithm t,,xentx lorn Inot. s aftc~ the Bids are opened, any Bidder files a duly signed written not~ce with the Owner and promptly tlncreafter demonstrates to the reasonable satisfaction of Owner that tlnerc ;~as a material and substantial mistake in line preparation of the Bid, that Biddcl may xkitlndraw his hid Thereafter, that Bidder xvill be disqualified from further bidding on Ibc work. Rejection of Bids. Bids may be icjcctcd il they shov, alterations of Ik)nn. additions not called lk)r, conditional biota, incomplete bids. erasureg or n'regtdadties of an5 kind. The Owner reserves the right to waive any nTcgularities m lbo bids as received and to l'Clccl any and all bids withoul qtlallllcaliorl(s). Mole than one hid fl-oln an i~qdividual, firm or pmXnership, co~oratJon or association, under linc sanqc el dilfercnl names, wilt not be considered. Reasonable grotmds 1'o~ believing that a Bidder i~ interested m more than one stick, bid may cause thc rqjcction of all Ntis in which said Bidder ~x interested Bids m which prices arc obviously unbalanced miry be rcjccled Bids suhmittcd xkifllOUl a Proposal Guarani}, per NCTCOG's Item 1.5 of tiao Stancla~cl 5pccifica/ions lot Puhlic Wol ks ('onstI uctton will he rqjectect. I I I Biddint, Dolltmt;nt~ 18. Bids to Remain Sub. ject to Xcceptance. lO. 19.5 All [}ids x\ill Temaln sub ecl to acceptance for nlnct} (901 days after thc da> of thc Bid opening, but lhc ()',~. ncr i]Ki'~, Ill IiX sole disclction, lclease anx, Bid prior to that date. ,k',,,ard of Contract. Thc ()x~ ncr rescl ;es the right to reject any and all Bids. to waive any and all inlormalities except for thc time of submission el thc Bid and to nc?t~atc con~ract terms wilh the Stmcccsslul }~itJdcl Thc ()x~ncr also ]cscrvcs thc righl to reject all nonconforming, non rosponsiNc, unbalanced or conditional Bids. /Xlso, thc O~ner reserves the rigbl to reject thc Bid el any Biclclcl if thc OxNncr bclicxcs thal it would not be in lhe beet interest of lhc Pnflcct lo make an il%zll'd tO Illat Bidder. x~hcti/cr because tine Bid is not responsive or lbo Bidder is tmquali/icd or has doubllul linancial ability or tails to meet any other pertinent standardorcntc~iacstablishcdbythcOwner Disc~cpancics in thc mtfltlplication of units of Work and trail ptqccs will bo resolved in favor of thc trail prates. Discrepancies belwccn thc indicalcd stll/~ Ol ally column of ligurcs and thc CO~Tcct sLAm thereof xvill be resolved in Ot thc COITCCI SLIlll. In cvalttating Bids. the (twncr will consider the qualifications of thc Bidders, wtncther or not !he Bids tempi} x~itl~ thc prescribed rOtlLII[CI]]ClltS, [ll]d stlch alternates, unit prices, completion trine, and othc~ dal~. as D/iix bc m',XlUestcd in thc Bid form or prior to thc Notice el-Xx~ard, lime el completion will bo a con>,id,:ralu~n in thc award of thc bid. I'hc ()x~ne~ may consider tile qualilicat.ms and experience of any Subcontractors. Suppliers. or other persons oi organizations propoxcd for those porlions of tile Work as to x~ hicb thc identity el St~bctmtractors, Suppliers, ami other persons and organizations must be submitted as requested by thc Owner. Thc (nwnc~ also may consider thc operating costs, inalnlcnancc rcqui~cnlcnls, pc~ lormance data and guarantees of m~jor items of malerials and equipment proposed [o~ intel,oration m dec Wo~k ~vhcn such data is required to be stfl~miltcd prior to thc Notice of Award. l'he Owner ma', conducl stlctn investigatums as the m, vner deems necessary to assist in the CVL[IuHIio[I el ally Bid and to establish tine responsibilits, qttalifications and linancia[ st~lbilitx of Blddc~s. p~o[)osctl Subcontractors. SuppLiers and othc~ persons and o~ganixations to porlorm mid furtqish thc Work in accordance x~ith tin0 C0~llract Documents to the Owner's satixfaclion xkithin the prescribed time. If contract IS to bc ax~alclecl, it will be a\x, arded to the lo,test and bcsl qualified Bidder :',hose evaluati(m by tile ()xxner indicales Io tile Oxxner liner the av,,ard ,,,,'ill be in thc best intciests of thc fhojcct. If Ibc contract ix to bc a~xarded, thc ()v. ne~ x~iil ?ye tile Successful Bidder a Notice of / 12 BM, hilt! 21). I:.xecution o[ A~reement. kVithin /if teen (I '% dass after xx, rltlelq notification el asgard el the contract, the gklCCOSgftl[ Bidder shall execute and furnish lo tine ()x~ncr three (3) original signed contracts and a ('c~tilicatc of l~sttraBce. 2l. 22. 23. 24. 25. ~[Hitla',il of Bills Paid. Prior lo final acceptance el this project bx thc ()x3, i1eY, thc (on[rac[( F shah execute an affidaxit tlnat all bills for laho~, materials, and incidentals incun'ed in thc projecl c(mstmctton haxc been paid m lull, and thal tlneie arc no claims pending. Bid Compliance. Bid musl comply with all Fcdctah State, county and local la,,~.s. Contractor shall not hire nor work any illcgaI alien. Notice to l'roceed. Upon excct]lion of the Contract, tire ();~ner '~ilI i,~sue a x~rtllcn Notice to Proceed to the Contractor requesting tlnal he proceed ~ ilh thc construction. Thc Calendar day count on the pt'qlccl shall ,eminence work within ~en ti0) calcndai days after thc date of Notice to P['occcd or tkhcn the cot/lFactor begins xx ork, xs ;nchcxcr OCCLII'% first. Sales fax. Thc bidder shall not include or provide for sales tax on tangible personal property to be moor?orated into thc prqlcct. In order to be exempt from thc sales tax on such tangible pe~sonaI property, lbo conlract shall separate and lin)vide separate charges for materials to be incorporated into thc pxqcct from charges fi~ labor The City will provide the Contractor with an cxcmptxm cc~ificatc [or the matc~hals. The contractor is expected lo issue a resale cc]lificatc m lieu ()f paying a sales tax at the time of purchase. Thc bidder shall show the cost of materials to bc mcoqx)ratcd into thc contract (langiblc personal propcrt? m thc space provided on thc bid form. Ibc successful bidders bid fom~ will be used to develop a scparmcd COlln'alct and %'i]1 dclcll/Mll¢ thc extent of thc tax CXOllqptioi1. Upon cxecuuon of thc constrttct~on contract, thc successful bidder shall provide a per dcm breakdown of l/ materials incoqxmtted into the prqlcct: and 2) labor, equipment. sttpervisxm and materials not mcoqx)ratcd into the l)r(Occt. Silence of Specitication. The apparent silence of tt~ese specifications as Io anx detail or to the apparent omission from ~t el a detailed description concerning any po]m, shall be regarded as meaning lhat only thc best COnlmercial practices arc to prevail All mtcq~clations of these specificalions shall be made on thc basis of lhis stmcmcnt by Oxk ncr or thch authorized rcprcscntatixe. 26. Chan~e Orders. N(~ oud stalcmnent o1' an} pcrs(m shall modif\ or other\vise chan~c, or afl'cci 2'7. *,ssignment. Iht Succcsslul Biddm shall not sell. assr?, transl~.'r or convey this contract, in ,.,.hole or m p~lrl. \.~ ithotlt thc prior ~.~. rittci1 coBscI~t of O\\ i~cr 28. Venue. This a~,reemcm \~ill I~e ?vcrned and construed accordinB to the laws or the State of Texas. This a~reemcnt is l~erl'ormahlc m Dallas (~oHnt}. leXuS. 29. Maintenance Bond. The ('lmtnlcli~r shall pro\'idc a t\~o-xcar Mamtcnarlce Bond in the amount of 50% of the Yaluc ¢/I lbo x~ ol'k at thc compldion ol Ibc pr?lout. '[he bond must be provided prior to final pa}men[ by thc Cil~. 30. 'l'esling Requirements. Thc ()~,.ncr shall make mTan.,~cmcnts xxith an independent laboratory acceptable for testing as requited bx thc consuuctkm plans and standard sl~ccif'icutions. Thc Contractor shall bear all ~clatcd costs ol rdcsts, or rcmspcctions Thc Contractor shall nolif} the ENGINEER in a timely manner of xdaen and x~hcrc tests or respect\ms arc 1o he made so that they may be prcscnt. One copy shall hc pro\ideal to thc conlractor of all repo~ls and laboratory test results Testing h~ the City docs not allcvialc thc contractors' responsibility for his own qualit} assurancc/quali~y control testing. Conm~ctor shall replace any deficient construction IIClllS Ltl his ox~ ~1 cx[lCllSC 31. O~,ertime. "Hours \vorkcd before 8:00 a Ill i)r altcl 5:00 p.m., all weekends and ho[idays arc sullject to mcmmc. Oxc~time request or scheduled tcsm~ must be made in wnting and approved by thc (Titv ol Coppcll Scvcntx txxo hums not]cc required. All OVCltlmc intuited by the City lot inspection sm-x~ccs shall he paid hy thc ('omractor. Il not paid, such cost may be deducted from pamal payments" 32. Pa} merit. C()NTRACT()R shall submit Applicamms lot Payment m accordance ,.vilh Item 1.51 of thc 0]cnclaI Proxisiotls AplflicaUons 1'~>~ }htxmcnt \sill be processed by ENGINEER as [x'ovidcd in linc (~cncl'al Proxisi~ms. I I I BUldinq, 33. I)ocumentation o1' existi~ conditions. ('(~lqlr~lt'lol mtlsl v~deo und proxidc c{~p} lo City (q existin~ ctmclilio~s xxilhin entire x~rk iii'cji [3iioi' {o the sta~t ot constrttcl~(m. I'his is subsidiitrv to Pav Item 1-2 "Site Preparalion". I)5 t'll'~ ()1 (( 1Iti1 Bill\l): (b) P, IDDER has familiuri/ed itself with thc nalule and e×tent of lhe Contract [)octnnenls, Work, ~itc. ]ocalit), and all local condilion~ and Eaws and Regulations that in tun) II/:lllllC1 IllaX a~{cc[ COst. [)lo?ess, pOl[t}l'lllitllC¢ or furnishing et the Work BII)DER Ina~ ~;tudicd ,:m'ctull', all reports and drax~mgs of subsurface conditions COlltaillcd ill Ibc ColllltJCI docunncnts and which ha~c been used in preparation of the conlract documents. CONTRA("IOR may rely upon the accuracy of the technical data c(mtuinccl in such tepees, but no; upon nontechnical data, interpretations or opinions contained lherein or for thc completeness lhcrco[ for CONTRACTOR's Except as indicated in thc immediately preceding sentence, C()N 1 RACTOR shall have full rcsponsibilit5 with ~cspcct to subsurlktce conditions at silo BIDDER has studied c:uefull5 all chax~ ings t~l' tile ph3sical conditions in or relating to existing sial'aec o~ substn-['acc structures on tile rote, which are contained in thc contract documents and ~hich haxc boon utilized m preparation of thc contract documents. CONIRA('F()R may rely upon lhe accuracy of the lechnical data contained m such drawings, but not for thc completeness thereof CON IRACTOR's puqx~scs. Except as indicated in thc immediately preceding ~cntencc. ('ON IRACT()R shall have lull rcsponsihilily '.~ith ~-espcct to phy:-ical conditions in or icIating 1o such strtlcttn-cs. BIDDER has obtained and carelully studied (or assume~, responsibility lbr obtaining and carel'ully stud}ins) ail such oxanq~nallolls, investigations, explorations, tests and studios tm addition to o~ to supplement those relenTed Io in (c) above) which peNain to thc subsurface or physical conditions at thc Kite o~ otherwise may affect the cost, progress, performance o~ lurnishmg of thc Work as BIDDER considers necessary for Ibc performance or /unaishing of the Work at fine Contract Price, within lhe Contract Time and m accordance with thc other terms and conditions of the Contract Documents: and no additional examinations, investigations, explorations, tests reports or simi]ar informauon or dala arc or will be required by B~DER for such purposes. BIDDER has rexicv, ccl and chocked all inlo~mation and data shoxxn or indicated the Contract Documents with respect to existing Underground Facilities at or COII[IgtlOUS It) Ibc site and assunlcs responsibility for the accurate location of said [Jndem'?'ound Facililiog No additional examinations, investigations, explorations, tests, repolIs or similar information or data in respect a{ said Underground Facilities arc or xxitl bo required bx BIDDI(R in order to por['o~ m and flmUsh the Work at the Contract Price, kk ilhin lbo (?onllacl Tinlc and ~n accoldance with the other terms and conditions of thc ('OllllaCI Documents. BIDDt{R has con-chltcd the ~csulls el all such observations, examinations, mxestigations, explorations, tests, rcpolqs alld studies x~ ith thc terms and conditions thc ('OI/[I'i~C[ DOCtlIllClIIS. l / 7 Iqidding l)o<utIlctlll 7 [:IIDI)ER t~as ?~,cn [{N(HNt'ER v~nttcn notice of all conflicts, errors or clisc~cpunczcs thz~t it has discoxeted in thc (7ontrac/ Documents and thc written rcsolulion thereof I~} [{N(;INEID{ is acccptab}c to BIDDER. TJlis hid is Eel/Llill¢ zlt/d not nlade in thc inlcrcst of (u on behalf of any tlndisclosed poise[l, J'il'lla el cou~oration and is not submHted in cont'ornldy with any agreement Of I'Ll}ON hi' Lin) gl'Otlp, association, organization or COI~OI'[IIiOI1; BIDDER has not dncctlv or indilcCl]) illdklced oi solicited max other Bidder lo submit a false or sham Bid: BIDDER hzt, not solicited or incluccd an3 person, Iirm or cou)oration to reft'mn from bidding: and BIDDIER Iqz~s not sou?at by collusion to obtain for itself' any advanta? oxcr anx othc~ Bidder or over OWNI~R. It ix ul~detslood al~d a~reed that the Follo',.,~ing CluantHles of work to bo done al unit prices arc approx~nnatc only, and arc intended prn~c~pally to serxc as a guide in It is understood and agreed that the quantit;cs of work lo be done at unit prices and materials to bc Funnshcd may bc mci'cased or diminished us may be considered necessary m thc Opllllnll of the OWNER to complete thc work fully as planned and conlo121p]itlcd, allld Ih[il ill] quantllics of' wolk, whether increased or decreased, are to he performed att thc unit prices scl /onh, except as provided ikon' in thc Cor, lract Doc [ll/1cllls Biddc~ undelstands and agrees that all ;sork undcl' this contracl skill be constructed in phases lllall x~ll likely requite mn]liple move ms bx contractors and/or subcontractors and hnlher understands lhln all work shall be completed ~ithin thc calendar days bid. Completion date xx~ll be cslahlishect in lbo Nonce to Proceed. It is understood that time of completion will bo a cnnsiderution in thc ax~iu-d el lhe bid. It is understood and agreed that the contractor's experience in this type of work will be a strong considerntion m the a',,~ ard of tile bid. It ~s strongl,, rcconmqcndcd that each t',iddcr ;qsH the ,,itc print I(1 submitting a bid. O.'~nslructinn constlillnts exist, including lI[ll'i'ic. [hilt could itl'loci productivity, BIDDER ',~ ill cotnplcte tile Work For tile ]'ollox~ ing price(s'K Bethel Road I l)raina~e - Phase Projed ~ No. ST 99-05 UNIT PRICE BID S( IfEDI;I E BASE BID I-I 1 12 l I-3 1 5,208 I 5 582 l init l)tscription and Plice in Words Mobilization Complete In P/acc and ,~ Cents per L(/MP SLJM. She Preparation Complete In Place and ~*~ Cents per IMMP SUM. LS Remove and Dispose cfi' Exislin~ Headwall at + Sra. ~1409 omp crc In ['lace and -D~ Cents per I,UMP, [~M. Box Culvert and Channel Excavation C*m~plctc In Place c~c~- [ )ollars and '-b~ Cents per CIJBIC h'ARI). Borrow and Emb~m~ncnt Complete In Place Dollars and "~C~ Cents per CLBIC (TY [ Jnit Price I 0 Total Price ,, ,z 9R ]?idding ~ooumel?ts 16 Bethel Road ! Drainage Project, Phase 'V Project- No. UNIT I'RICE BID ,%(:IIEDI:I~E BASE BI1) Quantily [bdt I)cscription and [hicc in Words [Init Price 582 [ 9 t I 10 ?.9 IF CY Subgradc Faih~rc Rep lir (Fypc ',,\~ Grade I t;Icxible Ilase) } Complete in Hacc per CIrBIC YARD. Cement Ii'calcd Base Backfill Complele in }'lace and ~o Cents per IJNEAR FOOT. 1.5'x 3' PVC ~ oared Gabion Structures Complete in Place ,~-C Cents per CUBIC YARD. 29l C'~ _> X · I Vt. Coated (iabion (7omplcte in Place : ' ' ~ c~.- Dollars ;md '~ Cents CY I' (}abion: 1 ttrcss Structure Complete ia Pl:~ce and ~t Cents per C[ BIC YARD Total Price I 20R ~?iddmg Doculnen~s BclhelRoadlDraina~,¢. Phase'A' Project - No. S'I 09-{)5 UNIT F'RICE BID S(tIEI)Irl.E BASE BI,l) ltcm Quantib' 1-1 1 1>8.4) 114 1 l!nit Description and Price in Words [hilt Total Price Phce ¢ intel 5 x 10'Mult~ple Box 20'88.49 (~omplcle in Place and ~ D~ (eats ~cr LINEAR FOOT. -85 * LF '4Bancl 5'x I0'NlultiplC-Box-- Culvert flora Sra. 20+88.49 to 21 ~ 73.49, Extend and Connect Existing 5' x 10' ox ( uI~e~ ~d 60" RCP ( ¢ replete m Place ' :~cr LINEAR FOOT. I EA Non Skewed Parallel Wing Wall At Sra. 2 l +73.49 (7omplete in })lace and ~ ~' (~ents ~er }~ACH Kestorc Dlstu bed ~Mca (Tnmplete in Place and . --~> Cents cr I.I,MP SUM ,%6-£('. ] 2]~ Bidding Docl~.*ent$ Bethel Roadil)raim~geProjccl Phase'A' Pr(dcct - No. ST 99-05 UNIT PRICE BI1) SCIIE[)I~I~E BASE BID i!r I 1 6 Item Quant y [Jnir I)escriptirm and Price ia Word; !knit No. Price Water l,ine Complete in Place taxi v -q~ Cents per L~-EAR FOOT. 1 LS -1 mnsition To Existing Box (?ulve~ Under [3~t~q Road and %~ ~): (~ellls I- 17 1 I~S Traffic Control Plan I-I8 IF Complete in Place and -;y~ Cents per I.UMP SUM. Erosion Control Pkm Complete in Place and ..~ Cents French SaJbty System Complete m Place T)c~ [;ollars per I.INEAR FOOl'. c nr cot ~o kx. 8 kVatc~ Linc (bmplete in }'lace and .-)~ ('cnts per EACH Total Price " Bidding l)ocuments I:letllelRoadll)rainageProjec! Phase'A' Project- No. SI' 99-05 I'NI 1' PRI(TE BID SCtlEDUI,E BASE BII) Unit Description and Price in Words 16" x 8' f , , , appmg 54 cc',c & Va,vt :?omplete in Place ,,~ md ~'~ Cents cr FA([ ! Unit Price Asphalt Removal & Replacement Cornplcte in Place and -~ Cents per SQIJARE YA~) ~ ~ d,o~ ~" Ductile Iron Pipe Complete in Place 18" Storm (?omplete in Place ~ ~ I )ollars and "v,C; Cents per k]ACH. Total Price IOTAL BID III,hMS BASE BII) 1-1 thru 1-24 (,lilLE PERS(}NAI~ I'R(II'EIITY COST 2 o,o o--D · .I 2 ~R Btdding f )oc:~mems BID SU31MAI~Y CAiS{NDAR DAYS BII)I)L{I,~ :~grccs that all X, Vo~k awarded ,,viii be cumpleted within I/~ ('alendar Days. (-iontract time will COl[nnlelleC lo Frill as provided in the ( ontract Documents. Communications cnncerning this P, id shall be ~ddrcsscd t(> thc address of BIDDER indicated on thc applicable signature page. BIi)DER understands that the Owner is exempt f?om State Limited Sales trod Use Tax on t:mgible personal propert5 to bc incorporated into thc project. Said taxes are not included in the ( onu'act [ ncc (see h~structions to Bidders). I'he terms used in this ]Bid which arc defined in thc General Conditions of the Construction (~ontract included as part of'the Contract I)ocurnents have the meanings assigned to them in the (;enera! (~onditions. I't~c C'ity oI'CoppelI reserves thc right to dclctc %' pc rt5 ~II of this project as it may dccm necessary to stay xxithin thc C;ity's available ftznds. Should thc (Tit) clcct to &leto any portbn, the contract qulmtitios will be adjusted accordingly. PIIOPOSAL (,[ 4R3.NT~ \ Proposal Guaranty shall be provided in acorn-dance ~ith Item 1.5 of the NCTCOG's Standard Specifications for Public Works Construction. BID \I'I'ID\\II L A ('orporatiun A~Joint \entUl'e L I~REVAilAN(; XVA(;E RATIOS Plant \\'ci~hc~ 14 15 (a!pcnku ] i !O ( onc~ctc Pa~mg Finishing ,klachmc 13 6~ ~'on~etc Pa~mg Joint Sealci 1250 ('onc~ck Paxmg Saxt Operator 13 56 (onctctc Rnbbcr 1~ 12 ]; ,.." 'ti S 43 ()ilex 14 98 t),cinfi~r~ lng SI(el Nc'Iici Pa~lng 1486 Rollc~ SteeIWhcclPlant XNx Pix(merits 1128 Rollc~ Steel Wheel Other Flatwhec] Ol Tamping 10g2 Rollc~, Pneumatic, 5elf-Prop(lied I l0w 5;ciapcr I 1 4? Sci~l cl 12~2 Nhp lonn Machine Opcralol 12x~ SpIcadc[ Box OpcIatol 1002 Fractoi-Ciawlcl lypc 12 60 ila~ chng Mixer 1203 I'ruck l)rixel I or, boy Irloat 14 9x I tuck Drixc~ Stogie Axle Itght l0 91 IR~ck l)nxcr landcm Axle Sciii} Iralle~ I I 73 Duck I)~ixcr-Irau>ilMix 1208 I{11) I>l~OP()~:\l~ ,,\I)I)ILNI)A NO. I \I)I)I.~IM LXI N() I ()( \ [ I}I{rFIlF]I, RO-',I) I)KAIN'~(;I'] PtlA~Fi liid No. Q-09(i5-0~ ('()PI'El Tr:lnSyslems ('orporation ('onsulting I(nginecrs Dallas, l'exas IXg[l I)A II{: BID [) \ 1 t{: ()ctober 3, 2005 October 1 I. 2005 ~ )n ",Cl~tCrnbcr 27. 2()0~, at I'rc-P, id Xlcctmg ',',a~, ]acid. Numerous items x~e~c discussed during thc his addendum modiI]cs and extends thc rCCltfircmcnts of thc plans and spccil]calions liar lite 5:taplc thc,,c addenda tt~ thc inside ol'thc rear co'~er ol the construction spccil]cations or bind ti iH[() the con~,t~uction spccillcalions at thc end ol'the Bid Propt~sal. Note iccc~pt o/'all addenda on thc Plid form located in thc Bidding Documents, and also tart l[lc otttsidc co~,cr (d'/hc cnxclopc containing thc Bid I)t~curncnt', ('ONS I'I,~I'("I'ION SPI(( ! FI(',\TIONS lite fl)llo~ inll clarification addrcsscs Instruction to Bidders, 2. Scope of YVork, Page 1-5. ~, being const~ uclcd in adx anco of thc roadx~a} project to allow ikw thc dexelopmcnt of ad.jaccnt 2 ] 7" 49 Iht instzdlation t>l a ;4-1bot botton~ ',xidth tax'then ct~annel ~xith 6-1k~t>t high gabion pox~tixc dr:linage uHtil thc I:n'Bcr road~a} proic'cl i~ completed Ibc relocation ol aplWOXm~atcl) 2~2 lmca~ l~cl oI 8 H~ch wat~'~ linc. I'achcco Koch is thc cn?nccr for thc dc~ clopci oI thc adjaccnl p~opcrt> 'lhe installation of dcxchq>nnent ol thc pr~q~crlx la~xu hccn added to thc ~copc ol lilt pr~!cct b} tlnis addcndt~m ['uchcco Koch x~Hl bc ~csponsiblc 1~ ti~c ho~i/tmtal and ~crtical sluking oi these Replace pages 1-19 to 1-24 of tile Ilid Schedultc ',',ith tilt' nltached pages 1-19R Ill 1-24R. item I-11 (juantit? changed Item I-lq Quantit> ~md [:nit changed Items I-2(} to 1-24 ~dtlcd 'Fh¢ follo'¥,,in,e, clarific:ltion addresses Pax lit'in #5 - tlorro,,~ anti l']lnbankment, Pnge 5-4: 5;ilc cxc;~xatcd material that doc'< not n~cct thc rcqui~c~ncnt*; stated in thc pay item ma> not be The follo',',in~ clarificnlions a(Idre'~s I)a) Item #11 - I'hree Ilarrel 5' x 10' Multiple Ilox ¢'ulxert, Pal~e 5-5: t:,ackllll behind thc ph~g al %l~tion 10' <0 max bc ntti; c nt~ltcrial anticil*attcd that 1}1¢ muhiplc box cul,,crt xxiJl bc poured on rl;~t~n:iJ ground and the placement thc t, oxcx that migln bc cncot. Uc~cd. I'ht' li~ll(~x~ii~, ch:luges should be m~dc to lh~' firsl p~r~tgl'al~h For t~;~ llem #11 - Three Iht fl~lli~,~i~iK cl~trilicatiol~s ~ltlttFc,;s P~i.', Item #12 Fot~r II;irr¢l 5' x 10' ,~lultiple Box ('ul',ert, Pa~,c 5-6: I'he folhn.,in~ changes should bc made to tile first paragrallh for I'a5 Item //12 Four Ilarrcl 5' x lO' Multiple Ilex ('uhert, PaRe 5-6: I)e[ete Ibc l~tsl sentence: 'thi~ pay i toni ~halI consis[ ol the installation ol a ca3t m place tbut-barrel ? x iff concrete box ~ul~crt flora Ntation 21 '()~ 5~ tu ~tatinn 21 -7; 49 m acc~,rdancc ~si;h I xl)()l Standard MC-lO ~ alibi to [~/C ~ladt'fi Lib ~J/o~kll II1 thc [lJal/~" \nd rcpl~ce xxith: ' Iht5 pa> {tern shall consist el fl~c h~stallation of a cast-in place Ibm bmrcl 5' x I(Y concrete box cuhcn hem Ntation 2<~-XX49 t,) Statism ]l , 7~ 49 u] accordance v, ifla l xl)()[ %tandard Nl(' I0- Ihe follm~in~ changes should be made to the second paragraph for Pa3 Item //12 - Four Barrel 5' x I0' Mnltiplc Box ('uhcrt, Pa~c 5-6: "\\ ~t'k shall al~o h]clude tho installation of'/' qecI plate Ixdled c,n tu thc l~icc of/he box cul:erts replace xx ith: shaHincludcthcplng?/g4fl'thcnnlhiplchoxcuhc~ttn Ntati(m 21,7149. lhcrc Sheet 14 shot~ lng an acccplahle method o1' ph~gk:ing thc muhiplc box ctllxcG ~ith a lbo Commactoy }las fl~c option to use this detail or to submit an alternate detail ;lpprt~gll" \dtl the t'ollo',,~ing sentence to lhe end of tile secmtul paragraph fl~r Pa) Item //12 Fnur ['lan'el 5' · lO' Multiple Box (Tnhert, Page 5-6: 'l hc ('untrach>t shah lca',e an opening iii thc ~a[l of thc nmhilqe box culvert fbr the l'uture tnsMl[at~on td 18" S[OFIll ,hain pipe Ibc x crticaI and horizontal lucation el'the opening shah be Delete tllt'descripfilm forl'a', Item 15 b~elocateand l,o~',cr Existing\Vater Line, Page 5-7 in ils entiret', and replace,,~ith: 'llft, pa} nam shall ounNixt el ~ch~calin? thc cx~snng S-inch ',,later linc in the location as sho~n hnni,hing alia installing 8" l'q(' et ductile /Ion pipe, lo~cring iht x~atcx linc, cutting and plugging l}~c existing x~atc~ linc, mcga/ug finings, and concrete blucking C'ontractor to conllrm Iht exact location alld cxlctl{ Ol [}lC conl~ic/ ~ith existing tllililics pr'~or to rch)cating the xsaler ]1z7c %elk 5halJ bc in co~llpJiallcc ~i~]1 N( I[()(} I:CIll 6.7 I and (7i~5 et ('oppell Slandald 4 thc x~,tk, inc]uding cxca~ alison, cnd~cd~x~cnt, bh,ckUlg, poi', cth} lone wrap, lhrt~st restraints, backGll. I'he l'ollo',~ ing chan~,es sllotlld t)c mnde Io thc '~ccond i'~:lragraph for Pa) item #19 -Trench 54at'et> %5stem, Page 5-9: l)c]ctc: 'hlc;isurcmcnt and [)itxHlenl shall be made on the Inasis et pilot Inid per linear Ibot/lA:) along the ccnlcrlinc oi thc multiple hex culxcrt killd shall bc total Ct)I!i[~ClISiIIh~II ['OF Iurnishing all materials, \dd the l'ollo',',in~, INK', Items to Section Fi~,c, Description of Pax Items: Item fl20 ('onnect to Kxisting. ~" l,¥ater l.ine Ibc existing g-inch k~iltCF liI1C at{ thc ]ocittio~ indicutcd on ibc plans, ilacltidmg isolating tine Details. NlcaxuiclaicI'd and Pa',lncnl shull bc muclc on thc bi/sis ol I}~c price t,ict per c~ch /I/k) and shah be Pax Item #21 16" ·g"l'appingSleexeandVal',e and [Li~ mcnl ~hal] t~c re,dc on fl~c ha~l~, td flit prxc hid per each (I<:X) anti ~haJ{ bc ~unpcn~a/{on {o~ tUl,~i~hm:~ all labor, malcrMl~ and equipment ncccssark to complete thc Pax Item #22 A~phMl I{cmoxal and Replacement Ntan&ml l)cudl q()7() in lite ('it} et ( oppd[ Ntandard (:*m~tructum Details. Iht Ixpc 1)' JIM X(' irmtallcd Ibc ( onhacto~ and Ibc ()x~ncr's rcpr'cscntatixe shall measure the Pax Item #23 lq" I)uctilc Iron Pipe png~oscd muhiplc hex culxcrt lhi> pa> item docs not include thc ductile iron pipe l'cquircd lbr fi~c rducati,m el linc ex,ding 8" xxatc~ linc under Pax hem 14 Ihe horizontal and vertical h*catiun o~ thc pipe ~}aa[[ 13c established bx Pacheco Koch ['nginecr~ I'hc pipe shall be tcqcd and plugged on butln ends kkoTk shall be m accoFdallcc xkith all applicable 'xlca,urcmcnl ami Paxmcnt shall t~c lnudc on thc bads el thc price Nd per linear tbot (I.l') and shall hc fl~c t,>tu] compensation tbr lkunishing all labr. matctial~ and cqtnpmcnt nccessar5 to complete thc work. including cxcax atitm, cmhcdmcm, blt>cking, pob cfll} lcnc xklLtp, thrust restraints, backIill. Pax Item #24 I~" Storm I)rain Ihi~ pa? item ~,hall con-;ist of tile h~xtalhdon*q'one (I) 8 tb*)1joint ut 18" storm drain pipe (ReP C '~*. (las~ liI) [he pq~c kxi[] he dod into thc gabion wall sIl'tlclurc iii accordance with the details and Paxmcnt >;hah hc nladc on thc ba-.i~, oFthc price bid pc] each ii{A) and shall bc ( ()NSI'RI'(IIONI'I.ANS ltcm No ~) Re~ iscd 5;heel h,o. 5 dated Scl}tend)er 30, 20(15 is attached. l'he i~stallation ot fifty (50) hnea~ feet of 8 tach ductile iron pipe, ()ne 41)joint of 18-inch storm dram p~pe, and an opcnmg m the multiple box culvert have been addcd to thc shcct The l'th~ck gab~on mattress has been called out Imm No. !0 Re',,ised Sheet No. 6 dated September 30, 2005 is attached. '['he installation of one (1) jnint of 18 inch storm drain pipe has been added to the sheet Item No 11 Revtsed Sheet No. 7 dated September 30, 2005 is attached. Early Storm Drain Installation Ends At Sra. 29+00' has been revised to read 'Early Storm Drmn Installation Ends At Sta 26+10.' Item No. 12 Reviewed Sheet No. 8 dated Sept~ml~r 30, 2005 Is attached. The alignment of the 8-inch water line relocation has been revised. ENT) OF ADDENDUM NO. ONE Th~s addendum forms a part ()f the contract documents. The original Contract Documents and any pnor addenda remain in full force and effect excep~ as modified herein which shall take precedence_~y~[ any contrarv prov~smns m the prior documents. $*~.: _.1~."... ~ ~CHARLES CRAIG BOND~ r,4804 Char]es Clalg BoDJ,PF. /~- ;~-0 ~ 7 SECTION 2 CONTRA CT DOCUMENTS STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR ON THE BASIS OF A STIPUI,ATED PRICE THIS AGREEMENT is dated as of the )(/ "l/ day of, ~, ~( t x,i K;~ in the year 2005 by and between the CITY OF COPPELL, TEXAS, a municipal corporation (hereinafter called OWNER) and CRAIG OI,DEN, INC. (hereinafter callcd CONTRACTOR). OWNER and CONTRACTOR, in consideration of the nmtual covenants hcreinafler set forth, agree as lbllows: Article 1. WORK. CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: This project consists of drainagc and channel improvements designed as part of the Bethel Road I project, which will be constructed in advancc of the Bethel Road I project to allow for proposed development. The project will include the installation of±150 linear feet of cast-in-place three-barrel 5' x 10' box culvert, ±70 linear feet of cast-in-place four-barrcl 5' x 10' box culvert and wingwalL the installation of ±440 linear l~cct of a 35-foot wide earthen channel with gabion reinlbrced side slopcs, excavation, removal of an existing headwall structure, and the adjustment of an existing 8-inch water linc as described in the plans for ST 99-05. Work shall include all components necessary for the "turn key" construction of the project as shown in the plans for the Bethel Road Drainage Project - Phase 'A', # ST 99- 05. The Project for which the Work under the Contract Documcnts may be the whole or only a part is generally described as follows: Construction of the Bethel Road 1 Drainage Project - Phase 'A' Project - No/ST 99-05 Bid No. Q-0905-02 Article 2. ENGINEER. Thc Projcct has been designed by the TranSystems Corporation Consultants. Contract administration wiI1 be provided by the City of Coppell Engineering Department who is hereinafter called ENGINEER and who is to act as OWNER's representative, assume all duties and responsibilities and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Docnments. 2-2 Contract Documents Article 3. ('ONTRACT TIME. 31. Tho Work will be completed within 111} calendar days from the date when the Contract timc commences to run as provided m item 1.13 of thc General Provisions, and completed and ready lbr final pabqnent in accordance with Item 1.51 of the General ~'~ox isions. 32. l.iqtfidated Damages. OWNER and CONTRACTOR recognize that time is of thc essence of this Agrccmcnt and that OWNER will suffer financial loss if the Work is not completed within thc time specified in paragraph 3.1 above, plus any cxtensions thereof allowed m accordance with Item 1.36 of the Genera[ Provisions. They also recognize the delays, expense and difficulties imolved m proving in a legal or arbitration proceeding tbe actuaI loss suftL'red by OWNER il'tho Work is not completed on time. Accordingly, instead of rcqtm'ing any such prool'~ OWNER and CONTRAC~IOR agrec that as liquidated damages fbr daily (but not as a pcnalty) CONI RACTOR shall pay OWNER Two hundred l'orlv dollars ($240.00) l~w each day that expires atlcr the time spccified in paragraph 3.1 lbr Completion nntil thc Work is complete. Article 4. CONTRACT PRICE. 4.1. OWNFR shall pay CONTRACTOR lbr completion of thc Work in accordance with thc Contract Documents in current funds subject to additions and deductions by Change Orders as provided in the contract documents in accordance with thc unit prices listed in Section 1 Proposal and Bid Schedule. The contract sum shall bc the amount of S537~387.50. Thc total tangible personal properly cost included in the contract sum is S20~000.00. Article 5. PAYMENT PROCEDURES. CONTRACTOR shall submit Applications ~Br Payment ill accordance with Item 1.51 of thc General Prox isions. Applications tb~ Paymcnt xxill be processed by ENGINEER as provided m the General Pro\ isinns. 5. I. Progress Pa?lents. OWNER shall make progress paymcnls on account of the Contract Price on lbo basis of CONTRACTOR's Applications for Payment as recommended by ENGINEER, each month during construction as provided below. All progress pa~nents will bo on dae basis of thc progress of the Work measured by the schedule of values established in Item I51 of tine General Provisions (and in the case of Unit Price Work based on iht nunlbcr of units completcd) or, in Ibc event there is no schedule of values, as pm\ ided ill tile General Pro,, isions. 5 1.1. Prior to Completion, progress payments will be made in an amount equal to thc percentage indicated m Item 1.51.2 of the General Provisions, but, in each case, less tile aggregate of pa>qncnts previously madc and less such amounts as ENGINEER shall delcrmine, or OWNER may withhold, in accordance with Item 1.52 of the General Prc, x isiot~s. 52. Final Paymenl. Upon final completion and acceptance of the Work Jn accordance with Item t.51.4 of thc General Provisions, OWNER shall pay the remainder of the Contract Price ils recommended by ENGINEER ils provided ill said Item 1.51.4. Article 6. INTEREST. No interest shall ever be duc on late payments. Article 7. (~ONTRACTOR'S REPRESENTATIONS. order to induce OWNER to enter into this A~eemcnt CONTRACTOR makes thc following rcNcsentations: 7 1. 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 m Item 1.3 of the General Provisions, and accepts tile determination set lYrlh ill Item SC-1.20 of tine Supplcmcnta~T Co~nditions of thc extent of the technical data contained in such rcpo~s and drawings upon which CONTRACTOR is entitled lo rely. 7.2. CONTRACTOR has oNained and carefnlly studied (or assumes responsibility for obtaining and carefully stud_sting) all such examinations, investigations, explorations, tests, reports, and studies (in addition to or to supplement those referred to in paragraph 7.1 above) which perlain to thc subsurface or physical conditions at or contiguous lo the silo or othe~-,vise max affect the cosh progress, performance, or furnishing of the Work as CONTRACTOR considers necessary fnr the perf'ormance or furnishing of'the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of thc Contracl Documents, including specifically thc provisions of Item 1.3 of the General Provisions; and no additional examinalions, investigations, explorations, tests, rcporls, studies, or similar int'ormation or data arc or will be required by (ONTRACTOR fbr stlch purposes. v3 CONTRACTOR has reviewed and checked all inlbrmation and data shown or indicated on the Contract Docmnents wilh respect lo existing Underground Facilities at or contiguous to the site and assumes responsibility For the accnrate location of said l:mterground Facilities No additional examinalions, investigations, explorations, tests, repol~s, studios, or similar inlbrmalion or data m respect of said Underground Facilities are nr ~xill be required by CONTRACTOR in order to perlbrm and fhmish the Work at the 2 4 CUntract Documents Contract Price. within thc Contract time and in accordance wilh thc other terms and conditions of the Contract I)ocmnents, including spccilicall? the provisions of' Items 1.3, 12(I and 1.21 oft}lc General Provisions. 7.4. CONTRACTOR has CmTclated the results of all SLlch observations, examinations~ investigations, explorations, tests, reports, and studies xvith thc terms and conditions of the Contract Documents. 75. CONTRAC'IOR has gi,,en [iNGINEER wri/lcn nolice ol7 all conflicts, errors or discrcpancics that hc has discovered in lhc Contracl Documents and the written resolution thercol'by ENGINEER is acceptable to CONTRACTOR. Article 8. CONTRACTOR DOCUMENTS. 'Ihe Contract Documents which comprise thc entire agrccmcnt between CONTRACTOR concerning the Work consist of the following: OWNER and 8.1. This Agrccmcnt (pages 2-2 thru 2-7, inclusive}. 8.2. Exhibits to this agr¢cmcnt (imlncdiately lbllnv, lng this Agreement, inclusive). 8.3. Certificate of Insurance. 8.4. NoticeofAward. 8.5 Part I: General Provisions of thc Standard Specifications for Public Works ('onstmction, NCTCOG, Third Edition). 8.6. SupplemcntaLw Conditions to the NCTCOG, Part 1: General Provisions (pages 3-2 thru 3-10). 8.7. Specifications bearing the title: "Construction Specitications and Contract Documents for "Bethel Road I Drainage Project - Phase 'A' - # SI 99-05 lot' tile City of Coppcll". 8.8. Drax~ings entitled: "Bethel Road I Drainage Projec~ - Phase 'A' - # ST 99-05 for tile City o£Coppcll". 89. The l'olloxx ing listed and numbered addenda: S.ttl CONTRACTOR's Bid Proposal and Bid Schedule of Section I - Bidding Docnmcnts. $1 I Documentation submitted by' CONTRACTOR prior to Notice of Award. 25 Thc following which may be delivered or issued after the Effective Date of the Agreement and arc nol attached hereto: Ail Written Amendments and other documents amcndmg, modi~sng, or supplementing the Contract Documents pLirsmmt to Items 1.37 and 138 et'the General Provisions. $. t 3. The documents listed m paragraphs 8.2 et seq. above are attached to this Agrccment (except as expressly noted otber,,~ ise above). Thc Contract Documents may only bc amended, modified, or supplemented as provided in Items 137 and 1.%8 el'the ©choral Proxisions. Article 9. MISCEI~LANEOUS. 9.1. Terms used itl this Agreement which arc dctincd in Item 1.0 of the Gcncral Provisions ,,,,'ill have the meanings indicated in the General Provisions. 9.2. No assignment by a pa~ty hereto of any ~Sghls under or interests in the Contract Documents will he binding on anotber party hereto x,,ithout the written consent of the party soughl 1o be bound: and specifically but without Iimitation moneys that may become due and moneys lhat are duc may not be assigned without such consent (expect to the extent that the effect of this restriction may be limited by law). and unless specifically stated to tiao contra~ in any writicn consenl Io an assignment no assignment ,,','ill release or discharge the assignor fi'om any duty or respo~'~:~ihility under thc Contract Docmnents. 9.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to Ibc other party hereto, its partners, successors, assigns and legal reprcscntatixes in respect of all covenants, agrccmcnts ami obligations contained in tile ( 'ontrac! Documents Articlel0. OTHER PROVISIONS. IN WII'NESS WHEREOF. OWNER and CONTRAC'IOR have signed this Agreement in ~nplicate. One counterpart each has been delivered to OWNER, CONTRACTOR and ENGINEER. Ali pm~lons of the Contract Documents have been signed or identified by OWNER and ('ONTRACTOR or by ENGINEER on their bchalfi ,2005. OWNER: City of Coppell ( ONTRACTOR: Craig Olden, Inc. 255 Parkwty Bot ex' rtl P.O. BOX 5000 ('oppell, TX 75019 Little Elm, TX 75068 .\ddress For giving notices: PO. Box 9478 CoppclI, Texas 75019 Arm: Ken Griffin, P.E. Dir of Engineering/Public Works Address lbr giving notices: (il' OWNER is a public body, attach ex idencc o l' atttho~qly to sign and resolution or other documents authorizing execution or'Agreement.) (Il' CONTRACI'OR is a corporation, attach evidence o l' authority to sign.) Certificate of Insurance At'ret award of'contract, Contractor will provide Owner with Ccrtificatc of Insurance which will be executed and bound hcrc with final documents. General Instructions For Bonds Thc surety on each bond must be a responsible surety company which is qualified to do business in Texas and satist-aclol>' to the Owner. Thc nan~c, and rcsidencc of each individual party to thc bond slnall be inserted in tine body thereoP, and cacb such party shall sign the bond with bis usual si~mnaturc on abc line opposite tile scroll scaI. and if signed in Maine. Massachusc~ls or Ne,,,. ]tampshire, an adhesive seal shall be afl, xed oDpositc thc signature. If tile principals arc partakers, their individual names will appear in the body of tbe bond, x,,itl~ thc recital that they arc partners composing a firm, naming it, and all the members of tile fittll sbalI exccotc tho bond als individuals. Tile signatLire oPa xxitncss sl~all appear il~ tile appropriate place, attesting abe signature o1' each individual palqy to thc bond. lfthc principal or surety is a corporation, the nan~c oPthe State in which incorporated shall hc inserted in the appropriate place in the body oP the bond. and said instrument shall be executed and a!tcstcd under thc corporate seal, the Pact sball bc stated, in which case a scroll or adhesix c seal shaU appear lblloxx ins thc corporate ~ame. The official character and authority of thc person or persons executing tine bond for the pril~cipal, i f a corporation, shall be certified by tile secretary or assistant secretary according to the form attached hereto. In licu of such ccrtilicate, records of thc corporation as will silo,,: thc official characlcr and authority of tile officer signing, duly certified by thc secretary or assistanl secrctar>, rapider thc corporate sca], to bc true copies. Thc date of this bond tqqust not bc prior to tile dntc of thc contract in connection with which it is given. CERTIFICATE OF INSURANCE Certificate# 47396 3757 i 11118105 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. COMPANIES AFFORDING COVERAGE BONDS AND INSURANCE 16600 Dallas Parkway · Suite 300 · Dallas, Texas 75248 COMF,\NY A LEI I k H Travelers Indemnity Company 97Z.201.0100 · www. mnhins.com · Fax 972.Z01.0123 City of Coppell ~ LE' '~ ~ 255 Parkway Blvd. COMPANY D P.O. Box 9478 i LE~ It H Coppell, Tx 75019 COVERAGES '¥PEOF'NSU"A"CE POL'C¥"UM' E' A ~GENERAL LIABILITY I  ~ 11 I18/05 11/18/06 ~,ouuc~s coMP oP AGG S i [ PERSONAL & ADV IN,JURY $ ,,}¢~j C INI~i',, ~ i'RO~ ' !EACH O(CLJRRENCE $ ~,~,~_ i I I , ~ I ;TATU f(~R7 LiMi fS WORKER S COMPENSATION i ' DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS RE: Construction of the Bethel Road I Drainage Project - Phase'A' Project No/ST 99 05 Bid No © 0905 02 Addition8[ hlSLlred Engineer Con ac or Craiq Olden, lac CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF ~ HE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Coppell EXPIRATION DAW THERE()~ THE ISSUING COMPANY WILL ENDEAVOR TO 255 Parkway BIvd. MAIL 30 DAYSWRICf'ENNOTICETOTHECERTIFICATEHOLDERNAMEDTOTHE P.O. Box 9478 [FFT BUT FAILURE TO MAll ;UCH NOTICE SHALL IMPOSE NO OBLIGATION OR Coppell, Tx 75019 LIABILITY OF ANY KIND UPON 1 HE COMPANY. ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE CERTIFICATE OF INSURANCE Certificate# 47395 369 i 11/18/05 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 COMPANIES AFFORDING COVERAGE BONDS AND INSURANCE 16600 Dallas Parkway · Suite 300 · Dallas, Texas 75248 CQMCANFLFT~r~ A Travelers Lloyds Insurance Co. 972.201.0100 · www.mnhins.coxn · Fax 972.201.0123 __ {x}~.~ ¥ B RSUI Indemnity Company(Swett CA) Craig Olden, Inc. c o~.~¢,~,r~v C Ha~ford Unde~riters Insurance Co. P.O. Box 5000 Little Elm, Texas 75068, {OMP~YLET]t;{ D Travelers Indemnity Co. of America COVERAGES ' , i POLICY EFFECTIVE' POL CY E~PIRATIONi LIMITS ly c:)~r:~ ,, (} ~Fr.~, ,~,L r¥ CO-1025C433-TLC-0 i 10/31/05 10/31/06 ~DOD?CyS COMPOPAGG ) S 2,00Q. 00O X ~A~ ~,,r' CAP-5409B136-TIA- ~ 10/31/05 ! 10/31/06 i?'~ Is 1,000,000 I ' LIABILITY I [ EA(:[I ~)CCU~RFNCF 6,000,000 B , UM.,¢ ~:~ ~ ~n~.~ NHA215204 10/31/05 j 10/31/06 AG(~REGATE S 6.000.000 ~00 AND 46 WE QT1256 10/31/05 j 10/31/06 pERFORMANCE BOND Bond No. PRF8830025_ STATE OF TEX.~S COUNTY OF DALLAS KNOW ALL MEN BY 'rmaSE pRESENTS: That Craig Olden,Inc. whos~ ad~$ is P O. Box 500, Little Elm,: TX 75068 -- hcf¢iria.i~cr ~l~d ~¢~, ~d Colonial ~merican Casualty and Sure~ Company _ , co~o~don o~z~ ~d cxisdn~ ~d¢ ~c laws of ~ccns~ to ~ct b~ ~ ~c S~t¢ o~T~ ~ S~, C~ OF COPPE~ a m~cip~ ~omfion o~anlz~ ~d ~ting ~d~ ac laws of~¢ ~¢ of T~, hgein~ ~led "Bm~i~", ~ to p~al ~m of _~ive Hundred Thia~-Seven ,,. Thousand. Three Hundred Eighty-Seven and 50/~ 00 ....... ($ 537.38750 ) ~ 1~ mon~ of ~ U~ S~t~, to b~ p~d in D~I~ Co~, T~, ~r ~e pa~t or w~ s~ wc~ ~ ~Iy to be m~ we b~d o~alv~ o~ h~s, ~u~ ~inis~m ~d su~om jo~fly ~d ~ly, ~ly by th~* p~. ~ BoM sh~ ~tom~ly be incr~d by ~ ~o~t or ~y w~¢h ~ ~c ~n~ct p~cc, but in no ~ ~I a ~gc 0~ or Suppl~ A~ wMch ~uc~ ~c Con.ct phcc dccr~c ~c penal T[-[E OBLIGATION TO PAY SAME is conditioned as follows: Whereas, th= P~p~ ?~k '*,.!~ ~ ~t ~, ,~.20 05 , w~ch W m~c ap~h~fbyr~r~c~ ~r ~6 ~ion of c~in pubic ~ov~a ~t ~ Bandy d~cHb~ ~ ~llo~: Construe[ion of the: Bcthcl Road I Drainage Project. - Phase Projcct- # ST 99-05 Bid No. Q-090!$-02 NOW, TI. IEREFORE, if the I~ncipai shalI well, lxuly and faithfully pcr£orm and fulfill all of the und~lkings, covenants, tetras, conditions and agrc~m~lz or said Contract i~ accords-ca with th~ plans, ~:ifi~ions and Con~act documents during/he origill.al. ~ thor. of and any ~xt~nsion th~eof which m~y bc gxan~d by ~¢ Beneficiary, with or withou~ notice to thc Surety, and during the llfe of any guaranty or warranty rcqukcd under :his Control, and shall also well ami truly perform and fulfill all thc tmclc, l~r~gs, COVL'n~S, terms, conditions and agn:cments of any and all duly authorized moditicalions or said Contract lhat may ho:rca, ilar be made, notice ofwhi=h modificalions to th~' Surety b=ing hereby waived; and, irthc Principal slmll rcphlr im~=r replace ail defc¢.s duo to £aulty mat:rials and workmanship that appear within a period of on,' 0) yea' ~m tho ddt- o¢ rmal complctlon and Final accegmn¢~ of thc Work by Owner;, ~ ii' the Prin=ipal shall fully inclca'miry and save harmless thc B~clary from all :~ts and cl~magcz which B~cJiciary may suffer by r~on or l'ailurc to so perform herein and shall fully reimburse and re-pay B~ncficiury all outlay and expense which the Bc-cficiary may incur ~n making good :ay default or dcii~cncy, then this oblig'aion shall be void; othc-rwis~, k shall rcmain ir] full forty aad effect. 2. I 0 Contract Documcn~ PROVIDED FURTB3H3R, that if any legal action be filed on this Bond, exclusive Venue shall lic in Dallas County, T~xas. ~ PROVIDED I?URTI~g~ *.ha the ~dd Surety. for ~ue reg~ h~hy ~puh/~ ~d a~ ~m no c~ ~on offim~ ~on or ~fion ~ ~c ~ of~c Co~ or to Work to h~ p~fo~efl ~ or ~ ~ccifi~ons ~g ~: ~: ~ ~ ~ay affce: im obli~fi~ on ~s Bon~ ~d k do~ h~y w~ve notice of~y s~ c~g~ ~t~on of fim~ ~mfion ~r addition ~ th~ te~s of ~c Con~ or to fl~c Work or to ~e Spedfi~fions. Ti~ $ond i~ ~iven pumUm[ to [be provi~ion~ of Article 5160 o£Vcmon's Annomt~ Civil Statutes, and any o~hcr applicable sl~tutcs of thc Slate of T~xas. Thc unde,~gned and dcs~gn~l;ccl agent is h~by R~t Ag~t ~ D~I~ Co~ or D~on Coun~ m wh~ ~y ~tc uofi~ m~ b~ dcHv~ ~d on whom se~c~ ofpr~ ~y be had in ma~ ~g out ofsu~ s~hlp, ~ p~d~ by ~clc 7,19-1 of~c ~cc ~d~ V~on's ~nomt~ Civ~ $~t~ of~c S~ o~T~. IN 'WITNESS WHEREOF, Q~ h~mm~cat is ex.ted i~ thr,ee (3) , , copies, mob oneofwtfichshallbcdcemedmqofiginal, thisthc -:~ ti dayof ~ ..C, I!i ~ .2005, SUR.E'r~ Colonial American Casualty and Surety Company Title: Patricia Lee Bartlett, Attorney-in-Fact WITNESS: Agent of'the Surety m DalLas ar Denton County. T~:r~s, For delia:fy ofnoucc a~d serv~c~ at' he p mr, ecs ~. R. Don_?urst, Mullis Newby Hurst, LP A~)P,.~,~$: 16600 Dallas, Parkway. Suite 300, Dallas TX 75248 NOTE; .~me of performance ,8ond must be dr*r~ c~f Crantr~eg. lf R~iden~ /~gant t~ not eor~orvxian, glue pet'san'~ name, 2.11 Contract Documant$ STATE OF TEXAS cOUNTY OF DAt;LA$ PAYMENT BOND Bond No. PRF8830025 KNOW .a~L,L ~ BY TItIiiSE PI~ESENTS; That Crai,cI Olden. Inc. whose adcl,rc~ i8 __~ O. Box 500, Little Elm, TX 75068 ,,, , h~ ~ P~P~, ~d ~olonial American Casualty and Surety Company , a co~omfion org~.~ ~d ~g ~d~ thc la~ of ~c Stoic of ,.~awland . ~d ~y ~c~ to ~ct b~ ~ Ec S~te ofT~ ~ S~ty, ~ held ~d fi~ly bo~d ~to ~c C~ OF COPP~, a m~p~ co~o~don o~ ~d ~g ~d~ thc l~ of~c S~te of T~ h~c~ ~ "B~efifi~', ~ ~ ~ ~ of, Five Hundred Thi~y-Seven Thousand, Three Hundred Eighty-Seven an,q 50/100 .... DO~ ($ 5.~y.~87.50 ) ~ ]awOl mon~ of thc Ufi~d Smt~, to bc p~d~ ~I~ Com~, T~ far ~c pa~t of w~ch ~ well md ~ly to bc ~ wc b~d o~el~ our h~ ~¢cuto~, admi~to~ ~d succ~o~ jointly ~d sexy, ~ly by th~ pt~. ~is Bo~ sh~ autom~ty bc ~ by Ec ~ount of ~y ~8c O~ or Su~l~ A~mt w~ch in~ ~ Contr~t price, b~ ~ no ~cnt sh~]l a ~gc ~ or Suppl~I A~t w~ch r~uc~ ~c Con.ct pncc dcc~o ~c penal ~ or~'s Bond. THE OBLIGATION TO PAY $A1VIE is condltioncct as ~ollo,~s: ?~. ~crcas, tho Principal entered into a certain Contract with thc City efCoppell, dated thc ;:~ ~ t ~ of ~./t.;~ -)~} ~:',/~ A.D. 20 05 , which is made a pat hca'col by reference, for ~e construction of certain public improvements that arc gcncmlly d~scribcd as Follows: Construction of thc: Bethel Road I Dra/nage Project- Phase 'At Project - # ST 99-05 Bid No. NOW, THEREFORE, ii'thc Principal sh',g[ w_ .c. ll, lz'ul¥ and f~th~lly perl'orm its dudes and make prompt payment to all persons, firms, subcontractors, corlmratio~ arid claimants supplying labor and/or mamrial in thc pr0sccutlon of thc Work providcd for i'a said Contract and a~y and all duJy authorized modifications of ~aid Conwact that may hereafter bo ~de~ notice of which modification :o thc Surety is hcwby exprcssly waivcd, :h~ Q~s ob[i$,~ion shn!l bc void; it stroll rc~n~in in full £atcc and PROVIDED FURTHER, that irony lcgrd action be filed on this Bond, cxclusiv,, Venue shall Jla in Dallas County, Texas. AND PROVIOED FURTHER, that the said Surety, £or vaine recdved, hereby stlpulat~ and agrees that no change., extension oft.~c, akctafion or ~tdifion to the term~ of thc Contract or to thc Work W be performed theramdcr or thc Plans, SpccLQcadons, Drawln~, c~c., accompanying thc same, sh~l in and, ray ,'d~'ect ils obligation on this Bond, and it docs hereby waive notice of any 2-12 Contract Doaumen t~ such change, cxmr~'ion of time, almradon or add/t/un to thc terms o['th¢ Contract, orw the Work lac p aq'orrno:t thereunder. Tkls l~ond is givm pursuant to thc provisions of Arti=le 5160 of V~man's Anno~ad Civil Statute, and any other applicable ~tca of the Stat~ of Texa~. Thc undersigned and dcsigna~cd ageat ia hereby dcs/gnatcd by the Sur=~y h=cin as thc Resident A, gcnt in Dallas County or Denton County to whom any requ/sit~ noticcs may bc delivered and on whom $~vi~.~ off process may bc had in matters arising oat of audi suretyship, as ~rovidad by Article 7.19-10tthe {nsuran¢~ Code, Vcmon'$ Annotated Civil Statutes of'thc Slate of Texas. IN WITNESS WI'~REOF, this insm~ncnt is ¢'xccatcd in three {3) copies, ach one o£which shall bc dccmed an original, thisthc "f i; dayof ',,/ ~'th~ I'1~¢:~ ,2005. pRINCIPAL Craig Olde n ,~_1 ~,...~. ~-.~ ATT $'r: SURET~ Colonial Americ_a0 Casualty and Sure!y Company Tiff< Patricia Lee Badle~, Attorney-in-Fact WITNESS: The R~/dent Ag~t cf the Surety in Dallas or Denton County, Texas,/'or delivery of not/ce and sc-rv/;c of the process is: R Don Hurst, Mullis Newby Hurst, LP ADDRESS: 16.~6.00 Dallas Parkway, Suite 300r Dallas, TX 75248 2.13 Cantraat Dacum~ntr MAINTENANCE BOI~D Bond No. PRF8830025 $TAT~ 017 TlgXAS } COt. r~r~ oF DALLAS } KNOW ALL MEN BY TlflESE I~RF.,SI~I'qTS: THAT Craig Olden, Inc., P O Box 5000 Little Elm, TX 75068 a~, ?~p~ ~d Colo~al ~meric~n Casualty and Sure~y Com?ny , a ~O~0~ -~, · c la~ of , , Ma~land , ~ S~Q~, do h~Oy ~ly ~owlcdgc ~clv~ to bc h,lQ ~d bo~ to pay ~to ~c City of Coppel2 a M~icipfl Co~o~o~ T~ ~ ~ of Two HundreO Sixty Eight TEou~ad. Six Han0red Ninet~-Th~p DO~ ~ 75/~00~'-- '" C~ ($?68.693.75 ) , tot ~ pa~t of whlrh sm ~11 ~ ~ly be m~' into ~d t~e City 9.f Coppell. Texas , ~d im sum~ ~d pfinci~ md ~ do h~y bind ~lv~, thck ~ md m~m joi~y ~d ~y. TvtI~ oblig3tian b conditioned; how~a:r, tl~t wh,ress, thc Craig Olden, Inc h~ ~s ~y ~t~ ~ A ~ ~o~t ~ ~'~ ~ '~ity of Coppei[~Texas- -- to build ~d coas~et B~el Road I Dminago Proje~ - Phmt 'A' - Pmj~ g ST 99-~, w~ch ~n~ct ~d ~c pl~ ~d ~fi~o~ ~in m~o~ ~p~ by C~ty of Coppell, Texas ~ h~by ~pr~y m~c a p~ ~f~ ~ugh ~c WHEREAS, under thc plans, speci~icatiom% and contract, it is provided that thc Conwa~tor will maintain and keep L~ good r~pair, thc work heroin con~tact~d to be tionc mad p~ff'ormed, for pon'od o£two (2) years fi'om thc date o£ the ae,~ptans,, of said wor. lq anti to do all necessary repairs a~d/or reconstruction in whoP. or in past of' said ?mpravcmems that should be ocoasioncd by settlcmcnt o£ foundation, dofoctivc worka~nn~hJp or mai;et, als fu,mlahod in thc construction or any part therco£or any of.thc accessories thereto constructed by the Conlractor. It being understood that thc purpose of this section is to covor ali dcf.octiw conditions arising by mason of dc£octivc material trod ~atg¢ the same against thc said Contractor, and sureties on this obligation, anti the said Contractor and sumdcs h~rcon ;:flail bc subject to thc liquidation damages mentioned in said contract for each days £.'dlur~ on its' part to comply with th,. t,;a-ms of. ~d pmvisions of said contract Now, thca'~f.orc, if' thc said Contractor shall kccp and pcrf.orm its' said agtccm~t to malntaJ~ said work and kccp thc same in rcpair for the said rnaiatctmnm lmriod of two (2) years, as providad, thtm these presents sh~ bc null and void, and -Mv¢ not £urther ,fftcct, but il' d~'fauh shall be mado by th,. said Contractor in thc !oer£ormancc of its' contract to so maintain and repair work, then these presents shall have full force and eft'oct, and said City of CopEeli. Texas shall haw and receive from thc said Corltmclor mad its~ principal and sureties damages in the preraJses, as provide; mad it is further agreed that this obligation shall bo a conlJnuing one against the pri~cipai and surges, hereon, and that successive rocovcdcs may be and had hcrco~ for scoeessivc branches until th,' :Mil amount shall have bccn exhausted; and it is further onticrstood that thc obligation hc~cin to maintain said work shall continue throughout s~d maint~n~;~c¢ and th~ ~a~.c sh~ll ¢.ot bc changcd, dirl~n[sh~d or tn any n~mll~, afl, Ced f~m any ~tus~- dul~g ~d m WITNESS WI~EREOF, th~ s~jd . Cr?%Olden, Inc. h~ ~d ~c ~d Colonial American Casualty and Surety ~mpany . h~ ca~ th~ p~ ~ be ~ut~ by i~ A~om~ ~ ~c~ ~d ~,: ~d A~om~ ~ Act Patr?~ee Ba~le~ . , PRINCIPAL Craig Olden, lac Colomal American,Casualty and Surety Corn ap~2( Title; Patricia Lee Bartlett, Attorney in Fact WITNESS: ~IOTE: Date vf Malatenan¢* Bond muzt not bc pdar w ~ of ~n~a~ ZURICH TillS IMPORTANT DISCLOSURE NOTICE IS PART OF YOUR BOND We are making the lbllowing informational disclosures i.n compliance with The Terrorism Risk Insurance Act of 2002 No action is required on your part. Disclosure of Terrorism Premium The premium charge tbr risk of loss resulting from acts of terrorism (as defined in the Act) under this bond is $__waivcd . Th/s amount is reflected in the total premium for this bond. Disclosure of AvailabiliCw of Coverage for Terrorism Losses As required bF' the Terrorism Risk Insurance Act of 2002, we have made available to you coverage for losses resulting from acts of terrorism (as defined in the Act') with terms, amounts, and limitations that do not differ materially as those for losses arising from events other than acts of terrorism. Disclosure of Federal Share of Insurance Company's Terrorism Losses 'Fhe Terrorism Kisk Insurance Act of 2002 establishes a mechamsm by which the United States government will share in insurance company losses resulting from acts of terrorism (as defined in the Act) after a insurance company has paid losses in excess of an annual aggregate deductible. For 2002, the insurance company deductible is 1% of direcl earned premium in the pr/or year; fbr 2003, 7% of direct earned premium in the prior year; for 2004, 10% of direct corned premium in the prior year; and for 2005, 15% of direct earned premium in the prior year. The federal share of an insurance company's losses above its deductible is 90%. [n the event the United States government p:ntic~pa~es in losses, the United States goverrm~ent may did'eot insurar~ce companies to collect a terrorism surchaYge fi-o~n policyholders. The Act does not currently provide for insurance industry or United States govenunent participation in terrorism losses that exceed $100 billion in any one calendar year. Definition of Act of Terrorism The Terrorism Risk Insurance Act defines "act of terrorism" as any act that is certified by the Secretary of' the Treasu~', in crmcurrence with thc Secretary of State and the Attorney General of thc United States: to he an act of terrorism; 2 to be a violent act or an act that is dangerous to human life, property or infrastructure; m have resulted in damage within the Utzited States, or outside of' the United States in the case of an air carrier (as defined in section 40102 of title 49, United 17 States Code) or a United States flag vessel (or a vessel based principally in the United States, on which United States income tax is paid and whose insurance coverage is subject to regulation in the United States), or the premises of a United States mission; and 4 to have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest as part of an effort to coerce the civilian population of the United States or to influence the policy or affect the conduct of the United States Government by coercion. But. no act shall be certified by the Secretary as an act of terrorism if the act is cormnitted as part of'the course war declared by Congress (except for workers' compensation) or property and casualty insurance losses result~ng fi-om the act, in the aggregate, do not exceed $5,000,000. These disclosures are informational only and do not modify your bond or affect your rights under the bond. Copyright Zurict~ American Insurance Compm~y 2003 -0050749.doc Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALI, MEN BY THESE PRESENTS: That the FII)ELITY AND DEPOSFI COMPANY OF MARYLAND, and the COEONIAL AMERICAN CASUALTY AND SURETY COMPANY HAMMOND. Vice President, and ERIC D BARNES Section 2, of the By-Laws of said Companies, full fbrce and effect on the date hereof, does hereby nomim William NEWBY, Robert Donald HURST, Pa (;OODENOUGH, Julie P. STORM and lawful a ,M.P. Article VI, certified to bc in JR., John WATSON, Carolyn J. all of Dallas, Texas, EACH its tree for, and on its behalf as surety, and as its act and deed: any and all ~nt Executors, Community Survivors and Cot execution of such bonds or undertakings in pursuance of these presents, shall be as binding u as fully and amply, to all intents and purposes, as if they had been duly executed and acknowled trly elected officers of the Company at its office in Baltimore, Md., in their own proper persons. This power of attorney revokes that issued on behalf of Sanuny Joe MULLIS, JR., John WilIiamNEWBY, Robert Donald HURST, Patricia Lee BARTLETT, Wilbert Raymond WATSON, Carolyn J. GOODENOUGH, lulie P. STORM, Krystal Eea WEBER. dated October 26, 2004. Thc said Assistant Secretary does hereby certify that the exn:act set forth on the reverse side hereof is a lrue copy of Article VI, Section 2, of thc By-Laws of said Companies, and is now in three. IN WITNESS WHEREOF. the said Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of the said }:IDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY (OMPANY, this 8th day of August, A.D. 2005. ATTEST: FIDELITY AND DEPOSIT COMPANY OF M~RYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY State of Maryland City of Baltimore Eric D Barnc3 Axxistant Secretary M. P. Hammond Vice President On this 8th day of August, A.D. 2005, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came M. P. HAMMOND, Vice President, and ERIC D. BARNES, Assistant Secretary of the FIDEI,ITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individnals 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 iBr himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and thei~ signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN I'ESTIMONY WIIEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above whiten. DennLs R Ha},den Notary Public My Commission Expires: Febmaw 1, 2009 POA F 168-0016A EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND ~Article Vi, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially anthorized so to do by the Board of Directors or by the Executive Commattee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the natm'e of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE 1, 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 foregoing Power of Attorney is still 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 Attorney 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 SURELY' COMPANY at a meeting duly called and held on the 5th day of May, 1994. RESOLVEI): "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified 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 day of Fidelity and Deposit Company of Maryland Home Office: P.O. Box 1227, Ballimore, MD 21203-1227 IMPORTANT NOTICE To obtain information or make a complaint: You may call the Fidelity and Deposit Company of Maryland or Colonial Amorican Casualty and Suroty Company's toll-flee telephone numbex for information or to make a complaint at: 1-800-654-S155 You may contact the Texas Depaxtmem of Insurance to obtain information on companies, coverages, rights, or complaints at: 1-800-2S2-.3439 You may write the Texas Departmont of Insurance: P.O. Box 149104 Austin, TX 78714-9104 FAX # (512) 475-1771 PREM1UM OR CLAIM DISPUTES: Should you have a dispute concerning the premium or about a claim, you should first contact Fidelity and Deposit Company of Maryland or Colonial American Casualty and Surety Company. If the dispute is not resolved, you may contact tho Texas Department of Insurance. ATTACH ~ NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. S8543f(TX')(04/O0) SECTION 3 STA NI)A RD SPEC1FICA TIONS S UPPLEMENTA R Y CONDITIONS T H £ C I T Y 0 F coPP-ELL CITY OF COPPEI~I~ S[II~I~LEMENTARY CONDITIONS Ti) TIlE N()RTtl CI~N'I'RAL TEXAS CO[!NCII. OF (;OVERNMENTS (;ENERAL PROVISIONS l I I[~SI~ S~ '1>t~I .[(NIY~NTARN~ ('ONl)lq IONS AMI~NI) Tt 1~( N I :kNDARD (;[iNI~RAL I>ROVIS1ONS O1: TIII'NIANI)XRI)SH'X'II:I('AI'I/)NSI:OR I)[~I3[AckkrORKSCONSIRUCTION. NORTH(YIiNq'RA[~ 'It..X&N I.~k'lt-.5 F AI)DITION, I)I~I{[%XRt~I) t¢5 'lfl15 Si)Ii'I'll ('I(NTRAI. TEXAS COUNCIL (;()ki{RNNItiNI5 ASINDIC~T}{I)}¢t(I~OW. ,~I[,I>ROVISIONSWflICItARISNO'I'AMENI)I~DOR SI:I~PI.I{M}~NI'I4D RF~MAIN IN [:['IA~ I:()RCI( AND E}:I:ECT. kiwi. PROVISIONS /XMENDED RI~MAIX IN t:['I.L t:OR(q( AND tS}:}:[:CT AS P,\RT I: (;I~]N1CRXI. I'RO\'ISIONS - DIVISION I I'IIOI~'()SAI. RF;QUIREMI!~NTS I'I'I~]NI l.tl- I)EF'INITIONS Sf'-I.0 its I'Cl'('ITiI~ ti~ (71I'5 EN(HXI{I{R. (Al)' ol ('t~ppcl], P.O t3ox 947S. ('oppcll, I'X 75019. Engineer ('~tlcnd;~r' I)zlx: ~\dd thc lol[ox,,ine scntenc:c to tt~c crud of thc x~orkin~ days dcl'initions: Hours x~o~kcd I~clot'c 8:()0 :l.m. ot ;il'tc~ q:00 l~m, ~tll x~cckc~ds and t~oliclzi}$ are sul~ject to ovciqimc. %,2;c~qtx -~x~o Iqotli-s ~qolicc r'cqt~H'cd. ,\Il oxcrlH~qc inCLHTcd I~y thc ('ity' for inspection services ;~nd any I~c~ dcdttclcd I'l'Olll pz~rtitH [)LI}tllOlllS" I'I'F~NI 1.15 - SI:R[~'I'%' Bf)NI).q Sf'-I.15 'NIuiI/IClMIlCC boIld shall be I'CqtliICd m d~e amounl el ~(Y,:~, o[ lhe COS'L 01' d~e pubJH; mqwovemcnts h~l ;l ~ }ear period" l'l'l'LNI 1.16- N()Ti(?E '1'0 SC-1.16 .,\dd lolhw, hlg sentence 1o end of llunl I 16 ~d~er~ a~ approprmlu ~i)l bc held h~ disctlss Ihe schedulex rofcn'ed 1o m llem~ / 22.5, 1,28 m~d 1.51. I, AppiicztlJons l'ov Pa}merit, and 1o eslahlish a working Ltndcrshmding among thc palllcs as lo the W~rk" I/'I{N1 1.19 - PRIORITY OF CONTRACT I)()('UMENrl's S('-1.19 ])ro~ls~ons el ;]qe ('onh-lcl [)(,cumcn~s and an~ such rclcrenccd qandard spec~licalions, manuals endcs, tl~c pl'O~JSlOllX el IRc ('(~llll'aC[ [)OCUT~ICIIIS shall take plcccdcncc OVal /]litl o[' any ITI(M 1.211 - (/)RRELATION AND INI'ENT O1' I)OCUMI~]NTS S('- 1.20.1 Amend Iht lust SelltellCe of llclll 1201 b? changing "such copies" to be "l'ixc copies". Add thc h',llo~.~.ing to the end oF Item 1.20.1: "Ill lhc plcparation of Dra,.,.ings and Specificalions. IEN(iINEER has established and relied upon the INlm,.in~ icports of explorations and K'sl'4 ~1 S/IlTStll'l'~lc'e COlldihollN al the site of the wc, rk: No ?olcd~nical explorations or lc,;ls el subsurl'acc condilions have been performed. 'l ho Contractor may take bc, rin? at tt~c site lo ',atistv him\cji' as t(> x,dhsurhtc¢ condim:,ns." S('- 1.20.5 Add thc fldlo,.,.in~ new Item I £Oq mmqedialcb, after Item 1.20.4: -120.5 k.x. istm~ [ tilitie~_;ujd Soy. ct IjjLe4 l'he (5mtlaclor shell ITc rcsponsil~le for thc prolcctu.)n ali e×isting tltilltie'4 t~l xer~,lce 1111,2'4 cto','qcd or extra,cd I~y thc construction operations. \~, here c\isllng Lllilitic', I>l SOI",tCC lines ale tut~ broken ~r damaBed, the C()N IRACTOR qx,II Tcplacc lhc ulilillc~ ni sct'x ~cu linux ~nh lbo ~amc typo Of onBinal consUuchon, o~ belier, al his o~ n cost dlld cxpCllSC This in~ ludcs LiilX dlld all irri~alion systems, k~ hclhcr I1' it Is necessmy Io chart.? o~ mo',e Ihe property of lin\ o',; ncr el el a public uU]il~, such properl) shall not be mo~cd or inlc~lcr~d ~lh until mnhorizcd by thc ENGINEER. The n?n ix resc~xcd k> thc ox~ncr el an> pL~blic militv to enter upon the limits of the prqject h~r thc lmUX~sc of makinS such chan?s or lepall'S itl' their pl'opc~ly that may bc made I1CCCSSaI'} J3} Ibc J)CI ~o1 lllancc el this colnll"acl" II'KM 1.22- C()NIRACI'¢IRS RI~;SI'ONSIBIIATIES $('-1.22.5 .\mend thc liT'st sentence of Item 1225 by adding tile following at the beginning of thc sentence: "lf le£1tleMCd Il} O',,\ IiCI. Ellgincel' et' ('¢HlllaCIol" ITILM 1.24 - PIrlOTECTION' OF' ~VIIRK A~I) {IF' PI~]RSONS AND ~('-1,24.2.1 .\dd Ibc lollo\~ing new hen1 1242 I unnlcdi;nely aitel Ilcnl 1.24.2: "1.]4.2.1 Should ('ONTRAC I()R cause danTagc lo thc ~xork or pr(q*crly el Lilly separate Contractor itl thc s~tc, or should ann clainl arising out el ('ONTRACTOR'S, OWNER, ENGINEER, Consulting Engineer o~ ann other person, ('()NTRACTOR shall promplly attempt to settle kkilh Xtlch ethel ('onlraclo~ by a~I'CCI]ICI/[. OF 10 olherwisc resolve thc dispute by arbitration or at law ('()NTRA('TOR shall, to thc lullcst extent permitted by Laws and Regtdations, ind0mnilx and hold OWNER. ENGINEER and ('onsulting Engineer limited to, lees of cn?~ccrs, architects, attorneys a;/d other profcssioBals and cou~ and a~bitration costs) arising dh'ceil}, indircclly or consequentially out of any action, legal or cqtntabtc, blought bx an) separate Contractor against OWNER, ENGINEER ('tmsulling EngnlCC~ Io lhc extent based on a claim arising out el CONIRACTOR'S performance el fl~e Wo~k Should a Sq~alatc COIIII'iMIOF cause damage to the work or properly oI ('ON IRA('T()R o~ shot~kl thc perfl~nnance el' work by any separate ('ontFaclof kit lbo site gi;c 155o [o ails othc~ clailll. CON IRACTOR shall not institute any ;tct~(m, legal or oqtlltablo, against OWNER, EN(ilNEER or Consulting Engineer or permit :tn~ aclioH agillnM illin ti[ [hell] lo be mamtumcd and continued ill its llalllC OF for its bcnclit in aris court o~ belbrc ann iwbilcl' x~hN'h socks Io IlBposc IPability on or to recover damages Imm OWNkR t{N(iINtEER or C(mqdting l'nginecr on account of any such d;H]qagc of cla~/ II ('()Nl RA('TOR is dclaxcd at ann lime in performing or f'umishing ~¥Ol'k b} lin} iici o1' i/cglec~ of ~t separate (7onuactor and OWNER and CON FRACTOR alu' lll/it]~lO [o a?cc as to lhc extent el af/~ 4djustmcnl in Contract Time ath-ibutable S?~tudcuzl Spct dic cttion ~ [TCnl 116. kn cS\el/MOil o}' Ibc ('OII[ILICl [HTlC shall bc CONTRA(JT()R's exclusive lemedx k~ilh rexpcc~ to OWNER, ENGINI{IR and ¢'*msulting Engineer lbr an} delay, II'I<M 1.26- INSURANCI< Y;('- 1.26.6 &dd Ibc h)lhw, ing nc~ Hem; "1 266 It OWNER ~cqucsts Il) xx~mng that olhcr special inxtnancc be included m the properly insurance policy. ('()N'[ RA('TOR shall, il possible, include such insurance, and the cost lhcrcol will bc chatpcd to ()WNER by approiu'~ate Change Order or Written Amendment. Dior to commencement ol thc Work at thc site, CON'I RACTOR shall in writing advise OWNER x~ hethcr o~ not such other insurance has been procured by CONTRACTOR.- SC-1.26.7 (()NTRA( fOR intends that an? policios pro,.ided nl lesponsc to llem 1.26 shall protcct all of thc paints' insured and prt,x ide co~cHigc R)r all losses and damages caused by the penis coxcrcd lhcrcbx Accordingly, all such policies shall contain provisions to thc cl fuel that m I}lC cx cbt el pit} mcnl et' any loss tn clamagu thc insurer will have no rights of ~ccoxcD against ans oI thc part,cs named as illStll'cd eT additional insured, and if such x~ alvin' h~rm5 a~c roqtnrod el any Subcontractor, ('ON [ RA(TI'OR will obtain the same." ITI(M 1.27 - MATERIALS ANI) ~,~,()RK'MANSHII': $%\RRANTII;S AND GUARANTEES SC-1.27.4 ,\il)ella lt]e tilsl sCll{cllCC o[ 1ICITi I 27 4 10 CIIHIIgC thc ~o~tls "one xear" to "two years". ITI<M 1.32 - ~3, ORK1N{; Al,IIO\; C{)ORI)INATION ~A:ITII ¢)TIIER CONTRACTORS1 FINAL CIAL,kNI;P SC-1.32.1 1. ~_.1 m, enlncl'~ and resell thc iollox'.m~ m lieu thereof: "( 'onstructl(m stakos/surxe}mg shall be pi'ox idcd b? tho ('()NTR X('TOR. ................. ~u'mt~ .............................. hc c,tu/ ....... ,.~ m d~e ~*~ ...... Monumentation has bccn p,(~x idcd h)r eMabJiqlqing xcrtmcal and holi/onla[ COBIIO[ Thc ('ontractor shall be responsible for ¢ 5 all linc'~ and ~lad~.s. and thc plc~lsc location et all p~oposcd Iacilitics. Thc EN(HNI~ER I I'I'~M 1.33 - (YI'III'LR CON'I RA£71'ORS: OIII,I(;ATI()N TO CO()PI'LRATb; 5;('-1.33 "In s, uch e',cnt. ('ontrac~or shall bc emilled 1o an cxleHsi,,m el working time only for unavoidabJc: dcla'~$ ~cril'ied by tile linginecrs, a~, p~o;idcd in Item 13t~: ho~c~cr, no increase iii thc contract price ,dndl hc due the Contractor." Inset[ tl~c lollov~in~ sentence :ii ltnc end of thc ~ccond pma?aph of [Icm 1.~3: '1 !ne [:N(i1N[LER shall ~oordinalc such othci x~ or'k x~i/h thc CON I RACTOR and schedule events to t~mlmi/c delay caused to tl~c (ONTR.X('I'OR No adddlonal tinle shall be raven (ON IR,~C I'OR el stroll icl,~P:d x oYk except as ~woxidcd in l~em I 3()." ITl, '~1 1.36- l)l'~k ~,YS; EXTI';NSI()N OF 'I'iMI~;; I~IQ[ II)\TF~I)I)AMA(;-I,;S S('- 1.36 \dd lilt l'ollox~ing at thc clld ()1 [tlc last pai'ugraph itl llcnl 1.3(i: "No extension of the conlract time shall bc alh)xxcd unless thc (7()N I'RACI'OR can dcmonMratc the delay caused an adverse impact thc critical path and tJqat logs of IJlllC C~H] I1Ot I)c II][ldc Ll[) [)y rcxixmg thc sequence el thc work of ITI';~,I 1.37 - (_ittAN(;E ¢)R MOI)IIq(',VI'I¢)N ()1/ CONTRACT SC-1.37 I 37. I -\mend thc last sentence m Parugraph I',~o el Ilcm 1.37 IIo delete the following "except as plx~vidcd \d,_l thc J'olloxx ing scnlcncc t~ thc end el para~rapt~ t',~o in Item 1.17.1. "Thc tlnlt [*]-icc et an item oI [;nit Pmcc \kook shall be sul~jcct to re evaluation and I'1'1~ ~,1 1.49- g('-1.40-2 492 (kmFl_~H (_ fl lpterc~t ('it,, Char/cI stutcs that ilo olficcr el rite City shall ha~c n linancial inteiest, direct or indirect. !n an~ conhacl with die ('it}, nor shall bc linan~mlly inlmested, directly or indirectly, m the Il]is prohibition docs not apply Nd]eh thc intcrcM is represented by mNncrship of stock in a corporatmn mNolNccl, prmided such stock ox~ nmshlp amounts to less than one percent (1 g) ut l}~c coq~ora/mn stock. Any ~ioLttion el this prohibition will constitute malfeasance in ullicc. An\ olhccr or cmph)ycc el' tiao Citx found guilty thereof should thereby forfeit his office o~ posmon. Any xi(flation el this prolnbition with thc knowledge, expressed or implied, el thc pclNOllS el' curpolallOl]S C()lllrLiCtlllg with the City shall l-clldel' thc contract ~oidahlc b~ lhc CJI5 Mana?i or the (7i[~ Council. lbo ConlracLor represents that no cmpJoyec OF OIIicm Ol thc Cit~ has aim illiCit'st ill the ConU LIc/or." ITI(M 1,$8 - S'I',,\'I'[': ANI) LO£ AI~ S.\I,I~S AND USE ]',\XI~S Delete ilem ms~ .;rd substitLlte tho hfllm~ing .t lieu thcrcoh Recent legislation has :cnmved thc sales tax exemption previously provided by Section 151.311 el lbo Tax ('ode cox crmg tangible pcFs(mal properly purchased by a contractor for usc HI thc pCl'torma~/ce el' il cunlract [o) the mqpto~ement of City ()~Mled realty. It i~ still possible, hox\cxcL For a collll'aclor to make tax h'ce [)tn'chase of tangible personal property, x,.hich will ho incorDorated into alld become pat1 of a City construction project flmmgh Iht USC el a "scj)al'aled conIlaCl" with thc City. A "separated contract" is one. which separates cha]?s lot matcmfls from charges for labor, t nder such a contract, the contractor I~CCOlllCS ~t "bCHCI" el lhosc nlalCFial~, which afc mcoq)oratcd into thc project, such as bricks. hunber, concrete, paint, otc. Tile contractor isstlCs a resale ccllificatc m lieu of paying the ~itIos Iii\ ;l{ t~lc lllllC NtICH IlOlllS itlC ptlFC[lascd I']le COI/II/IC{OI' dqen receives all exemption certificate From lbo cilx lei those materials ('lh~ proccdm'e may not be used, however, Ibr materials, xxlm:h cio not beconac a part of Ibc Iinished product. For example, equipment ~entals. h)rnl n%tlcl'igtJs, Cio [ll'O uot considered its becoming "incoll)oralcd" rote thc prczicct). t :hlization el this "scpaIatcd contlac¢' approach climmatcs the need for bidders to figure m sa]cs bix lei miltc~htls, xk hich arc to be mCOll)oraled into lhe prcLjcct. The SLICCCSSfLII bidder's hicl h)rm x~ ill I~c used [o dcxch)p the "scpamatcd c onm~ct' and will clctcnnmc the extent of the %lun(/ard .Syel!/}lati(;n~ Iweakdo~,\ll (iici I[Clll) O[ II maleliaJx lncorporalcd into Ibc project: and 2) Ichor. cqulpnqcnt, xupur,,ixi()n and matcriaN not mcorporatcci into thc p~c~icct" I',\R'I' Ih NI,VI'I'~RI,\I.S - l)l% ISI()N 2 MATI<RIALS II'I<M 2.1.~-TRENCll BACKHIAx (b) T} pe'~ "B" and "('" (4) Addititmal Rcqturcnqcnts {B) Additional Rcqtnlcnlcnts Icl Type "(' backfill ',.\hen used in slrccts: Insert thc l'olloxxin~ p;uagial~h ai thc I~cginnmg of this xLibsccJ~orl: r'AH trench backfill shall hc compacted to bet\\cch 05 percent and lO0 pclccnl id' Standard Proctor Density as determined by AWFM D-Gg8 ill. el up to tixc (5) percentage points above, optimum mo~sltH'c content, us.ag mechanical compaction methods unless otherwise specified in thc Plans. Water jelling ma~ bc used on]5 u ith specific wrillcn permission of the Engineer." ITEM 2.1.6- RIIJ'RAP OR SI'ONE MASONRY: (bi Matcriah, and Dimensions MortarRiprap Addthusentcncc: "M,>mu'or conc~cte type shall be approved by thc Engineer and shall cc, nh',nn to A S.T M C 3,~7 83." ITEM 2.1.7 - I'IPE BEI)I)IN(; M,VI'ERI,\I~ FOI,~ STORM SEWERS: General; Amend thc first sentence, b5 striking thc words "rcqmrcmcnts for earth hcdding" and ~cplacc x~itlq "leCOllllI/cIIdahollq Of thc p~pe manufacturer, and shaU ho approved b} thc Enginccr'L ih) Eit~.ta Bedding: :\dd thc tol}ox\ing sentence al ll~e beginning of this paragraph: "Earth bedding xxill not Dc pcmaittcd withoul \\ ntten appuwal of the Engineer." ITEM 2.2.2 - CIII<MICAL AI)MIXI'URES: ~d) Mineral Adl]1l\ttlFC'; Delete paragraph icl) in its Ohm'CiV. l'hc use of Fly Ash as an admixttu'e in anx Class el concrete ~s spccltically prohibited without written approx al of thc [Ln?accl. P.\RI' Ill CONSTRt (TFION METIIOI)S DIVISION 3 - SITE t'Ris'PARATION I'i'E'sl 3.1.2 - CONSTRt:CTION METH()I)S: 3.7.3 - I ngincc~" I)I~NSITY: 5;trikc the l'il'sl ~ei~tcllcc ~lnd replace ~ith the following: "Earth cmbcdmcnt a~ad select m:llcFial shall bo compacted to hctx~ccn 95 percent and 100 pcrccnl of Standard Proctor I)cnsirx ~ts determined I>x xXSTM D 6t~S al, o~ tip lo linc (5) percentage points above, olMtlnklllq I~OISILII'C conlcl/{, LISII/~ IllCC]lilllic~l COll~pklCtlOn mt'thods, unless otherwise ~pcc~Jicd ira linc Plans or 5pccil'ications." I ~ h I'~ 1' 11 i ITI'~M 4.8.4 - 1)1~ ISION 4 - S[!BBASE AND II,\SE COI.)RSES C()NSTRI CTION Nll;'fl'H()I)S: (In) Comp~ictictn ,\mcI/d ll:~: laxl scnlcnce oi Iht' I'iJxl paiagralMi, by slrikm~ thc words: "90 percent of thc ll/aXllll[lll/ dl'v dcll~ilx ol x[lch lllalcrlLl~. Ol it;q dilCc!cd h} [;ri?hoer. l':xl{'l' Ill I I'ICM 5,8.2 - I)I~ISION 5 - I~A%'I'TXlENT/St!RFA(~E I,?()1 I/SES ('Oi~STR[ eTlON METHOI)S: Joints Expansion Joints: Delete the first paragrapl~ and replace with the fi)llowing: "[Lxpansiol~ joints shall lac installed 1*cFpcHdictdarly to Iht surl'ztce and centerlinc of thc p;~scmem t']Xlnttl~s~on Joint material sla;tll /~c' i'edwo~d I~oards, t/4 inch in width, and extended ttll't)u~h cnrbs. Idxpansion joint* arc to [*c ins:z~llcd at each end of radius at street inlcrscctions. Expansion joints shad be ectt~all) spaced hctx~ccn intcrsecticms with not less one cxcry 200 linear loci ol paxcmcnt, tmless o~herwise specified on thc Plans or dHcctcd bx linc [{ngmecr. P~(~ximilv lit [{xixlin3, SllucttllC*;/ Add lo end t,l sentence. "or as directed by the i21 ('onlr;~ction .h~intx. l)clctc tl~e lirsl scnlcncc ol thc Iii'st paragraph and insert the loll[)xklr/~; 'rContrzlClli)n Ol dklnll/n} ji)ll/iX shall he sa~,d 1o T/4 illchcs ill depth, and 1/4 inch in xxidth, and insta]lcd cxcr} 20 l/nca~ l¢ct of pz~c:mcnl, and cxtct~d through cnrb, Stclltrt(trd ( I i Mxchinc. /\rid thc tollowm~ para.~2rdph itt thc end of this sul~scction: "Fog sprays p{)x~crcd by p~cxsmc pumps, and cupablc ot c(~xcnn~ thc cnm'c area of h'cshly pluccd }lurid. f\dci u ncxx para~luph alter fit~l para?uph x,,hich reads as toHows: "Fog sprays pox~cicd b} picssurc pumps, and capable of cox c~mg thc entire area of freshly placed concrete xxith a linc misl, stnall he used il ~ atcr is needed h~i linishing operations." I'ART III I)]VISION 6 - I'NI)I~LR(;R()UNI) CONDUIT (iONS'IRUCTION i'ITLM 6.2.9 - BACKFILL: (bi ('ompacli(m. [)ensities Areas Not Subiccled Icl or Influenced b~ Vchicular'Fraffic. Amend the second sentence b5 slrikin7 thc x~t)icls "t(~ zt clcnstty comparable ~th adjacent undisturbed mzllcriifl'~ and rq~Jacing with "to a density bclx~ccn 9h percent and 100 percent Standard Engineer." SECTION 4 ~h'PECIFIC PROJECT REQUIREMENTS T H E C I T Y 0 F CO?PELI SI~I~CIFIC PRO,IF~CT RI'~'O~ IREMI£NI'S Ibc constltlcllon specit'icationx, M~iuh apply /o this pmoject, are Iht Standard Specifications Publmc Work\ Construction North Central Texas Third Edition prepared through thc North Central 'It\ax ( ounc~l o1' Ooxernmcnts ~N("I ('OG). The ['ollmvinp Specific Pr~(jecl Requirements contain ~cncral and specific p~lcct rCclmrcmcnls applic;~blc to thru pn~lcct m thc Cily of Coppelh These indix~dual spccificamms con/roi lnr this pmwcL Additional amendments 1o the NCTCOG Standard Specificalions arc contained m Scclion 3 - Supplementary Uondimms lo thc Standard Spccificalions for (Yonslructmn. In thc event that an item m not co\trod in the ProJect Drawings and lhcsc Specifications. then thc ('ltv o1' Coppcll Standard Construction Details (()rd.~92 554), ~md &ppcndix 'C' l)c~i? Critcrm and Slandards in thc ('itv of ('oppell Subdivision Ordinance ~l)rd~94 643) shall apply In addition, rdc~cncc k~ thc lol]o,,~ing shall bc considclcd as rcIclTing to the spccificaiions or Melhod of Tcs[ as scl lol~h bx these organi×ations and shall bc considered as parl of the 5;pcci[icali~ms x~,hcn referenced. A.S :\. A SI'.M ?\ :\.N tt.T.() ACI ,AW S. AW W,A. SS.P C. N H.M.A, ~V.P.C.F. TX.DOT S S.P.W.C.N.C T TCEQ TiM[ TCD OS t I.,\ TXS American Standards Association American Society rd' Testing Materials American Association or State 1 lighx~ay & Transporlation Officiais American Concrete Institute American Welding Society American Water Works Association Slccl Structmcs Painting Cocli]cil, Federal Speci fications Treasury Depamncnt Underwriters Laboratories National Electrical Manufacturers Association Walc~ Pollution Control Federation Texas Deparlment of Transpolar]on Slandard Specifications for Public Works Construction North Central Texas Texas ('ommiss~on on Environmenlal Qualily I'cxa~ Manmd on Uniform Traffic Control Devices Occupational Salcl5 and Health Administration Texas Accessibility Standards Xmcncans with Disabilities Act -I 2 ),'/'t(ffit f'rolc(! I{clllltrcIH,'t~ts 1.1 1.2 1.3 1.4 1.5 1.6 1.7 ()\~rNI~R: TIle "()xkl/er" ~tx reIcITcd to ill /hcxc Spccificaln~nx is the Cit} of Coppell P.O. Box 9478, C{~ppcll, 'Iht Engmcc~ as referred to in thcxe Spec~ testa)ns ix thc City Engineer, ~n?~cut of the Oxxnc~, or such othc~ representatives as may be authOldzcd act in an} partic~da~ positn~n. (i1'1'5' ()~' COI~PI';LL: Alt ~mpro,,cmcnts dc~,cHt~ed in IRis Proposal and Construction Drax~.n~gs xhull be perlkn'med in accordance x~ ith the Project Drawings and Specifications. ltl Ibc event lhat an ~tcm ix I~ol co,,ered iH the P~oiect Drux~ mss and Specificationx. then the ('itx o1' Coppe/I Standard CoI/xtructiol] Details (()~d.#92 554), and Appendix 'C' Design Critetna an~d Standard~ in the City el ('oppelI Suledivtsion Ordinance (Ord.#94-643) xhall SITI~;: ]'he ('on~racto~ x¼all limit bix work to thc arcs sho~kn on Ibc PrQjcct Drawings as within the street ~ght of x~uy or easements. }~nHzu~ce onto private prope~y shall be al the expressed approx al ol the IdN(ilNI~ER ont}. I'RO,lk;Ct 1)I%'SCI{IFI'ION: lhix prf~lcct COIlSistx of d~ainage and channel improvements designed iix p~rt of lhc Bethel Road I project, thatl will }~c constructed in advance of the Bethel Road I p~o.jcct to allo~ for p~'opoxed dcxclopmcnt. Ibc prtuect will include thc installation o1' +150 linear feet of cast tis place three barrel 5' x 10'/~ox culxcrt. +70 linear t'cct el cast in place/'our barrel 5' x 10' box ctdvc~l and ~n~gxxalI. Ibc installalion o1' +440 linea~ Icct of a 35 foot wide eau'then ch~mncl with gabn)n rcnnlk~ccd side slopes, cxcaxation, removal of an existing headwall strt~clurc, and lbo ac[jt~Stlnent {)1 an exixting 8 inch ~ater line as dcsct-ibed in thc plans for 5T 99-05. Wo~k shall include ull components ncccssurv ~k)~ thc "tu~71 key" construction el dsc ptx!ject as shoxvn in thc plans ior the Bclhcl Road Drainage Project - Phase 'A', ~ S'[' 99 ()~ CAI,b2NI)AR l)hY (70[;NT: Calendar da) s shall be counled by the Engineer on the basis off the definition set Otlt in the ('~cnerul C'olqdilions t',t ~&greement. The culcndar dav cotmt shall bc suspended upon receipt by Ihe Engineer of a written request lot tinal inspection. Thc calendar clay count shall resume upon receipt by thc Contractor of a xxr~tten list of items nccessuty to salisfactorily complete the project. This process ~hall contint~e tlntil StlCh time as thc prelect is accepted hy the t~ngineer, and the Owner. The culcndar da~ COtllll will not be suspended or otherwise adTected by use of completed p()rtn~ns o~ "stml~sluntia] ct*mplctio~C~ o[' any o1' thc pr(~iect. S,\k'E'['5' I'RI,;(',\UTI()NS: 'lhe Contractor xhall comply with all applicable laws inclu~cling thc ()cc'upat~on~d S~d'etx and l lealth ,;Xct o[ 1970. t~rdinances, rt~les, and o~dcr et un} ptJl~hc gttllIItll'it} hax Jn&Z Itnisd/ctio~] l'or tlac ssi'cry o1' persons or propetty 1.8 1.9 1,10 IAI 1.12 1.13 then/ from dama??. H/tHI'y or k/ss. tlc shah creel and maintain, as rcquircd bv condttions and p~oS~cxs of tine xxi~rk, ail reasonable salcguards fol safety and including poslm7 danger si~tls and other x~ amines against hazards, promulgating ~c?ilalionx and no/il?n~ ox~ nors and users el aqjaccnl utilities. SOIl. INYESTI(;ATION: A ~cotcchnicat inxostigation ~Cl~ort has not been prepared. The ('el/tractor shall ,~ isit thc xmtc and acquaint himself x~ ich thc x~lc cotlditiolls. SI RVEY ANI) I,'INISIII~;I) (;RAI)ES: ;loriz~mtal and xertical control is provided by thc t3x~net as sh(~wn on thc plans. Thc Conhactor shall be responsible for layout and staking ()1 all grades and lines to~ construction, l'hc ('ontractor shall preserve all stakes or markings until authorized h} thc En?~eer to remove same. l'hc Conliaclor shall bear the cost el rc establishing any control et construction stakes dcsuoycd b} ol/[lCl' hH]~ Ol- a third party and shall assume thc entire expense of rcctil')mg work mqpropcrly constructed duc to failure to man]Iron cstahlishcd points al/d nlal'ks. No separate payment shall he made to thc (]OT/tractol [or conslrLlCtlon slaking which shall be consMcrcd incidental to thc project and payments made under specific Pay Items shall bc considered as hill compensation 1'oi these rcquircnqcnts. t~'IINFORMITV WI'IH DR\WIN(iS: All xxork shall conh~rn~ lo tl~c lines, grades, cross ~ccltnns. anti dimensions sllo~n (m thc lhzmin~s Any dexJ;t:ion h'om thc Drawings x~hich m,v hc requn :d b) the cxiucnc~cs of cnnstrucfion xxilt bc determined by the Engineer and atuho~izcd b~ him i~l ~ilm~ 'rI,;STING LABORAT()RS' SERVICE: Thc ex, ncr shall make ammgements with an independent laboratory acccptahle lot testing as rcctuircd h3 the construction phms and standard specifications ~[hc Contractor shall bear all related costs of forests, or rcinspcctnms. Thc Conlradt)r shall notil'5 thc ENGINEER m a timdy manner of when and where tests or inspections a~c to lac made so that they may he present. One copy shall bc p~ ox idcd to thc contractor cfi all reports and laboratory test results. Testing by thc City does not alleviate the contractors' responsibility fo~ his own quality assnnmce/quality control IoSllllg Passing tests (m an} potlion el' the work docs not relieve the contractor of his responsibility under thc terms ol Ihis contract lor thc enm-c i)rolcct. Contractor shall replace S['SPENSION OF WORK: If thc work should bc stopped or suspended under any order of tl~c coull, o~ othc~ public ;tullloritv. lhc (])~ncr m~iv at an~ time dtlri~lg suspension upon scxcn da)s ~riltcn notice to tho Contractor. tcrminlltc thc ('nntract. In stlch an event, thc ex, ncr shall be liahle only to~ paymenl for all work completed plus a t'easonable cost imF expenses rcsuhmg flora thc tcrmmatmn of thc Contr;~cl. but such expenses shall not exceed S5.000. PRESER\ ATION ()1: TRI(I~;S: Permission of thc Engmcc~ must he obtained for removal el trees (m lhc ptopeily that t~t~sll'Llct thc installation tO' tlao im?rovcmcnts as outlined in this 1.14 1.15 ?iolecl. Pc~;Hty I(~r dcs/i'ucli~ el :t lrcc x~ libeler pcrmissi<~ shall be $500.00 each payable 1o ll~c ()x~ncr 11 d~tm~gc ~s co~linut)us, t~cc gu~lrcls shllH bc erected when so directed I~y thc £'()OI'ER-~.TIf)N OF C()NTRACTOI*,: Thc Contrnctot shall have on ~hc proiect at ils his agent, il competent Supc~q~te~]dct~t capable of reading the pla~as and Sl~cciliclttio~s :~nd thoroughlx expcric~ccd itz the typo el work being performed. The Sui)crH~tcnde~ql shztll hitxc lull authorilx lo execute orders of dircctio~qs aI~d to promptly such m[~tcrials, cc}t~ipmcnt, reels, labor a~tl mcidct]tals as may hc required. Such ~upcrH~tc~dct~cc shall be Iurt~lshcd itTCSI*OCliXC off thc arnotH]t el work contracted. 'l'hc Supct-tnlcndent altd lhc ('ol~llactor shall he res[~onsihlc For supervision off zHl work t)ClqOrmed b,. thc st~bco~tr~lct~' itt ztll limes d~.ll'irlg collstrucll~ii. I~,%kRNIN(; I)IC'~'ICIES: I'hc Colnti~lclor shall have thc responsibility lo provicle and ~qaa~tz~m ttll x~ a~q~ing cle~ ices zt~qd t[~kc ~tl] procautiotl~try me~tsurcs required hy Itlw to protect pc~'sor~s at~d properly while sltid pcrso~ns or property tire apl>roaching, lcztvmg or within thc xxoi'k s~tc o~' ~nv archi ~t[j~ccnt Io sa~d work Kilo, C(>ml>c~sation will be p~lid to the CoHlri~clor fo~ thc i~slallzHio~ o~ m~titqlcta:[]]cc of ally wEirn~[]g devices, b[lmcades, lights, ¢1UIIS or ~ll]v ~*[hcr prccatltlOllal'y llqCZl~UlCs rccluirod I>y law I',)~ tine [)roloction o[ persons or i~l'(*[,Crt} trader thc pti} 110111 cnlillod "[:urtlish, lr~stall t~nd MaintaIn All Tr~tfl'ic Get,frei lbo ('olltl'~lc[(ir shall asstmqc itlI dtlties ox~ncd b> tho City el( 'oppell to the general public m cg~m~cction x< ith the ?~erzil public's, im~cdiz~te approach to :~atl tl-avel through thc work site ~llld ~.t1'c:1 il£[i[iCel/[ (o stlid \\(,)l'k site. Whci'c Iht work ~s c~tITicd o~, i1~. or ad. iacet~l to. at]v strect. ~,llcy, sidewalk, public right-of x~,l} or public place, thc Conttzictor shall at his owt~ cost nnd expense provide such llagmen iliad x~atchme[1 a~d fuH]ish, erect [l~(l maintain such warmtlg devices, b[lri'icadcs, lights. si?s zmd other [orec/[uttollar} measures lot the pi~)tccl~o~q of persons or propclly as are ¥etluived by lztw. l'he (7o]llractor shall sublllit ;~ tt~tl'f~c cot~tr(H pla~] to be reviewed by the (7it5 l*~5or to thc I>cgi~mmg oi' work. No lat[~o shall I~c bamcaded be2)rc 9:00 zero. or after 4:00 l~.m. Thc Co[~t~/tclor's ~ospo~nsibility Io] providi~]g zmd mai~qtai~]ing flagmen. sh:tll t~ot cease utatil the prelect shltil hi~xe hcc~ itcccpted. 11' thc I~]tgmecr discovers that thc ( ot~tiactor has failed to comply with lhc applicable federal al~d stzt[o law (hr lailitlg lo /utllish thc llcccssark l'lagmc~, warili~g devices, ba~Ticadcs. Ii?ts, signs o~ other prccatutit)t~i*ry meztsurcs For thc l*rotccI~ot~ of perso~s ()i' propclXy), the }{iq?lqccr nlax ordcl such [Iddlliollll] iorccaut~onz~ry nlcaSUl-O5 ~ls recluired by law to be taken to }qr~lccl [~el'sol/s zltld plol)CllV, lind sh:tll bc reimbursed h~ thc Contractor for any expense mC~HTcd iii ordering stich ztcldith~itl ptccatttio~:try ~]c~tsurcs addition, thc ('onuactor ~iII bc held responsible for all damages to thc work and edger olhct lWCCaul~ona]'5 111c~tgtllC~ il~ [wo{CCllll~ sa~d puppetry, and ~hcncvcr eviclcncc is J'ound ~uch (lama?, thc Engineer may order thc dama?d po~lion immediately removed a~ld rq~laccd bv and al thc co~t ill/d cxpcIISC O[ the Contractor. I1 thc damages arc llOl COlTCctcd timely htshion, then thc City shall have ll~c right to rot*au' tho damage and charge thc back to thc ('ontraclo~. All of this xxotk ih considered incidental to the pay item entitled 'TLnnish. lnslall and Maintain All Traflic Conrail l)c~iccs Necessary for Sale I rallic Handling". 1.16 I,;XISTIN(; [ TII.II'II';S. S'I'RI.!CTI'RI~;S AND ()TItEI~ I'I,N)PI(RTY: 1.17 1.18 1.19 Prior to an> ox. tax at,on, thc (7ontracp.~l shal] dclenninc [he locations of all existing water, gas scx~cr, electric, telephone, tole?al)h, telcxision, ztnd other underground utilities Ltlld Sll'tlCltll'OS. This includes the water ilDd sanitary sewer services. }3. After commencing thc \~.ork, use eVel'y precaution to a~oid Jntelq'erences with existing undctgrtmnd and surlacc utilities and structures, and protect them from W'horc the Iocatx,ns ol eXlS[i[/g tlnderground and SLU'Iacc utilities and structures ace indicated, those Jocnt~ims arc generally api)roxnnatc, and all items which may he CnCOtmtCrCLI cltlHi/g Ibc xxork are not necessarily indicated. Thc Contractor shall determine thc exact Iocallons ol ali ~tcms indicated, and thc existence and locations off all i~cms not indicated d. Thc Contractor shall repair or pay for all damage caused by his operalions to all existin~ utilities, public property, and privalc Nopcrt}, whether it is below ground or abo,,¢ ground, and hc shall settle m total cost of all damage suits which may arise as a ~esuh of this opclutions. T,c, avoid unnccessar} interferences or delays, the (7ontractor shall coordinate ail utilitx rcmoxals, rcphtcements and construction ~ith the appropriate utility DRAINA(iE: Tile ('ontutctor s¼all maintain adequate drainage at all tunes. PRO. IECT MAINTENANCI'~: Thc Contractor shall maintain, and keep in good repair, thc improxemcnls covered b}, ttnese phms and specifications dtn'ing thc lifo of the contract. CLEANUIJ': I)urinc Const~uctum. Thc c(mtuictoi shall at all times kecp thc job site as free from all matc~ iai. dcNhs and rubbish as is practicable and shull i'cmoxc same from any pEmion of thc lob rote ~k hen it becomes objectionable or interjects x~ ilh thc progress el tho prqject. 1.20 1.21 1.22 1.23 materials, lools kll~d eCltHl~mCnl belonging to him and lea~c the site with all appeaFallCe acceptable to Ibc Eh?acer and tiao ()~ncr. l'hc (7ontractor shall thoroughly clean ail cqtHpmcnt and materials inqalled b~ hinq and shall deliver over such materials and cqu~pnacnt m a blight, clcan, polishcd and new Llppc~/FIl]g condition. INSPI~3(;TI()N: 'Ibc x~(,d "lnslaection" or other lotms el lhe '~,orcl, as used in the conlract d(~ctnllctVs lor ~his p~OlCCt shall be understood as meaning an Owner's agent will observe linc const~ uctJ()ii ol/behall of the Owner. The a?nt ~k ill obscz ~e Lll/d check the constFuction tn sulDcJenl delail 1o saUs['~ himself lhat lhe work ~s proceeding in general accordance with linc COllIF[ICt docttmcllls, but he will llOt lac a ~[lal'a[ltOl of Thc ('onu-actor's [aCFfOFillallCe. I)ISPOSAI. OF WASTI'~ AND SURI'I,t;S F;XCAX\TI()N: All trees, stumps, slashings, brush or other dcht is removed fr(>m the site as a preliminary to die construction shall be Femo~cd Item thc property. Any rcclttircd tquming illld disposal permits shall be thc sol0 responsibility of thc Contractor. All exca\,ated earth in excess, et tlnat required for backfilling shall bc removed from tile .job sil0 and disposed of itl it satisfactory manner. '~XA'I'I~;R FI~)R t~t~}NSTRLJ(71'ION: Thc ('ontractor shall make the necessary a,'Tangcmen! lof scooting and transporting all ~x atct requited in the construction, including %alcF IcqUiFcd fei' mixing Of concrete, spnnkling, testing, l'ltmhing, flooding, or jetting. The (%ml~;~ctor shall provide ~k atc~ as required at his ox~n expense (;I'ARANTEIS: All \,.t>rk shall be guaranteed against dcibcts resulting from thc use of inferio~ materiMs. OClUlpmCnt el v, orkn~anship lot a period el tx\o (2) years flora thc dutc of final completion arid acceptance of tiao project. SHOI' I)R~.s, VIN(;S. PROI)UCT I),VI A AND SAMPLES 1.1 1.2 1.3 1.4 1.5 (, I~.NI~RAL: (?ont~actor to submit Shop [)rax~im~s, Procluct [)alu and Samples as required by thc Documents :md as specif'icd in off']er sections of the specifications. SHOP I)RA~,"IN(;S: soon us practicable ~if[cr c,,mtract iix,,,u~d submit to lhc Engineer, f'or reviews, lhe rcqtm-cd number of hound cop~cs of shop dressings o1' all items ax specified in thc anoux sections of these spccil'ications, accompanied ~}' citers of Iransmitta]. Shop dr:t',~ings shall inchlcte: N, LmuLictuic~ s cata]o~ sheets ancot descriptive data for materials and CclUil*ment: showing dimcnsions, performance characteristics, and capacllics and olhcl pemncnt inl'ormation as ~Ccluircd Io obtain approval of thc items H~volxcd No v, ork requiring shop dra;~,mgs ',;ill be executed until re',,iev,, und acceplancc of' such ch'a',~ ings hus bccn ohtaincd. PROI)UCT I)AT:\: I ('lc]ri} murk cad] copy to identify pertinent products or models. 2. Show peri'cfm]ncc charactcrislics and capacittcs. 3 Show dimensions and clearances required. Manulacturers standard schematic dray, lng sand diagrams: I. Modify drawings mad diagrams to deltic information which is not applicable to the work. 2. Supplement standzu-d inlormation to pmxiclc information specifically applicable to the SAMIJ'LES: Proxicte samples as indicated itl oflacr parts pi tlnese specifications. £ONTRA( I ()R RESi ONSIBILi 111~,~ A Rcxicw Shop Drawings and Product I)ata prior to submission. 1.6 (17 Cool'dil/L)le CLICJ/ 5LItMlliit~lJ v, ith I'et]tlilell/ClltS et' thc 'o,'ol'k and of thc Col~tFact DocL)ments. I). BcgH1 no v, oFk ~x hicln l'C¢lUlI'es sLIbmillLdS until I'CJLII'I1 el submittals ',~itJl Engineer's IS. Kccp one {1) al)p~o;ed cop? el shop cha',~ings el pi'oduct data at job sift2 at all timt2s. SIBMISSI¢)X R EiQ [~I RI~;511~;N'I'S: ,\ Makt2 SUblllilt;lls p)omptl} ~lll(l in such sequence as re} cause no delay in the w'ork or in tilt' \~,Ol'k el' all} elbe)' COlltl'aCtoI'. Number of sul>mittLtls requiFed: 1. Fei shop di'ax,~ings and product data: Submit the ntlmber of copies v, hit2h the contlactof requires, plus l'ottr ,,~. hich ,,,,'ill bc¢ L ned by the Engineer. 2. Thc project title. Supplier c. Manulacturer 4. Identification el thc prodt~ct. 5. [:icld dimensions, clcarl5 ictentificcl as such. 6. Relation lo ad accnt or cFitical l'eaturcs of thc x~ ork or materials. 7. ,&pplical)lc standards, such as ASTM or Federal Specil'ication numbers. 8. [dontilication el' deviations from Contract Documents. O. IdentiFication of rcxisions on rcsubmittals. 10. (7ont~actor's stamp, imtialed or signt2d, cettil'ying lo Follow of submittal. xeFtl'ication el [¢l'odtlcls, field moastHcments and field construction criteria, and anco{))dination oF thc H)lormation within thc submittal with rcqtHrcn~cnts el thc xxork and of ( onlFact I)OCLHX~eHts. I 1. }:abtication and erection drax~ings ]iSlS and schedules. 12. B~tsis of dcsH,n al/d dcsi~,n calculations si~ned and scaled b5 a FcgisteFed pFol'ossiona] engineer. 13. Seal and s~gnattH-C of n rcg~Mcr cnginceF on all strt~clural submittals. 1.7 t.8 D. RE\ ~'C% ]~%%r %%ill nOl relieve Ibc CoIlll'ktctor OJ' Lilly ]csponxibility and %~ork rcquircd b) thc COll[l'~lcl Satidactoty shop d]ax~ings will bc so designated and all sds, cxcepi four (4). ~cturncd designated and all sets except two (2) will hc returned to thc Contractor, with indications of Ihe ~cqttircd corrections and changes. Rejected dx~p dr;twings x~ill hc concctcd und resubmitted to thc Engineer for I~ESI!IIMISSION REQUIREMENTS: Make any corrections o[ chum, cs in thc submittals required b) thc Engineer and resubmit until aCCel)ted. Shop Drawings und Product 1. Revise initiad clnix~ings t)r data. and rcsubmil as specified for the initial submiltal. 2. Indic:itc an} chamTcs ~hich hilv¢ been made other than those requested by EN(;INI:~ER'S RESPONSIBILITIES: Review submittals x~ ifl~ rcasoBabJc Dronlp[r/css. Affix slamp and initials or s~natm'c, and indicate lCtlmremcnts for resubmittal, or Return subnlittals to ColllrLlctor ~Of disu ibution, or for resubmission. SECTION 5 DESCRIPTION OF PA Y ITEMS T H E C I T Y 0 F CO?i - i l SECTION 5 - I)ESCRII~I'ION OF I'AY ITEMS includes comment~; concemin~ ',,arious Pa~, Items so lhat tile contractor can fully Construction No Pay Items: All ;~ork necessary tot the ordc~ 15 completion of thc project, hut not spccilically included as a pay ~tcm in Ibc Proposah shall bc considered subsidiary to Iht Contract and no separate or additional payment x~ ill bc ma(lc thcrctorc. For example, there shall bc no separate payment for Ibc I'ollmxm~: (al ~cmo~al el si*oils. (b) ~atcr Ior ct)nstruction, (c) surveying ~o establish ~adc. ami (d) tt~c ~cpau', ~cplaccmcnt, or modification of any existing uTigat~on Thc above items are not meant to be a total and complete list of subsidiary items but only representative et thc types of ilCnls that should bc included in thc val'lOUS pay items a%ociated xs ith this piwecl. Construction t)ay Items: Pay ~tems tis lb, ted m tile proposal shall be mcasmcd and paid for in accordance with the applicalnle measurement and pabmcnl paragraphs m the Standard Specifications for Public ~mks Consl~[~ction Nor'th Cram'al Texas Couaci; of Goxcrnments Third Editi{m, unless modified by these special p~oxlslonx. All work for Illin imqect shall be governed by the Standard 5;pccifications lk)r Public Works Construction No~h ('cnlra[ I'cxas Thu'd Edition, as prepared by the North Central Texas Council of O()vcrnmcnts, thc Cit> of CoppclI Standard Construction Details (Ord. ~92-554), and Appendix 'C' Design Criteria and Standards in thc City of Coppell Subdivision Ordinance (Ord ~94-643). to~cthcr ~ith any additional Supplementary Conditions, Specific Project Requirements. General Notes or Description of Pay Items included herein. 2.1 I)a3 Item#l Mobilization Thi-, pit) item shall cons~sl of the mobilization lot tile construction of the project and shall be inclusive of any and all mobilizations and clcmobili,,'alions associated with the prtuect. MeasLlrcmcnl and Payment shall be as folh)ws: one half the mobilization shall bc paid with thc first pay csmnatc al}cF 111c initial mobilizalion ha~ taken place. On all subscqucnt pay cstimalcs, measurement and payment shall be pro~atcd on thc basis of thc percent of thc job complete plus thc initial 50(:~ (Lc., when thc pay request reflects 50% payment of thc total COllll~tct amount, then thc contractor xNilI ho paid t'oi 75'~ et lhc mobilization pay item, etc.) Pa)ment shall be total compensamm for lumishing all labor, matcmds, tools, and equipment Pay Item #2 Site I)rel)aration This pt~(icct x,,ill be constructed within the limits of a 0() t'oo~ drainaTe easement located on both p~ixatc atnd citx ox~ncd property Trees ~ithin thc project limits shall be removed prior to thc slarl ol COIISII'LIClIOI] under a separate contract This pay item shall include thc ~ 2 Description t~/Pay Items 2¸4 ~cmoxal el xc?~at~on and (n~atnc ma[tc~, loose riprup ut headstall s[rUClLUCS, debris ~ilhin line prelect lilBit~, zlnd [clBpol'aI'y feDcill~ of other suitable ~uards located outside of thc d~iplinc to p~otect trues Contraclor shall make cxc~y effort to minimize the ~mpact to thc hevor/d xkhu[ ih tlCCessar~ lo meet thc constltlCthm requirements. C'O[l/ractor shall meet with thc C)x~ncr's ~cp~eNcnlatixc p~ior to tine pruning of any trees or shrubs to provide t]c~lrance for sH'uc/tucs o] Cqtlipmcnl. ~ilc Preparation shall he in comphance with NC'I('OG Items X.l and 32. 'Iht Contraclor shall not st~ckpile removal material on the ioh site, unless specifically aulho~ized m x~rtl]n7 hv thc Owner. and is responsible for Iocatin~ a suitahle clisposa] site. Measurement and Pa)mcnt shall be made on tile hasis pct' lump SLtnl (l~S) and shall be total compensation f~t ['un/ishin~ all Iahor. materials, tools, and equipment necessary to prepare thc s~lc for thc suhscclt]cnl construction. Pay Item #3 Remove and Dispose of Existing Iteadwall at +_ Station 21+09 This pa? item shall c'ons~st of tho remo~'al and disp(~al oF a porlion of the existing headwall located at * Station 21+09. Any portion o[ the headwall that interferes with thc field conncclion el thc cx~sting 60 inch RCP anti 5' x I(f box culvc~ t(> thc proposed multiple bOX CLIIXC]I, al~oI lhe construction of thc multiple box culscrI or earthen channel shall be removed. Anx porl~ons el tine existing 60dncln RCP or cx~stmg 5' x [0' box culvert damaged ~n' destroyed h~ lhc remoxal (fl Iht head. ail 3hall hc removed and replaced at thc Contractor's expense Work shallbcin accordance with thc City ol Coppell Standards and applicable N('TCO(; items. Thc (7ontractor shall not stockpile removal material on the job site, unless spccil'icall5 aulhorizcd in xwmnS hv tiao ()Whet, and is responsible for locating a sui[ahle disposal site SecScctionbJk~rdetaiIsofcxistinghcadwallstructure. Mea:,urcmcnt and Payment shall he made on tile hasis of price bid per lump sum tLS) and shall Dc ~.otal compcnsat~on 1'o~ furnishing all materials, tools, equipment, [abet. and any other incidentals nccessar? [o complete the Pay Item #4 Box Cul,,ert and Channel Excavation This pa> item shall consist of thc muhiple box cul~c~l and channel cxcawition as shtmn on the conslruction pIans and to thc lines, ?'ades and typical sections as specified. Excavation shall include all matcrial~ cncotmtered tc~arclless el their nature or of the manner in which they arc rcmoxed. Work shall be in accordance with thc City of Coppell Standards and NCTCOG Items 3.3 and 3.fi. Thc Contractor shall not stockpile removal material on job s~te, unless spcciiicall5 authorized in x~ritmg b> the Owner, and is responsible for ]ocaling a suitable disposal This ts a "plans quantity" measurement Item and the quantity to he paid for will be that quanhly shown m line Proposal/Bid Schedule. Payment shall bo made on the basis of price bid per cubic yard (('Y) and shall he total compcnsanon for furnishing all materials, tools, equipment, lalnot, and anx olhc~ incidentals ncccssar5 to complete the work. ' ~ Description *t/'Pay Items 2.6 2¸7 Pay Ilem #$ Borro~ and I{mbankmenl qhix pa)i~cm shall uonmx~ el /he ftmrnishin~, placemcnl, and compaction o~ all suitable IllalCl'Ja] (0 thc cslablishcd ?adc and to/he shape el thc eros% section a~ shoxsn m the plans. Fill material shall be ()x~ncr approved borrow and site-excavated material (]lot all site cxcaxa[cd material naa~ bc xnitablc Jot embankment). Borrow material shall be a select sand) clay to cla}o sand with a I.iquid Limit less that 4N and a Plasticity Index between 8 and 20, unless othcrx~isc appmoxed Dx thc ex, hem Weak shall bo in accordance wiLh NeT( ()G Items 3.6 and 5.7. l{ach la}ct of compacted fill shall be uniform as to material. dcnsilv, aBd moisture con(till bolero be?ming compactxm. Thc fill shall bc compacted m lilts of loose dcplh not cxcccdm7 8" and compacted to bctxxccn 95 pcrccnl and 100 percent el IlldXI111Lllll dFV dcnsilv as determined bv ASTM l) 698 al. or up to. five (5) percentage pOil/lS aboxc Opmlltl111 nlolslUic COil[Oil{ fhis ix a "plar~s quantitT" mcasLlrCnlent Item alld the quanlity to be paid for '~ill be that quantir} shown in the Proposal/Bid Schedule. Payment shall bc made on I[lC basis of price bid pc~ cubic yard (CY) and shall bc total compensation f(u furnishing all materials, tools. equipment, labor, and any Ot]lCl' incidentals necessary to complete the work. Pa~ Item #6 Sut)grade Failure Repair This pa? i(cm shall consist o[ thc removal and mplaccmcnt el any unstable material found in thc subgradc el the proposed multiple box culxe~s. The tmslablc malcrial shall be rcrnoved al/d thc StllTOtlndill~ soil Cmllpactcd to t)5',i standard proct(~ density at optmlum moistm-e contcllI * live (5) pcrgCllt as dctcrnlmcd by ASTM I)698. [ypc 'A', Grade I flexible base shall bc placed and compatlcd to tn?} standard proctor densilv at optimum moisture content + txxo !2) percent as dclcHnincd Iw ASTM D698 to bnng thc subgradc up to the required clcxahon lo allow tot thc placement el thc muhiple box culvert Thc excavation and of Jsitc disposal of the subgradc material and thc compaction of thc lcmmning sol[ are subsidiary lo this pa5 item. Work shall bcm accordance with TxDOT Specifications Item 247 and all applicable NCTCOG and (~i[y o] Coppcll standards. Measurcmcnt and Pavmcnt slmll bc made on tine basis of thc price bid per cubic yard (CY) of fIexiblc base and shall be total compensation for fnmishmg all materials, tools, equipment, labor, and any other incidentals ncccssm y to complete thc work. Pay Item #7 Cetnent Treated Base Backfill This pa) ~tcm shall consist {nj' tine placement of cement treated base (CTB) between the sides el tine proposed nmltiplc box ctdxc~ and the sides Of' thc excavated Wench from Station 19+5t) to Station 21+03.55. lhe CUB shall extend to thc top of the proposed multiple box cut,crt Fhc unconfined compmcssmve strength of thc CTB shall be Class 'A', 400 psi with a mmnzmunl of 5.0Q cement 'Ibc Contractor shall submit a C<~l~y of thc mix design fi'om the supplier to the ()wncr's representative. Mcastnement and Payment shall be on thc basis el price bid per linear foot (LF) along thc ccntcrlinc ol lhe three hanoi 5' x 10' box chh'crt ztnd shall be total compensation for J'tllllishing all materials. Lords. C(ttllpll)Clll, labor, and any otlner incidentals necessary to complete tine work. ' 1 Description <~flPay [tents I)a~ Items #8, #0, and #10 PVC (ioated Gal)ion ~truc[ures This pa}r item ~onsi~ts (d PNC coated zabion structures f'illcd with stone to thc length and Structnrcs" m Section 0,~lechnical Specifications. Work shall Dc pcrformedbyacontractor who meets thc qualilication rccluncmcnts outlined n~ "QualHications of Gabion Contractor" and completes 1tlc Quahlica/ion [onn in Section 7, Special P~ovisions. Measurement and Pavnl¢ilt of gal, ion slrncturcs shall be based on thc VO]LIInC ill cubic yards (CY) o[ gabionx installed and filled to their lllUXlllltllll dcnsilx with a minimum of voids and shall inc]ucle thc ~olnmc oi embedded items when applicable (;ahion structures shall be paid fi)r at thc contract tm~t price per cubic yard. lhe nmi [,ncc shall include full compensation [or placin~ all nnatenals (gahions. rock, gcotcxtile and crushed ~tone clramagc material) and fl)r funnshing alt tools, labor, eCltnpmcnt, and other incidentals necessary to complete and install thc gabion structure in accordance with thc intent of the plans and specifications. Any cxcaxation required 1o~ placement of thc 7abions shall also bc included in thc gabion unit price. Pay Item #11 l'hree Barrel 5' x 10' Multiple Box Culvert Ttnis pay ilem q~all consist ol thc installamm of a cast m place three ban-c[ 5' x 10' concrete box culvert l)om Station l t)+Sl) to Station 21+03.55 in acc(*rdance with TxDOT Standard M(' 10-7 and to thc ~adcs as shox~n in tl~c plans. All concrete for construction shall be Class '(" concrete haxin~ a illilliD3/illl o[' 6 sacks Oi cell/tnt pet Cubic yal'd anti a minimum comprcssixe strength ot 3,600 psi at 2N cla~s xkirh thc exception of thc top slab. Thc top slab shall be ('lass 'S' concrete x~itt~ a mm~mum compressive sttenTth ol 4000 psi at 28 days. No I']) ash stnatl be pCllllittcd Thc cost [Ol- lumishing and placing reinforcement is subsidiary to the price bid per linea~ toot. Thc cx~Mn/g subgradc shall be compacted to 95% standard proclor density at opmnum moisture contcm ~ five (5) percent as determined by ASTM [)698 Ihe Conu'actor has thc option of grading out with Type 'A', Grade I llexible base at his ox~n expense. Work slnall include thc installal~on of [2' steel plate bolted on to the face of the box cutvcn at Station 19+50. as sMox~n on Sheet 14. Back/ill behind thc steel plate shall be considered subsidiary to this pay item and backfill along the sides is paid lot under llcm ~7. No backfill of any kind slnaH be placed on top ot the proposed multiple box cutve~ls to allow for proposed dc*clopmcnt. Work shall be in conlpliancc ~kith NCTCOG Items 7. I and 74. and all applicable FxD(Y[ Specificatnms and Drawings. Measurement and Payment shalI bc on thc basis of price bid per linear foot (LF) along thc ccntcrline of the thrccd*a~Tcl 5' x 10' box cnlvcn and shall be total compensaUon lk)r furnishing, bauling and mixing all concrete Inatcmtals; for i'umishing and placinB the required rcinfolccnlcnl: Jot plucill~, finishln~ and ~tu-ing all concrclc: for all grou[ing and pom/In~: [or lumisln~n7 and placing cxpansion_loint material ~cquircd: for connections to CXlslin~ sH'uCtUlCS, dexxalcring, and Ik*~' ail forms and falscxkork, labor, tools, eqtlipn]ent and incidentals nccc%alv to complete thc work ~ -~ Description ~!f Pay Item~' 2.1(I. PayItem#12 Four Barrel 5'x 10'51ullipleBoxCnlvert 'Illin pa} itch1 xhall con~a< ol thc instalhilmn of a ca~t in place tkmr ban'c] 5' x 10' concrete box culxcr~ Il'Om Station 21+0355 1o Sla/ion 21+73.40 in accordance with TxDOT Standard MC 10 7 and to thc grades its sho~n in lhc plans All concrete for construction shall bc Class 'C' concrclc [li[~i[lg a l~lllllllltim el' 0 slacks o{ co111clll poi' ctibic yard and a nlllllllqtl111 comprcssixe strcngtlq el 3.600 psi at 28 days wilh thc exception of 1tlo top slab. I}/C lop slab sJlal} bo Class 'N' k:OllCl'Clc xt itll a lllininluII1 compressive strength of 4000 psi 2$ days Nollvash shall bcpctmmcd. ~lhccostto~ fumishmg and placing reinforcement is snbsidiary to tine yicc bid per Imcm loot. Thc existing 5ad,grade shall bo compacted to 05'~ standard pFocIni- density at optinltlm lllolStUlc content z five (5) percent as determined bx ASTM D698. Thc Contraclm' has thc opli{m et grading out with Type 'A', Grade 1 flexible base at his ox~n expense. No dirccl payment shall be made for backfilling xxith select material a~ound thc box culvert. Work shall bo in compliance with NCTCOG Items 7 l and 74, and all applicable Txl)OT Specifications and Drawings. qhis pay Item shall include tlne field c(mncction of the existing 60" RCP storm drain pipe and thc existing 5' x 10' box ctilxcH into Iht proposed lbur brute} multiple box culve(X, including any doxkcls, concrete collars, o~ other materials rcqtmcd to terminate mtn thc existing system. XVotk shall also include thc inslallation of [5' steel plato Ndtcd on to the face of thc box CLII~CrlS at Station 21+73.40 as sl/ox~n on Shoot 14. Nlcaxtircment [nl(_l PaLn]elll shall !>c on ttnc basis el pdce bid per linear foot (lY) along thc ccntcrlmc of thc {()tlr hallCI 5' x 10' box culxert and shall be total compensation fo~ furmshing, hauling and mixing all concrete matorials; Io~ ILn-nishmg and placing thc rCClUircd rcinft~cement: for placing, finishing and curing all concrete: for all grouting and pnintmg: for ltn-nishing and placing expansionjon/l material required: for connections to existing structures, dew;tiering, and for all forms and falscwork, labor, tools, equipment and incidentals necessary to complete tiao work. 2. I 1. Pay Item/413 Non-Skewed Parallel V~ ingwall at Station 21+73.49 Ihis pay item shall consist of thc installation c,f a cast m-place non skewed parallel v, mgv, all at Station 21+73.49 in accordance ',,xith '1 xl)OT D~a,.;ing (PW) and to the grades as sharon in thc plans. No direct pa}mona shall be made for backfilling aronnd the wmgx;alh Work shall bo in accordance v, itln N(TTC()(5 ltecnx 7.1 and 7.4. Measurement and Payment shall hc on thc basis ol price Nd per catch tEA) and shall be total compensation for fnrnishlng, hauling and mixing all concrete materials; for furnishing and placing thc rcqmrcd i-cinl'o~comont: for placing, finishing and curmg all concrete: for all g~outing mid pointing: for l'unnshing and placing cxpanxnm-.jomt malcria[ required; for cimncctions to ex,sting structures, dcwatcring, aild lot ail forms alld lalsOWOl-k, labor, tools. eqmpmcnt and incidentals necessaD lo complete thc work. 2 12 Pay Item #14 Restore l)isturbcd Areas qhis pa)item shall consist et all x,,ork, materials m~d incidentals necessary to restore diMtllbCd [II'OilS 1o aH cqua] of bOUOl c(mdition [hklll pFiOl' tO LOIISJ[UC[iOI/ ID accordance with NCICOG Items 3.8, 3.0, Xl0 anti 311. Thc illOil I'Fom Suition 19+50 to Station 2I+00 Description q/' Pay Items ,,hall m*t bc rcstolcd due In lulnrc dcxclop]11cnt. Right of way, thc bottom el thc carlhen dlaillnCl, bclnind thc gabion xxalls, thc lransltion to thc cx~Mu/g Bethel Road CLIIvcI2, and any o~hcr disturbed a~cas alon7 thc length of thc pr(liter shall be fine ~raded and cu[ [o rccc~xc hydro mnlch sccdm7. II thc h~dro-mulch sccding~ initiaIlypcrformeddurin~thc dates spccil'icd Ior R}c (h'ass. thc Contractor ~xill be l'Ctltlilcd lo COInC back dnring thc dales specified ior Burmuda Grass and re-seed ('Olllrilclof shall be reqLlired to waler, cstiiblish ~rox~lJ/. and pFOICCI alia l'cpalr ally darllzlgcd areas until completion and final accel)lance el lbo prelect bx Ibc OxxncF It is thc intent el lhc Owner that all disturbed arcus along thc proicct hc restored. If there a~e areas outside of the project limits that are dislt~rbcd by thc Contrador during thc pcrfoI'n]ancc Of' this sxork, those additional areas shall bc l'cstorcd in 'accordaBcc xxith the rcclnlrcn/cnls pi'ox idcd herein at thc Contractor's %01C CX[3CIISC. Mca'~urcmcnt and Payment shall be made on thc basis oF price bid per lump sum (LS) and shall bc total COl/lDCllSallOI] Inr ~LlrtliS[/illg all materials, lo(ds, cqtnpmcnt, labor, and any ~t}lcr incidentals necessary to complete thc work No menu than S0% of this item shall be paid unlll 100G grass coxcragc bas been established to the satldaction of the Owner. Pay Item//15 relocate and Lev, er Existing ~,¥ater Line Tiffs pa? item shall consist el ~cl(~catln~ and lowering thc ex)sting S-inch water linc in thc }~canon :l~ shox~n on S)~cct $ in thc plans or as dircclcd b} thc Owner. Fbis work shall be pcrl'ort¥,Jd to axt>nl a con/iici xsilh lilt proposed channel llllproxclncnls. (~ontraclor to :olnli~m Ibc exact Iocalum and exlunl el thc conflict with 111c proposed channel ~mptoscmcnts t,lief to rdocalin7 and lox~cring the x~atcr linc This work inclndes, but is not limited to, fnmishin7 and installin~ + 240 hncar feet of 8 inch wale]' line, cutting, plu~Ting ztnd tomos mg thc existing %satcr linc, bl()~ off xalxc, mcgalug fittings, concrete bloc'krug, alld conncding to thc cxistin~ syglctll in two ]ocali(ins with approtmate sleeves and /or f'itlin~s. Work shali bc in compliance with NCTCOG Ilcm 6.7.3 and City of Coppcll Slandard Construction Detail 4200. Measurement and Payment sha[l be made nn thc basis of the pi'icc bid per lump sum (LS) and shall be thc lotal compcns;LdOn for furnishing all label matcnaN and equipment necessary Io complete lhe ~ork, including cxcavatton, cmbcdmcTlt, blocking, polyethylene wrap, thrust restraints, backfill, tcstin~ and disml'eclion and any olhcr incidentals necessary to complete thc work Pay Item #16 Transilion To Existing Box Culvert Under Bethel This pa5 item shah cons~sl of Ibc grading of the cxistin~ channel fi'om thc end of thc px>poscd m~pro~cmcnts (Stat~(m 26+10) to thc cxmting box culvert under Bethel Road (Station 29+00} 'Ibc l~ans~rum shall rolmow the exmung chmmcl as nearly as possible and shall haxca m,ntmumx~i&h o15 feet. Thc ~radc luma thc proposed improvements to thc is to mimmizc any ponding ol xxalcr tmlil thc mcmaim%: cha)lncl improvements are completed ' 7 Destription gl'Pay Items Me~lstHcmel~t ~md P~mellr sBall Be made ol~ the I~asis el Ilae t~icc bid peF Ittmp sum (LS) ~ 15 t:'a3 Item #17 rl'ral'l'ic Control I~lt~tll Ihis fay item sBall il]clu¢lo IttF~qlst/m~, inst~tlli~/7, a~d m~Hr~taining lBo Fe~lLiircd traffic ~oritFol clevlccs ill ~lcc'~lld~lllCt' with the 1 M[;T(?D. D~clusixt' with IBis pay item will bc tile Me~sur'cment and Paymct~t sBaH bc made o~ tBe Basis of tBe i*Fice bid pcF Itlmp sum (LS) ~md sBaH Bc Iota} coml¢cnsatiorl I~ ItHn~isllir~g alt I~H*OF, malctJzlls, tools, and C{lt~il)mcnt neccss~tFy t~ ICFCp~re thc trztFl'ic COtltrol plai~ ~tnd complete IBc H~stztllatio~a ¢~i' thc tcmpoF~lry tFal'Fic COntFol 2 I(~ Pay Iici #18 I';rosion Control I~la~ T/~i~, p~t.x )tcm sBall c(~nsist ~1 l'umishm~, mst~lllinB, mamtaining and Fcmoving erosion contFoIs throtmghotit thc clt~Fatlon oF thc pt'c}ject in accorclzmcc witB thc Texas Commission on [5~aviFonmcr~tiH Qtia]it} pct'mlllil~g l'cquiFcmcl/ts I'OF COilSIFuction pFOjects tBat cBsttirb one t 1) OF more ~crcs. [Jndcr thc Texas P{~llulior~ l)ischaF? IZlimination System ('1 DPES) gc~c~aJ constt't~cti(~n ineFmit IXR 150000. t[~c olocFat()r wilB control of construction plans S[orrll W;iter l)olmtttl~tl i>I-cx em]ti(;il Plan (SWP3) I(~F lt~c ctl/il'c c(mslruclloll silo. THc Owner and tiao ('onlFacl{~F sBall iIndel)ei~dcr~tly sttbmit an N()I OF po~t a site t]ot~ce, depe~lding o~ IBc x~zc of IBc aclixitx, linc SWP3 must descFibc zmd instate thc implementation el I~cst marlagcmc~lt pFaul~ccs tBat will he fixed t{~ rcdtlce, to the maximL~m extent possilMc, thc j3oJlkltttnts atqd stoFm ~killCl discBargcs associated xkit]l the c{)r~Stl-ttction activity and mStll-e compBa~ce xxilB tl~e terms alld c'onditions oF IBc pem~it. The SWP3 must cleaFly indicate x~BicB opeFator ~s responsible I'OF satisfying cach sBared recltlil-emet~t of the SWI>3. The SWI>3 sBall be xt~blcct lo al*p~{)xal by the Ow~e~ amd mtist J~c retrained on-site dui'lng the termoftBeconstFuclio~. Noticcmtistbcl, ostedJftBcSWP3txFetainedoFfsite. A n/cxas Re,~'ixtercd Prol't'ssior~zll Et]ginecF must sl~n and seal thc EFosion Conlrol Pla~ (ECl)) submitted ;~s purl el [fie SWP3. Thc ()x~nc~ zmcl ContractoF shrill indepcndcntl, sLll~lllil a Notice el Tcimillatlo)l tl]*Oll comlMctioi~ of IBc pF(}jccl Nlezlsllremcnt lind Payment sl~all Be matte on IBc I~asis of thc IIFiCC bid per lump stm~ (LS 4etl[lC~n~;Ill~, ilI1cl llltimlCllanc¢ {~1' ${i-tlCttll'al cor]tF(~i mcasLll'CS tBFo[lghotlt lhe lci-m of COIISIILICtI(~II PagltlOll[ shall [>e lolill coml~cnsat~or~ f~ J'tlmisBillg all label', materials, tools, and ctltlil~me~ll t/eccSsal'V /o complete the work a~ct [>aynlC~/l sBa][ be pFol-~tled throt~ghotlt ~ I~ l)~'stri? tiott t~/Pa)' Items £ 17 Pay Item #19 Trench Safer) System '1 his pay ilcm shall consist el the l~cnch saletv syslum reqtmcd for construction activities. Thc ColllractoI shall ftll'l/lsh a site-specific trench safety i~]an prio~ to construction. The sxstcm shall meet thc rCCltmCmcnts of thc Occupational Satiety and }leaJth Administration {OSH:Xk Thc Contractor ~s cli~ected to become knox~ledgcablc with thc standards as set Iorlh bv OSllA and to [)lovidc a viable [ronda safety ?stem at all limes during construction activities, and thc C'ontracto~ ts responsible fo~ conforming to such regulations as p]e~cribcdbyOSHAstanda[ds. This pay itcm includes all additional cxcavatiom backfill, pavement I'CCOI/SU'HC[IOll Hlld repair made note%ar5 by thc [m~tection syslom. No separate p:wment shall i~c made for cxcaxation protection maclc necessary due to the selection of an optional design or scqucncc el ~xork lhal croalcs lbo need tot the protection system. The trench safely plan shall be signed alld scaled by a I cxas Registered Prolcssional Engineer. Measttrcment and Payment shah bc made on the basis of price bid per linear fi~ot (LF) along the ccnlerlmc of tiao multiple box culxc~l and shall be Iotal compensation for l'tn-uishing all materials, tools, cquipmcnL labo~, and an5 other incidentals necessary to complclo thc work ' ~) 1)cscription q/Pay Itetns SECTION 6 TECHNICAL SPECIFICATIONS T H ~. C. I T Y 0 [~ CO??ELL gI~("I'I()N 6 - TI~(711Ni(L~,L SPE(!II~'ICATI()NS (LXBION STRUCTI;RES 1.0 I)I~;SCRIPTION. 1.1 ~ittl ~tonc ugcd to bnild c'urth ~ctainin~ and el'osiOtl control gIFLIC[LIVOS SLIch ag: t'etzimill~ 2.0 M.,~,TF~I~,IA LS: 2.1 (;abions shall bc prcful~ricatcd in accordance '~ith ,.\5;TM A~:)75 97 to thc size called for on thc plans, or as otherx~ism app~oxcd. Gabions shall consist of gulvanizcd wire or galvanized x~H'c x~llh an additional PVC coating xxoxen Into a uniform, hexagonal-shaped double Iwist pattct]~ with openings approximately 3 1/4" x 4 I/2" The mesh shall be fabricated in such a All ~xlrc nscd ior gubions, Inc!uding lacing v, irc, shall have a tensile strength of 54,039 t, 8,259 psi in accordance ~itn /KSTN'I At>41 92 (Nass 3, solt temper, tEIongalion shall not be less tha~ I?f in accol'clzHlcc with :XSTM A370 ~2. Thc zinc coaling shall mcct the rcqtnlen~cnts ol .&SI'M .N041 02, (7lass 3, soft temper co:~hng and shall be a minimum quant/t> of 0.70 oz/f't: for x~ irc 0087" in cliamctcL 0.80 oz/ft f{~t x~ it'e O. 106" in diameter, 0.85 o//1'~ fo, ~irc 0.120- and O. 134" in diameter and 090 oz/li:For wire 0.154" in diamctcr. Mesh v,,n'e, scl,,age x,,n-e and ]acing wire diameters for galvanized gabions and gaiv~mized gabions xxith a PV(? coating shall he in accordance with the nominal diameters listed in Table I 'lolerances ot all xt ire dialllCtel's shoxkn shall he +/ 0.004" All testing of wire diameters shall be wior to Ial)Ficalion. i Mesh Wire I 5;el,,a,ge \Virc 0120" ([;5; II Ea?Ee/ 0154" WIRE DL I MEI'ERS (;alvattized Wire Galva~tized Wire with Pi(' Coating 0 106" (US 12~ag~e) 1 0 087" (US 1., l/_~at~gc) Technical P;pec(/icatio.s coat gahion ~ire shall mcel lhc follm.~ing spccil']calions: ('~!I~. gras: ,x,'~.~i~l /,~t~t'k~t<'~s 002(1 it/~.'l~es: ,Xl.u'.ttt.t 7fticb~c~'s - 0.015 inches; (It" Ix ,5lsl ifz (, ~{}{ 0 hotll'S using apparattis 15pc E x~ he~ tested :~ccording to ,AS'IM DI499 and ..5'[M (, .... $'~/l .S~t'(0. ]~'xl ~( 00 hour's ~hc~l Icslc'd accolding to /XSIM BI 17: Alpr~.si(.t sial] he t~nil'orz~q]5 applied itlld shall }/0 fi'et 1'1'o11/cracks. splits, stretched or stl'csscd ureas. will forn~ ii reclangtllat trail x,.ith a minin~nm thickness el twelve inches 2.2 2.3 1-ho base and sides ale lo I>c ~o~en inlo a single tlllit Thc btllll/lll of thc end panels shall be lacto~) corn/coted to thc bt>d} i~ stlch il lllanncl' that thc strcnglh and Exibility at the point of con.ection is al>proximately c¢lal to lhat of thc mesh. Thc lid for specially fabricated g~ll~ions lllay be separate c~$~rt,ct~on Thc gal~ion si}all be divided into ceils of app~oximalcl} equal size by {ilClol'y connected diaphragm panels using mesh of lbo same type al~d gat~ge ax thc I~ody el thc gllhiOll. The diaphlagm panels shill] be secured in proper positron ~n I[~c I~asc in stroh a manner thai no additional tying ~$ necessary. Thc length of the cell s}la[] lid exceed its hornzo~taI width All perimeter edges el' lhc wire mesh lbrming the bdx. end and diaphragm panels 5all Inane a heavier get, ge selvage wi~c woven into 1tlo edge dhll~hmagnls sJd] bc scctmrd', altad/d t~ a hca~icr gatmgc sc]vilgc wire bva mnlimum of: two l.acing x~c shall he sttpplictl Io~ scot,roi? fastening tt7c gabi(nls dt~ring all sleps o]' assembly and con~trtdio~ I.acing ~k ilo sha[} bo n~cltdcd wilh thc gabions in sufficient quantity ty~g gi~i~ions in accordallCC kkith [tlc spccil'ical~ons No othc~ ~ irc except of thc lype supplied with thc gabions may bc used. (;abions l'un~ishcd bx il mant~lactt~rcr shall bc el tlniform size and suit~.jcet to dimension ~olc~ancc limits of +/- 55. Thc gabions shall be cerlil'ied by il nt~tarixcd, s~otm affidavit from thc iqqallUl'actLil'Cl shox~ing complialltO x~ilh thc specification roCk,foments. (;abion Rock [tsed to fill the gabiol~s shall be cleal~, hard. alterable. 4- to 8" well graded cruslqcd Iimcstot~c. Nnt more than 155 el thc rock (by weigh~> shall pass a 4" opening. For 12" gabtons. 4" to 6" wcll-g~actd crushed hmcstono may be ~ised. The rock shall be clean and shall bo stored and handlctl m a manner to prcvcl~t contam~natio~l. Prior to placing thc rock. slmiplcs shall be delivered to site and shall be approved I¢~ gradation and appearance by ~hc c~g~ncer. (;eotextile Fat}rio for use as a Iilter ~ndia, ',~hen specified on Ibc phn~s, shu]l be placed along thc gaNol~ strtictnrc as show ~ in thc pla~s. Thc fabric t~ bc used shall be: Non woven. I)dypiop}lcne. needle ptlnchod ge(~tcxtile such as Mirati 140N. Mad'ex MXI40, (7ontcch (7 ~ ' I t' c It t 1 it'a I .qp e c ~fit'a t io t ~ s 2.4 (/rushed Stone Drainage Material. x~.lncn spccilicd on llnc pluns, shall hc placed to thc limits as sllox~ n on Ibc p~atls ('['/lshcd stone dl'ainagc tnalcrial shall constst of 1" minus crushed stone m accordance with AS FM C'33, s~zc 57. (h'anuJclr lilr0r media comprising drainage laver (mlnm2n~l widtln as spcciJicd on pluns) sinai] be xuhsidiar} lo gabion unit price. 3.0 C()NSTR['CI'ION: 3.1 3.2 (;eneral The gahions stnall be installed il/ accordance with Ibc size. type, and alignment as shm~ n on thc plans. PVC coated ~abions ~hall be Llqed ill thc amcas as specified and sho~n on tine plans. Thc placement of the gabion~ shall be in close conlorm~ty to thc lines and grades (;eotextile Fabric Placement Aflc~ cxca'<ation to tile ~;Llbgrade elevation has peri'tanned, [he gcolcxlile fabric (x~hen specified) shall he placed to thc limits as shown on plan~ ('arc shall bc taken not m place Ibc fahric m a mannc~ exceeding the limits shown on lhc plans Where splices occur, adjacent p~cccs ot gcotcxtilc sMll be overlapped a minimum of eighteen indncs (18'). Fabric shall he secured, xxhen necessary, by pins or other suitable means hdbrc placing the Bahions Excess fabric protruding pest the finished gabions shall be cut 3.3 3.4 (;aNon Assembly (iabmns are a*qemh!ed in linc foliowir~g sb~:ps: (1) [:nloldthc baskclson ahztrd, ilatsurluccand stampoulaI[ kinks. (2)[:oklupthclront, back, and cl;d panels and las[c:l tine [*ands toecthcr x~ ilh thc puNctmg heavy gauge selvage x~n'e h5 twisling thc sd\age wire around the scIva? wire ot thc other panel two complete lures (3) Fntd tine inllci' diaphragm panels up and secure in thc same manner. (4.) Tie all cdTes ol thc ctiaphra?ns and end panels to Ibc sides of the 7ahion by the tying method as 5~ccilicd helm~, 'l'.~ing Method PROP[:,R lYING OF' (}ABIONS ,\I' ALL SIEPS IN TItE ASSEMBLY <\ND (ONSI'R(!CIlON OF ['HE GABION STR[JCTL[RI{ IS CRITICAL TO T}IE PER[:ORMAN('E OF THE HNISItED (LXBION S'I RUCTt:RIi. I. (N, ions IBLISl be lied ill tile specified maturer at each step (ti construction: I~.) T?ag to ac~iaccnt gabions along all conlachng edges; c.) ~ying of lid to sides; d) Txing of lid to top of diaphragms; C) Re l?)lgofctlt gabionx. All tying of gabions shall lne pcr/nrmcd in the lk)llmfing manner (Sce Fig. 1): (1.) Cuta length of lacing wire approxm~alcly lixo lec~ long !2) Sccurethe lacing wire onto tho gLlhion at thc clld b} hxpmg and lx~isting the tic t~irc together. (3.) Proceed tying with clouhlc loops (made at thc same poinl) c~cry lixc inches apu~l. Tiao basket pieces should be pulled tightl} togcttncr during thc t?~g operation. (4! Secure the other end of the (; 4 Teclmical Specification~ 3.5 3.6 latins x~.irc b) a.~aln looping and tNNi,qing the '~x uc arotlnd its;cH'. Nt) other ;'~im cxcq~t of thc I)pc supplidd ~ith Ibc gabions may I',c used hti t3in~ tile gabions. (;abion Placement .~\llc~ each ~abion hm; bccn assclnhled, it shall b¢ placed in i*osition crept3 and shall bc ticcl to adjacent ~abions alom~ all C()I][aC[III~ edges ill order [o form a C()l/[itlLlously Collncc[cd MlklCILll'al Hill[. Filling Gabions IT 1S CRI'II(AI. IO TIlE Pt~RFORM,XNCE OP TIlE FINISHED (i\131£)N STRI.('Tt!RI{ TttA'I GA}:~IONS ARI! FII3.}il)'10 TIIEIR MAX[MUM DF. NSITY VvTFH VOIDS IN 'II iE GABION MINIMIZED. \Vhcn thc assembled crept3 gabions haxc bccn installed and tiud togdthcr, thc gabions shall bc hllcd m thc l'()lli)~,k illg manner: Thc gabions ma,, bc filled bx machine, but shall I~c fillecl in layers or Iii'Is not exceeding tx~chc inches (12"). Care shall bc taken when placing thc rock into tlne gabions to insure that tho gabions arc not damaged or bent. Do not drop rock from a height greater than thtcc foci (Y). Suitable si/cd and appropriate machinery x~mll help prexcnl damage to thc gabions dnrimff thc filling nperaUon. Edges of~,aNons and die, phlegms-' : mav~ bc protected xx hcn nccessar3 h3 t3in7 side[ reinforcement to thc edges of thc gabions or othe~- suitable ~umd mcch',misms h) pI'CXCII[ damage o~' dclormalion el thc E'[I~-~iOIIS. After a lwch'c inch ~12") hL,,c~ of rock has been plaucd in thc cell, :mfficicnt hand manipulation for Ibc rock shall bc pcrl'ormdd lo Inlnnnlzc ~oids and icsult in a rnaxnlnLtm densit~ of rock in linc ~;tbion (ial3ions that ard three led~ (Y) high shall have a looped inner tic wire installed in each cell c'ormecting thc lront and back [aces of any unsupported fi~c:e at the vertical third points, or 12" and 24" trom thc base et the gabions tScc Fig 2). Indix Mual cells may not be filled to a height greater than roche inches (12") aboxc any ac[lac:em cell unless looped inner tie x~ n'cs arc in~taHcd m Inoth clircctions. 4 l{adn .~abJon shall be l/lied to its maximum dcnsit3, which is slightly hiBhcr than thc sides and thc surface smoottnl} Id\died minimizin~ xoicls 3.7 Closing (;abions Alter thc rock has been Ic,.elcd. tile lids shall be pried down and over ~iitq a bar or lid closmg ton until dw cci? of thc Iici and thc cdTc of the gabion am together. Cam shall be taken so that thc mesh is not excessively defomlcd. Il should rcclui~ a light strctchmg m ordci to bring thc tx~o ~abion pieces to?tinct. Tint heavy prwccting selvage wire of/11o lid shall then be txxistccl around thc hcaxy schage wu'e un the sides two (2) complete roms. The Iici shall thdn be tied h) the sides of the ~ahions and lhe tops of the diaphragms m thc specilied [)in~ method The lids of thc gabions shall alx~ be tied to adjacent gabions Spccml attention shall Dc ~xcn thai all pmlcctmg shaq) ends of ~irc are turned m on the cnmplctcd gabion structure. 0 < lkchnical Specifications 3.8 Cutting (;abions C;a¼ions max bo cut to form eta'xes or boxcls. Overlap thc cut pieces and ~c tic in thc specified manncm' Re tying ~halt be in ~* mannc~ ~o as to produce a closed cell k~ boll completed. Excess mesh x~i~-c shall bo cut oft .r shall be lightly and neatly laced Ctrc shall bo taken that all pr~}lcctm~ x~irc ends arc tm'ned ink~ a~ds or cul off. 4.1) QUAI.IIY ('()NIR()I. 4.1 Proper tying t?[ gabio.s dltlilll4 all steps of construction attd gabiotts being filled to their maxbnum densiO' with a roi. imam amount (~[' vohls is c~tical to the performance el'the finished gabio, structure. Thcrcfo~'e. c:(mapliance xxith thc /cdanical specifications will be closdy and thoroughl~ inspected. Any work not mooting tine implicd quality will be rejected. 5.0 M1LASUREMENT AND PAYM[NT 5.1 Measurement of gabion structut'es shall be based on thc ,,uh~me in cubic yards of gabions installed and filled to their maximum density ~sith a minimum of voids and shall include the ~olulnc of embedded items when applicable. Oabion struclures shall be paid fi)r at the c,~nt~ac/ tm~t price pet cubic Na~'d Thc unit imco shall include l'u[I compensation for placing all malcrials {gabions. rock, ?otcxtile and crushed stone drainage matc~dal) and for furnishing all tools, labor, cctt::pmcnt~ and uther incidentals necessary {o complete and instz~il the gz~bion Stl'tlClka'C in acct)l'dtlllCC xxith the intent t){ thc plans and sgc,:~fications. ~Xla~ excavation l'CtlLll~cd Io[ placcmcnl o1' thc 7abi(~ns ;hall als() included in thc ?abion unit price. (; (~ '1 echnical ~S]oec~fications (;EMENT '1'1,I1~] 't'l'l~l) IIASE Qualification of ~ul)plier: SupplicI should ertl} be considered if they ha~e been established in thc business of producing and/or manulaclm'in~ spccilicd producl lor one ! I ) year or mo~'c. Ii' requested, supplier must proxidc rc~crcnccx to provide prool of at least twelve (12) months in thc 5pccil'ied linc el business. Cemenl: C'011101/~ [or Cement "[rca/cd Base shall conform to ASTM (' 150, qype 1, 11 or V. Water: Thc water fo~ tine base shall be c'[ean and fi'cc fr'om sex, age. oil, acid. strong alkalis, ye?table matlcr, clay ;ll/d silt kggregate: TI~c Cement Treated Base {(TTB) aggregate shall consisl o~' durable coarse aggregate parlicles of p~t ~tm g~avcl m' crush st(mc blended with binder malclial such as cushion qbe aggregate, when tested, shall moot lbo I'ollowmg requirements unless otherx~ise spccificd. GR:\DA'I ION Sieve Size Percent Retained ~" () #4 15 55 #40 50 85 #200 85 100 Thc material passing thc No 40 sieve shall be known as "Soil Binder" and shall meet the lollowing rcquu-cmenls. Thc Plasticity Index shall not exceed 15. The Liquid Lmm shall not exceed 35. Strength Requirements: '1 hc unconfined Cmnlx'essixc strengths rcquizcd lb~ thc CTB Material will be as follows: (Tlass"A" 400-psi xxmth a mtnimum of 5.()c{ CClllCil[ Class'q3" 750 psi ~xith a minimum el V.0G cement. I'be nil× ',,~,jjj bc desi?lud v, ith lhe Illtcntioll oj plodLIcHl~ a milHnlLlm avcra~0 TllHllD1LIIT/ OI 7.()¢~ ccmOlll ('ompl'ehxlVC strengths will bc lc'sled al seven days LISJTI~ IlloJdcd Jn accordance kkilh ASTM D ~$O and D 500 mclhod A or B, as applicable, and toMod 111 accordance wilh AS-TM 1633 5-;upplict iLIFIlishillg CTB, x~hich meet thc ahovc compressive sUongth requircments with [csx than spccH'ied cement content, must fltrnish thc City el ('oppcll test results certifying that their malcl'ial meets these ps* rcquH'cmcnls b} ~t rcputablc independent Iai)oratory. Mix l)esig, n: Supplier shall submit a cop} o[ thc mi× design For each type of aggregate that they ptH'pose lo h.'nish undcF these specifications. A new copy must be submitted with any TestinIz: Supplier shall submit it report h'om il reputable independent testing laboratory slating that tile ntater-lal docs meet thc ('it', ot Copl~clI specifications. Mixing I'lant: The cement, aggregate and ~ater shall be thoroughly mixed in an approved pi'occssing plant The mixer shall ho a statu)nmy tx~in shalt pugmilt equipped with paddles mixing. Thc plant shall hceqmpped ~ith leeding and mc~crmg devices to add tho base malcnah cement and xxatcr Into thc Inixcl in thc speciHcd quantities. The moisture conlcnl el the mixttlrc shall be maintained hctween one percent below and two percentages above optimum moistmc or shall be maintained within the range established by thc engineer. Thc amotlnts Of cement and moisture are expressed as percentages of dry ~ c~ght of the combined aggregate and cement. Placement and Compactions: The sullgradc shall bc firm and able to Stlpport v. ithout displacement thc construction cqulpnqenl. Tile Mixture shall be h'ansporlcd to the ~ob site m suitable vehicles and shall he deposited on the moistened gtlbgrrdde and spread in a uniform layer by means of approved mechanical spreader. Not more lhan 45 minutes shall elapse hctween the start of moist mixing and the start of compaction oF the cement treated mixture Oll [ho prepared subgradc. Immediately upon completion o1' thc spreading operations, the nlixture shill] be thoroughly compacted. Thc number, type lind weight of compaction equipment shall be sufficient to compact thc nnxturc to thc required density. Finishing: When initial compactam ix completed, the surhtcc (ff thc ('cmcnt Treated Base shall bc shupcd to thc required lines, gl'adOs and cross sections Thc moisture content of tine st, face material shall bc mamlained 2~5i to +2cl off thc specified optimum moisture Fhe ('emcnt Trcattcd }:Iasc shull bc unitormly compacted Io a minimum of 959~ or the nlaxin~um drx density t)l~taincd m ASIM D-558. Compaction and [illishing sJtall be coml)lctcd v. ilhi]l t\¥t) (Z) [qotu's at file Ilnlc moisture was ~lddcd to [l~c mixture and produces a slllooth, dense skirt'acc {'l'CC o[' compaction Longitudinal IOints shaII be fi)treed b> cutting back rote the compacted material to form a Iruc vcrlical edge. Care sh;dl be cxcrc~sed to etasttrc thorough compaction of the base nlatCrutl mamcdiatcly adiaccnt of all construction joints. Curing: &f'lcr thc Cement Treated Base has been finished as spccificcl herein, it shall he kept conilnualt) n~oist for sex 0n (7) dax, s or until a Bituminous P~ime Coat has bccn placed 3 SECTION 7 SPECIAL PRO VISIONS 4 6 . I SECI1ON 7 - SPI~CIAI~ PROVISIONS QU:X. lAlq( ATIONS OF GABION CONTR~*xCTOR :\[[ gabiotl constFucllon s[lltll bc perl'oFmed by co~/hactoFs OF StlbCOnBacto~s with demollstrated acceptable experience in gabion construction in accordance ~xith thc criteria outlined hereto. Thc contractor should be adx iscd thai evaluation oI all experience is subject to approx al b} thc Ox~ ncr. Thc co~m-actol shall haxc a minimunl ol live (5) years acceptable ?bion consm~cm)n experience, l'hc cont]actoT shall p]'o~ide with the bid Ibc followmg inl'orma~ion m labular lo[-m for evaluation by the Owner: Kc) personnel commitlcd to lhis pFQlcct, along xxith their titles, total years experience in gabion NumbcF of yoars compa~]y has conslFucted gabion st~ttclu~cs with in-house crows. · I;iLrlicst gabion prQiect. TolaI numbeF of pti}wets constrtlctcd xxith in house c['exx s · Numbe~ of gabion prelects constructed m the prcxious lixc (5) ?aFs. For each of thc proiects ~cquired to be listed by the follov, ing Item, include the prtzject name: date of completion: localion: o\~ner's name and address ~kith conlacl person(s): scope of work, mcluding the quanlil} el gabions and thc percentage el thc gabion constrLtchon cost compared to the total conlracl amoum. [ ising atlachcd form, list ii l]]ll]lmtm] oF flvt2 (5) gabion projects, completed or under conslructlon, h)cated in d~c Dallas/Foi~ Womh Metroplex et similar size and design completed in thc last three (3) \ t2 aFS. 7-2 Special Provisimlx CONTRACTOR/SUBCONTRACTOR QUAI.IFICATION FORM FOR GABION C()NSTI~,I !CTION (It) 13l: SUI~411I'I b_I) I~1111 [31I)) I.b,t the 44) gabion [',ti!itch, conllqctcd v, iflm~ ll~e la~;t fix c (51 ',cms in the Dallas/Fort Worth Metroplex. Pioiccl ] .ocalJon (51lent Prcgcct Name ('ollRtcl Name ('ontract AIIlOLII1 t Completion Data Project ('lient ('olll~lc[ Phone # Proiect Name Contact Name Contract Amount $ Complclion Date / / J)r(',lcct Location ('ontact Phone # Pmiccl Name Conlact Name ('ontrac! An~ounl Completion Date / / 4. th'o. icc[ I~ocation ('licnt Project Namc CompIcti(m Date / / Project Ix)cation ('liem ('011[~1C1 PhoIIC ,¢ 7-3 Special F'rol'isions ONI DJ // EX[ST HDW L T BE REMOVED SAW- CUT LINE CLEAN 8~ TIE 24" r) F EX STEEl TO NEW STRUCTURE __ / MODIFIED HEADWALL DE'FAIL CONT,NUOUS =~'=~ '18!~ / ~ WiTH u~_, ,o .~s_~-~ ~_-.~c~-:~ ~~- ~;,~ SECTION l-I NTS --1 POORED CULVERT DC SECTION B- NTS VARIES EXISTING HEADWALL AT + STATION 21+09